HomeMy WebLinkAbout206-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 206-24
File Number: 2024-354
BENCHMARK CONSTRUCTION COMPANY OF NWA, INC. (SERVICE CONTRACT):
A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION COMPANY OF NWA,
INC. IN THE AMOUNT OF $9,214,669.54 FOR THE COLLEGE AVENUE IMPROVEMENTS PROJECT, TO
APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $921,467.00, AND TO APPROVE A BUDGET
ADJUSTMENT — 2022 STREET IMPROVEMENT BOND PROJECT
WHEREAS, on August 25, 2021, the Northwest Arkansas Regional Planning Commission (NWARPC) awarded
$1,500,000.00 from the Surface Transportation Block Grant Program -Attributable for the College Avenue
Improvements Project; and
WHEREAS, in November 2021, the City of Fayetteville and ARDOT signed a supplemental agreement of
understanding combing the $1,500,000.00 in STBGP-A funds with the funds from the 2019 agreement of
understanding for Job 040746 Truckers Dr. — Howard Nickell Rd. and Highway 71 B Improvements which allocated
$1,500,000.00 for improvements to Highway 71B; and
WHEREAS, in December 2021, the City Council approved a design contract with Garver, LLC for the detailed design
of this project from North Street to Sycamore Street; and
WHEREAS, on June 27, 2024, the City received three construction bids for this project and Benchmark Construction
Company of NWA, Inc. submitted the only complete bid.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a
contract with Benchmark Construction Company of NWA, Inc. in the amount of $9,214,669.54 for the College Avenue
Improvements Project, and further approves a project contingency in the amount of $921,467.00.
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 August 6, 2024
Page 1
Resolution: 206-24
File Number.' 2024-354
Approved:
Attest:
K
F
�•. G\T Y 0 SSG
E7TEVIL • �'
Kara Paxton, City Clerk Treasurer - AY LE
Page 2
CITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
MEETING OF AUGUST 6, 2024
CITY COUNCIL MEMO
2024-354
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
Susan Norton, Chief of Staff
FROM: Matt Casey, Engineering Design Manager
SUBJECT: Approval of a contract in the amount of $9,214,669.54 with Benchmark Construction
Company of NWA, Inc. for the construction of the College Ave. Improvements Project
(North to Sycamore), approval of a project contingency of $921,467.00 (10%) and
approval of a budget adjustment.
RECOMMENDATION:
Staff recommends approval of a contract in the amount of $9,214,669.54 with Benchmark Construction
Company of NWA, Inc. for the construction of the College Ave. Improvements Project (North to Sycamore),
approval of a project contingency of $921,467.00 (10%) and approval of a budget adjustment.
BACKGROUND:
The School Avenue and College Avenue Corridors serve as the major north -south route through the central
part of the City and are major commercial and retail destination. Maintaining and improving the corridors will
allow them to continue to serve mobility needs, and to continue to develop/redevelop as commercial corridors.
Improvements to these corridors will include striping, widening and/or narrowing of the roadway, utility
relocation, sidewalk/trail installation, accommodations for transit systems, elimination or reconfiguration of
driveways, modification to traffic signals, medians, and other corridor improvements identified in the design
process.
The starting point for corridor designs was the 71 B Corridor Plan completed by RDG Planning. Goals and
aspirations of the Plan will be implemented to the greatest extent possible through the limits of the project
segments selected for design and construction, which include College Ave. between North Street and
Township Street, and School Ave. between Martin Luther King Jr. Blvd. and Cato Springs Road.
In December of 2021, the City Council approved a design contract with Garver, LLC for the detailed design of
this project from North Street to Sycamore Street.
On August 25, 2021, the Northwest Arkansas Regional Planning Commission (NWARPC) awarded this project
$1,500,000.00 from the FFY 2022 STBGP-A (Surface Transportation Block Grant Program -Attributable. This
Federal -aid program is administered through the NWARPC.
In November of 2021, The City of Fayetteville and ARDOT signed a supplemental agreement of understanding
combining the $1,500,000.00 in STBGP-A funds with the funds from the 2019 agreement of understanding for
Job 040746 Truckers Dr. — Howard Nickell Rd. and Highway 71 B Improvements which allocated
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
$1,500,000.00 for improvements to Highway 71 B.
On August 24, 2022, the NWARPC awarded this project and additional $1,800,000.00 from the FFY 2022
STBGP-A (Surface Transportation Block Grant Program -Attributable). This brings the total Federal Aid to
$4,800,000.00.
DISCUSSION:
On June 27, 2024, the City received three (3) construction bids for this project. Two of the bids were
incomplete (unresponsive) and had to be rejected. Benchmark Construction Company of NWA, Inc. submitted
a complete bid of $9,214,669.54. Engineering staff recommends awarding this contract to Benchmark
Construction Company of NWA, Inc. The contract time is 300 days (10 months) for substantial completion.
Please note that as part of the Federal -aid process, the Mayor will be submitting the required Certification
Letter to the Arkansas Department of Transportation (ARDOT) requesting their review of the bid tabulations
and concurrence in award of the contract to Benchmark Construction Company of NWA, Inc. The actual
execution of the construction agreement will occur after receipt of ARDOT concurrence.
BUDGET/STAFF IMPACT:
This project is based on an Agreement of Understanding with ARDOT in which Federal -aid money will pay
80% of the contract amount and the City will pay a 20% match. The City will have to make payments to the
Contractor and the Consultant, and then submit the required paperwork to ARDOT requesting 80%
reimbursement. The City matching funds for the roadway improvements will be paid from the Streets Project
2022 Bond Funds.
The total Federal -aid amount being recognized in the associated Budget Adjustment for this item is
$4,800,000.00.
Water and Sewer Line Improvement Funds will be used for the new water main portion of this contract.
ACCOUNT
PROJECT
AMOUNT
4702.860.7221-5809.00
46020.7221.1020
$1,831,257.82
4601.860.7221-5809.00
46020.7221.1020
$4,800,000.00
5400.860.5600-5808.00
11011.2019.7221
$2,583,411.72
ATTACHMENTS: SRF (#3), BA (#4), Contract Agreement Signed (#5), Bid 24-34, Bid Tab - Signed (#6), Bid
24-34, Submittal - Benchmark Construction Company - E (#7), College Avenue (North Street to Sycamore
Street) - Recommendation to Award -Signed (#8)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Legislation Text
File #: 2024-354
Approval of a contract in the amount of $9,214,669.54 with Benchmark Construction Company of
NWA, Inc. for the construction of the College Ave. Improvements Project (North to Sycamore),
approval of a project contingency of $921,467.00 (10%) and approval of a budget adjustment.
A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION
COMPANY OF NWA, INC. IN THE AMOUNT OF $9,214,669.54 FOR THE COLLEGE AVENUE
IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$921,467.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2022 STREET IMPROVEMENT
BOND PROJECT
WHEREAS, on August 25, 2021, the Northwest Arkansas Regional Planning Commission (NWARPC)
awarded $1,500,000.00 from the Surface Transportation Block Grant Program -Attributable for the
College Avenue Improvements Project; and
WHEREAS, in November 2021, the City of Fayetteville and ARDOT signed a supplemental agreement
of understanding combing the $1,500,000.00 in STBGP-A funds with the funds from the 2019
agreement of understanding for Job 040746 Truckers Dr. — Howard Nickell Rd. and Highway 71 B
Improvements which allocated $1,500,000.00 for improvements to Highway 71B; and
WHEREAS, in December 2021, the City Council approved a design contract with Garver, LLC for the
detailed design of this project from North Street to Sycamore Street; and
WHEREAS, on June 27, 2024, the City received three construction bids for this project and Benchmark
Construction Company of NWA, Inc. submitted the only complete bid.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to
sign a contract with Benchmark Construction Company of NWA, Inc. in the amount of $9,214,669.54
for the College Avenue Improvements Project, and further approves a project contingency in the amount
of $921,467.00.
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
City of Fayetteville Staff Review Form
2024-354
Item ID
8/6/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Matt Casey 7/17/2024 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of a contract in the amount of $9,214,669.54 with Benchmark Construction Company of NWA, Inc. for the
construction of the College Ave. Improvements Project (North to Sycamore), approval of a project contingency of
$921,467.00 (10%) and approval of a budget adjustment.
4702.860.7221-5809.00
5400.860.5600-5808.00
Account Number
46020.7221.1020
11011.2019.7221
Budget Impact:
Street Projects 2022 Bonds
Water and Sewer Fund
Fund
Hwy 71B Corridor North to Township
Water & Sewer Relocations Bond Projects
Project Number
Project Title
Budgeted Item? Yes
Total Amended Budget
$
1,296,565.00
Expenses (Actual+Encum)
$
301,421.36
Available Budget
Does item have a direct cost? Yes
Item Cost
$
10,136,136.54
Is a Budget Adjustment attached? Yes
Budget Adjustment
$
10,136,137.00
Remaining Budget
V20221130
Purchase Order Number:
Previous Ordinance or Resolution #
Change Order Number:
Approval Date:
Original Contract Number:
Comments: Item cost includes construction contract plus project contingency.
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division
ENGINEERING (621)
/Org2
Adjustment Number
2024
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of a contract in the amount of $9,214,669.54 with Benchmark Construction Company of NWA, Inc. for the
construction of the College Ave. Improvements Project (North to Sycamore), approval of a project contingency of
$921,467.00 (10%) and approval of a budget adjustment.
RESOLUTION/ORDINANCE
COUNCIL DATE: 8/6/2024
ITEM ID#: 2024-354
Polly Slack
717712024 3:06 P/h
Budget Division Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE:
CHKD/POSTED:
TOTAL
4,800,000 4,800,000
v.2024624
Increase / (Decrease)
Project.Sub#
Account Number
Expense Revenue
Project
Sub.Detl
AT
Account Name
4601.860.7221-5809.00
4,800,000 -
46020
7221.1020
EX
Improvements - Street
4601.860.7221-4309.00
4,800,000
46020
7221.1020
RE
Federal Grants - Capital
4702.860.7221-5809.00
1,831,258 -
46020
7221.1020
EX
Improvements - Street
4702.860.7221-5911.99 663,125
4702.860.7999-5899.00 (2,494,383)
46020 7221.1020 EX Contingency - Capital Project
46020 7999 EX Unallocated - Budget
5400.860.5600-5808.00
2,583,412
11011
2019.7221
EX
Improvements - Water Line
5400.860.5600-5911.99
258,342
11011
2019.7221
EX
Contingency - Capital Project
5400.720.5600-5314.04
(13,078)
10007
1
EX
Professional Services - Engineering Contra
5400.720.5600-5808.00
(135,740)
10007
1
EX
Improvements - Water Line
5400.720.5600-5810.00
(981,968)
10007
1
EX
Easements
5400.720.5600-5314.00
(1,251,393)
18015
2201
EX
Professional Services
5400.720.5600-5810.00
(459,575)
18015
2201
EX
Easements
1 of 1
DOCIPI ENT 00500—AGREEDI ENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Thle: North St. — Sycamore St. (College Ave.) (Fayetteville) (S)
Contract No.: 24-34, Construction
THIS AGREEMENT is dated as ofthe _U — day of f I IAA in the year 2024 by and
between The City of Fayetteville, Arkansas and (hereinafter called
Contractor).
ARTICLE I- WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
The commuction of the North St. — Sycamore St. (College Ave.) (Fayetteville) (S) project.
Improvements consist of, but are not limited to, roadway signing and striping, curb and gutter,
driveway, sidewalk, and curb ramp reconstruction, perking lot reconstruction, intersection
improvements, retaining walls, enhancements to pedestrian and bicycle infrastructure, landscaping,
signalimtion, and drainage improvements.
Any use of a third -party dmmpster or roll off container shall be procured from the City of
Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off
container is not allowed.
Open burning or blasting is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued
permits shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements
Refer to online bidding portal for quantities.
00500 Agreement 00500 - 1
DOCUMENT 00500 —AGREEMENT (continucd )
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by Garver, LLC, who is hereinafter
called Engineer. The Engineer assumes all duties and responsibilities, and has the
rights and authority assigned to Engineer 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 300 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 330
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 Five Hundred Dollars ($500.00) for each calendar day that
expires after the time specified above in Paragraph 3.02 for Substantial
00500 Agreement 00500-2
DOCUMENT 00500—AGREEMENT (Continued)
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the time specified in Paragraph 3.02 for completion
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Five
Hundred Dollars ($500.00) for each calendar day that expires after the time
specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as 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.
1. There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
00500 Agreement 00500 - 3
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
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
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT (continued)
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by 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
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued)
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
Contractor has given the Purchasing Division written notice of all conflicts,
errors, ambiguities, or discrepancies that Contractor has discovered in the
00500 Agreement 00500-6
DOCUMENT 00500—AGREEMENT (continued
Contract Documents and the written resolution thereof by Engineer is
acceptable to Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTiCI-E 7 - CONTRACT DOCUMENTS
7.0I CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
00500 Agreement 00500 - 7
DOCUMENT 00500 —AGREEMENT (continued)
title: NORTH ST. — SYCAMORE ST. (COLLEGE AVE.)
(FAYETTEVILLE) (S)
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
00500 Agreement 00500-8
DOCUMENT 00500 — AGREEMENT (continued)
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 Tile City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law
(A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of
materialmen's liens in relation to this public construction project. Arkansas
law requires and the contractor promises to provide and file with the Circuit
Clerk of Washington County a bond in a sum equal to the amount of this
contract. Any subcontractor or materials supplier may bring an action for
non-payment or labor or material on the bond. The contractor promises to
notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
00500 Agreement 00500-9
DOCUMENT 00500 —AGREEMENT (continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts
each has been retained by The City of Fayetteville. All portions of the Contract Documents have
been signed, initialed, or identified by The City of Fayetteville and Contractor.
This Agreement will be effective on 1 c71 lX , 202-`j which is the
Effective Date of the Agreement.
CONTRACTOR:
By:
(Type or legibly print)
(Signature)
CITY OF FAYETTEVILLE
TiIIe:_n 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
00500 Agreement 00500 - 11
Attest
(SEAL)
DOCUMENT 00500—AGREEMENT (continued)
Address for giving notices Address for giving notices
113 W. Mountain St.
Favetteville, AR 72701
License No.
Agent for Service of process
(Type or legibly print)
Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor
is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Agent for Service process authority to sign.
(If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500 Agreement 00500- 12
ft
k CITY OF
N
FAYETTEVILLE
ARKASAS
BID TABULATIDN
Bid 24-34, Construction - College Ave. Improvements (North to Sycamore) Rebid
OEAOLINE: Thursday, June 27, 2024 at 2:00 PM
Celt fic I_Of Fund 5:$30,000,000.00 z: , ,
trs TY.1
Tr'. )Idranti do tor: EE._
Dll IBentfm[O
III Clumpmry
ar4 [onsWKion mPanY of
N-.
Ya,Y�lol�:Dns:[[I[:iur�
JraO!-3Ei0r`.
58,912,442.25
$9,214,669.54
i i0,395"r 39 3r
ll Yr►.r�plr%I,tM i1YT0t4 WIYO, r01IRMr•L OOM aV •wr,n[artmw Wlar«nr• 11NY1
CT1
111N
1�
[Y[If10
1x «Nc1V ln«rarH
13 wr..rEroYalms,rrtYsrlem,, a4 re90irea hr Acl MT d1n¢1993 nnam,[Gmer✓A[xmelr
1
1
Is
Is
w411oa
311t N1a
JiOL)IADD
H3lAum
14 tyN..¢cwlu diolcf-1
1
L5
f1.tYn00
S1.1111100
Is C4ie•4.apN.f ap. D,.e✓.a✓
l
u
sxu.lNa
slll.w.
1fi uwuratr4.au.,(/+s1f✓r✓YI
1
Is
N1001Ia
Snam,a
17 IrYunr•111[fw rS-rrt¢.t
x10n
C1'
s3. ])
$1I,Nxa
10 UN✓YrW•Yil•
tlao
CV
H1.11
slssN
].9 •wt fYaMw
x50
CY
1N
% SI Ip10a
110 JM preparalipn lDYn Qua+liryl
10
CY
1®0p
suo
Ill Tpp[pil pY[empnl lYard Ar¢a[I
)la
SY
SlIn
S1015511
Ill 12'CIaY IIIRC ripe
51]5
SY
SS 11
ffLK
1I3 Ifi•C:auIIIRC poor
114 it 11, 111 RC Irpe
)
2]
LF
lF
55714,
59911
s-Ua"
S11101
115 WLll][IIIRC na,etl Fnd Secl:pn
21
LF
$ISOn
531�•S
Ilfi NCI,ss IIIRGflared [ntl Secl,on
1
En
sunn"
31..4Da
Ill] I,r¢W
1
EA
H,xba
U.740m
110 faw11a W4r►al•
5
EA
N""*1
II9 fCurp lnlel lCirui✓1
1
En
f710ha
S)Dba
1 20 `c"., ECfrn W)
3
EA
$1503 11
L\ .
121 NfvInlel lP¢[IeM.�prl
2
En
II4I.Na
S)C.S<Oa
It, rrr OvInIN IReclanpu�rr)
i
EA
S14rNN
ix1YN110
I23 bRYMII InIel TppwilM1 Ealmded Tbrp,l
S
"
flfaq 5l
S11.If11D
124 r%a -IMIll nrr✓1
F"
ft1119
"1L""
,
115 fN A✓OI.AIN
1
EA
Sll,t111)
111.51111
126 rDr4f IAM lNMV•
1
FA
111.wa
522,N9a
127 rOrop lNel fcanvpn
6
EA
$I,Bi6u
HLILY
l2B fw1m CY,RM D✓,ing
f
EA
t4111.1/
511111E
129 ln.:n Cr[•✓Nbs[fY«✓y<p
6
SY
37aa
still III
130 f'•LI•aplrfnr Crvy
23
$Y
HIH
SlM•)5
1.31 AyAar WcrpM NPI AOr Surla[e Cmu4e(A.W,
2109
SY
519N
f[J,•11 of
I3} Cra.lr Cvand Geller r
( Yoe Dt I I.6'I
x300
Ton
fltl li
fslllf la
r'rdd W[re[p SitlewalY
JId4
lF
f,0 III
ill's»3%
I.
]4 IT- Cpncrele Slticm•, vwilM1 ]Ri[lened Edge
9
5Y
{tall
Sllplh%
1]5 f•TM1%df Conv[IeS OavY+t
444
5Y
SIJaN
S•AfNff
Il6 Laalp aYw�pywl
390
SY
WIN
sNiMa
13l M1•q Ia•, fL IY
I50
SY
six 12
spolum
1)8 (r[rrlrr•IYIN
,OS]
SY
Sal„
s"wo10
Il9 [.Mrr1a N..y Wfl
54
SY
sM
351,964N
0 wwY✓Iwt•n.nrl Wa,l
42
LF
s/11u
f/apaa
14l Krlr
304
SF
$11, r1
Slr.UI I/
1 d2 IaAa Sr11lM
19 5
5Y
1411
sliA. K
] d3 Mar4r✓Nwn✓1
2.
SY
$3,BfS N
141 «+4w N•rMrYaraan
51
MG
It14r
sitm. I.
111 <' P4remenl Mnanl 1p,lnll
2
EA
still.1
II-N
146 { Ia.rwrllN'1•rf(1•rrrR•✓wr.)
]05
IF
HN
.11f1?
SJ6B
147 1!'r✓✓�r•I yr✓ry(Yr•w.ry«I
03
LF
Sl.l
f135!
IN 7r r,.r�•aYw•atrra.<wuaW
271
IF
,n
u.1N10
IN rw we+nrnmppuniq
Il}0
lF
Hlu
H4•r[O
I50 rr.prm31'w.rN H„o-.. enr.wgay,d
9
1F
fN01
:K117
I51 Iarr�rnl5ymbpl, IDNIY - rpermdplaauc)
17
EA
ux%
H.INN
152 rarrlrv,.[SYmhpl[OIaMI[aP Symbol. Til-ilplaslicl
6
CA
H0111
suv.m
153 Invr✓M 3ymhp's Melmeletl Birydrn.TAermpy'aal[1
1
En
fW aO
54" aD
ls7 nr4•y<1 Bricil PallmnllnermpPla[Iml
1
EA
5-3)
SIN SI
155 Y✓1l✓.Y.nl l V N✓rn�•
2-
SF
W o
Sff W
]S6 Irwr.YGwr✓
9
EA
SrO.0
"Am sl
IS) lra✓<LannlWYa+la•rlytrlrrr It
1
LS
1H,IWa
311YrOra
ISB Irax<Wu✓Wn4 +Yna�-r lrnr,<z7
1
IS
1111111N
511451114
159 Ir✓r<frt•✓Wy✓•lawrw l/•ry 31
1
LS
f1>1Kf0
{I>.IK fO
I60 Y✓1<lrrrar •+f ARa•wr✓fo (Pnue 41
1
LS
SslOSOp
f11103 all
]fill M4h+r CRan6ghle AYu,Ie SICn
1
IS
SIt"
SID,I<lM
16x AlNrynr fry for Re,dwry Mainlenan[e
d11
DaY
SIK [t
If4lK n:
Ifi] IY•Mlp lOr•fMlrlr
100
Tan
1•SM
fLW.
I64 aMwr S1•a
149
SY
SSSAII
lmtl%1•
IIt (Yi M�tinp psp-Parem¢nl
2
EA
II1u.M
SI1NY
I66 Irr Prale[npn Fencin¢
11254
5Y
N.1)
111I,1aN
I6] Mllrnf Larry Ca.v -%,u,j
1]a
Lc
11%
WUCD
16I 1'T111 ClI d Cpncrele Crpsswalt lApple Redl
51
SY
i.111.
111013"01
169 ••1M1r[Y11-Ild KlibbIll.-l0 C.1-d C4nc•ele lDark Gradlel
32.
SY
HN 11
f/.LeK
JO • _ �I
Ia5
SY
H11N
s60,550H
]1 r•1wp C�sN4r1•nrtD✓YGwlrlmc
4
SY
fl1}A/
In" 36
)) Onv,uw lrry
]Z
sr
5-%11
to"J.,
)3 0.FFe✓.r la.[rKaywl
]95
lF
SN111
II}LIa Ox
6aq lni el Adµsled b Grade
4fi0
LF
slow
Will N
JS Inrr an Boa Adletl 1 Grade
uil
;
L"
H,4f1 f1
SIt.-
]6 Garyrn\«•rrlC Nat
EA
1,11/1a
IS.fllm
77 CY lll rh4Y Syf
103I
51
51, A5
5%1,1f/4D
10 D-l-Wv++1 fr\/aYm
5
FA
s240a
It1MA
)9 %IC✓✓
7.
SF
00 lrnrrl,localCpnlro ler r5]-LYpel [-N¢110pbalrsl
4s2
SY
IWa
S�4.SGN
B] I.X<Irpllp camrdle.IMpolro[ioal
I
En
SSLfNa
IWIMas
Bx Ilrrrl 1. IN111a lflYflll
ld
fn
$1,147N
INNI Ir
f3 f•1Y1 Cabe lFnpnpr Gl S[I
11EI
I
fA
HI%a
b1%7q
4 IW R,tlIo IF Ne1501 WIIM1 Anlen.a
6}
lF
f4N
1111.I1
$6
I-Ok
l
(A
Il1tl
SIAH 70
-1
N 5-9
I6 LALI LE I35egien, I W.)
z
EA
SII11S ff
311,fFD.N
1w."-:"D,
B) I-.clll lleatl, lC0.14 Seclion,l Wail
a
still
HIfIf10
f0 L.w✓YLw1rYIW
5
En
st-w a0
Ix.N110
09 NYWVrM AIYV11fY
2
En
Ss Mw
f1111,1r
90 PedeOrian Siprm'llead. lFO
I6
EA
341f11x
"Mu"
"r*'%•r
91 Ir/f[f{•Y Ub'e 1541JA W G)
l6
FA
skm
Su1f1x
R1 IrX<llyr Caae tSC/14 p W G 1
2011
IF
SIN
SIAau
93 IrY•a f1•Y [ablenUl4 AW.GI
1651
lF
fl.S1
S41f0. S}
3d Tr aY1[Siynal G•le lxDC/14A WGI
]52
It
ff%1!
35 11n.va✓L►rrl,alwl<+{WyI flue Aw c.1 G L.I
M
IF
NN
SLgLK
i6 Fleclri[al Cpnduclprs4mCpndull 12U6n W G 1
1336
11
7 Or:•wrr<s C-1p•1
87
IF
f7
1l//.N
11
IB Y✓.YKa✓[OY.rlu7
ld
IF
SA \I
S14L1•
19 ✓v1YK✓a(1Va11>•I
71
Lf
sM 01
S/.110Ill
W W4rNMf«n..r 11
1069
IF
s%a
H1.H,Al
01 4wr+IrMOoa nyerl NDl
7
IA
51,34571
"Atit.l
02 C✓rorlr pull Boa lTYPe]NDI
1
EA
SLliowIAWA
a3 "ok 11-1 Mnl Nm Ard Pde tY,IM1 Fpund,lipnlw7
4
EA
f1pSIN
SLING
Da rraNtSlnal petleslal Pple Whn fpunmlian
1
pn
Nigta
W.ala
75 k-1 raW Assembly lz Cir[wlsl
14
FA
5L51]1.
IIN.SMa
M MY1ar✓glrrra Sl+✓IMrMN
1
EA
S mca
SLae10
17 10'Slreel Name Si¢n (Imr✓IOdY)
1
L5
44iNa
HANG
1B ✓pr CMr
stem
st"
dJ4
If
Sa fs
H,1N
IFm Ven OeletlorllP)
t v10 v.Y•eadle lEnedorursEl
1 111 "—IiIoI(CLR)
1112 c...1CYY0 U2 I(a C••wl
1 1113 A•AN W.w Valve 10 Gl-
1114 AI�VU /••,1M'S.M Y.rlv114 MCrW
t 11s a.r•w.I.Mw.w•>•Mw Y.wwff.
1116 M'nMrtq[Oncme W.IlSryem wlA Native Stone Veneer
I I1T Mrar.A W.11r•
1118 Ir.N Aneaxles,lmlalled
1.119 VaL+rrvl,hM•"ad
1 120 F.[IMW,g l3.awr.{a
1121 h.Yrl WwA+raW
i 112 Iv4ra
1 12l 11h
1IN b�:g.ly
1125 IY.•11'avpwa AN.vlyya AM.OMMllxdwve151andard FOundalion),Inslal!etl
I l]6 SYre{ul.s'aAM.wye•AaY.Ya HaNward lShalbw FaunYl'w,vl, Inalalldd
I I)) h•rv/rr Ugh!mg Au 1,11A —Ild HardwrlelSlandard FOuntla[%4n), Ir lrld
1120 h•.ur:N Uthb'np Ask—ly&Au—Nd ll.rdwa�e(Sh— F.11-'wnl lnslalled
I ]39 AcM yr•••p •hrN.M Ar•N
1 130 IWM .SeM[e ConneOwn
1131 Yryaervwl.wae.H M•.nlMaamul
1132 =,;:-,
1133 )•.wp"—i Teaing 0l Ele-Malenal
II. VapNpWHYMp•aAMM.-
1135 IP W1 oR.14 •VC Cwa Wa1.• W .
113fi aMl. a•{4lvcrym W.Mr Ay
1 137 41,aeA 01P C13511 W" M..
]1]g 4hJ OR�14 PVC [9m Water MLn
IIN r fM.rlmn 3.rv4vuV
11Y rCIS C.-d C4PPer iubing Sehrte floe
tNt rYer. lr.-. uv
1W ,
I iir..•y slnv0
- p•.r 1.•�•g flefn
144 a�a-II•fwp N.•v.
1146 Sk—
i "4r3ggVl.g-
1 N2 lr)r t.vaul Saddle and 2• Ball VarvewJBoa
1144'AI. U. ,-t Sr4d'.
1149 a•al•v,wN 5.4d4
1 i50 Ir pu11er6y Valm w/004
uv Ir G.arv,l,,.
1152 I Gaae Y4lve w/Boa
1153 YGale Valve w/goa
1150 4•Gale Valve w/6ae
1155 /'Gale Valve w/g4•
IL% 16 Maw 0lameler Slerl Inca-6V Direcl Bury
I I5) C.t r4Cq Erupng W.ler Mean
115g Cr.w•u Rrw Waw A..:1•fa ,W—V.n
1 159 laMgr l a wC l:v lyytn
ItW A• ft. E."V1'w
1 lfl A•w••YEaislinp MNer Srlling and Scrv:ce Une
116) al.rf.�Yhl4r Meler Selling
1163 pr[9HA.li Faislby Meler 151'C')
IIm 4tFl�aro Eaiari., Mel.r 10ou61p)
1165 Wwrc{New W.lal Srri-.U.. In E•Isling Senn¢ line
11K M1n. Wh I Yr Hydrant A.aemd!y
116) Oarr!MY.wrNvya
LIK 1r Anw CdFy
t 169 p•Aa*.r car
Ilro ler•N.ryA4•al1 P•.emM Rc•w
t.vl r rvY..a..,.YgAl111nr
Iln rJ WIVtlN)AK "IW
1173 11.rq�. aV ra Yt tv"wa ne Sewer Malns
1134 pat. yK fp•MPK t•`Iarl Yr••
11)5 LNu •vc um b 3MC fY.WYb•r
11)6 Ia••f•. I rsw,a AANArM
11)) a.w.f: r.y M4Msr.
I)B Cu tif1441r'i S•HxIY.Y
I l)9 �Da Manhole wah Standard Flame and C1.1
I I60 f0iwrl.r OroO Mrihole with Standard 11--d[aver
11p1 ao.mar ux•rw M.oyr
4 u
w EA
1 EA
1 'A
1 EA
B EA
EA
4w LF
3 FA
3 EA
I EA
I EA
6 FA
)4 EA
360 SF
1 l5
0 EA
3 FA
)9 EA
9 EA
Im SV
1 LS
AM 1 , CSC
NI.• ME
�• � �/9�.zvaY
a�M, .A...a.ylYue•
Sifir Yl /W)p
3•» Ut)3
Soul pun
IMMIX" In VM
SILam Iume
Sus IU W
t)/a)4 Knom
$)SO1, SM14A
f1b11 Will
Sla{» ptq
1MU
fm e, Wl.
IIVN
5.4 SSaApo
nwar I+ra
Sa1mY S24N
su IUM
sks— $wl
P.m It l)•A43
sk ma MIAI,
fi,lb4 tr gC
{12maa1 161
4
:
U S3111 t"
fa)Ia n S+a4m.
tl.lY 1/ SKIM
SLNAf) LULL
i2s44 a uw
SYNI 1b.Im
fI.MV4) fb-11
53,6N Y )U1h
tlttoa unto
SKl It Sl.Ipl
Sf1Y tiRAm
f}Yt4 SUY
llm.n MNI
su» sat4n
$]63 al 5$y)fi3
fKY Sb 11m
SH fl 1�LM
SS)I.fO 1131W
SI»/f SSSv3
f4,M141 /a,lb
sf.l.lm /foul
ttataaq S<ql
f141>t 15 SI),/Sa
How AI snm
SI Ub tl I11a.
CITY OF
_ FAYETTEVILLE
ARKANSAS
Bid 24-34 Addendum 5
Benchmark Construction Company
Benchmark Construction Company of NWA,
Inc.
Supplier Response
Event Information
Number: Bid 24-34 Addendum 5
Title: Construction - College Ave. Improvements (North to Sycamore) Rebid
Type: Invitation to Bid
Issue Date: 5/26/2024
Deadline: 6/27/2024 02:00 PM (CT)
Notes: The City of The City of Fayetteville is accepting sealed bids from
properly licensed firms for the construction of the College Ave (North
St. to Sycamore St.) project. Improvements consist of, but are not
limited to, roadway signing and striping, curb and gutter, driveway,
sidewalk, and curb ramp reconstruction, parking lot reconstruction,
intersection improvements, retaining walls, enhancements to
pedestrian and bicycle infrastructure, landscaping, signalization, and
drainage improvements. Questions regarding this bid should be
addressed to Amanda Beilfuss, Sr. Purchasing Agent at
abeilfuss@fayetteville-ar.gov.
Contact Information
Contact: Amanda Beilfuss - Sr. Purchasing Agent
Address: Purchasing
City Hall
Room 306
113 W. Mountain St.
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
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
Steve Smith
Signature
Submitted at 612712024 01:21:58 PM (CT)
Requested Attachments
Bid 24-34, Required Signature Forms
benchmarkconst@att.net
Email
Bid 24-34, FILE #00 - REQUIRED
SIGNATURE FORMS.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 24-34, Bid Bond
Bid Bond.pdf
Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be
delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with
submittal.
Bid Attributes
1
Arkansas Secretary of State Filing Number:
5381670002
2
Arkansas Contractor License Number:
0033500525
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.
W Yes, I agree
❑ No, I don't agree
Page 2 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
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.
9 1 agree
Bid Lines
Package Header
TOTAL BASE BID
The City intends to award Bid to single Contractor.
Bidders shall submit a bid for ALL line items.
Quantity: 1
Total:
$9,214,669.54
Package Items
1.1 Mobilization (Not to Exceed 5% of TOTAL BASE
BID, not including bonds and insurance or Trench and
Excavation Safety)
Quantity: 1 UOM: LS
Price $423,380.00 1
Total:
$423,380.00
1.2 Bonds and Insurance
Quantity: 1 UOM: LS
Price: $251,651.00 1
Total:
$251,651,00
1.3 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly
Quantity: 1 UOM: LS
Price: $1,120.00 1
Total:
$1,120.00
1.4 Roadway Construction Control
Quantity: 1 UOM: IS
Price: $215,460.00
Total:
$215,460.00
1.5 Clearing, Grubbing, and Demolition
Quantity: 1 UOM: LS
Price $630,017.00
Total:
$630,017.00
1.6 Unclassified Excavation (Plan Quantity)
Quantity: 2100 UOM: CY
Price: $34.12
Total:
$71,652,00
1.7 Embankment (Plan Quantity)
Quantity: 1300 UOM: CY
Price: $42.73
Total.
$55 549 070
1.8 Undercut and Backfill
Quantity: 250 UOM: CY
Price: $68.20 1
Total:
$17,050.00
1.9 Rock Excavation
Quantity: 10 UOM: CY
Price: $400.00 1
Total:
$4,000.00
Page 3 of 13 pages Vendor: Benchmark Construction Company
Bid 24-34 Addendum 5
1.10 Subgrade Preparation (Plan Quantity)
Quantity: 2109 UOM: SY
1.11 4" Topsoil Placement (Yard Areas)
Quantity: 5175 UOM: SY
1.12 12" Class III R.C. Pipe
Quantity: 7 UOM: LF
1.13 18" Class III R.C. Pipe
Quantity: 22 UOM: LF
1.14 24" Class III R.C. Pipe
Quantity: 21 UOM: LF
1.15 18" Class III R.C. Flared End Section
Quantity: 1 UOM: EA
1.16 24" Class III R.C. Flared End Section
Quantity: 1 UOM: EA
1.17 Pipe Collar
Quantity: 5 UOM: EA
1.18 Sidewalk Underdrain
Quantity: 1 UOM: EA
1.19 4' Curb Inlet (Circular)
Quantity: 3 UOM: EA
1.20 5' Curb Inlet (Circular)
Quantity: 2 UOM: EA
1.21 4'x6' Curb Inlet (Rectangular)
Quantity:2 UOM: EA
1.22 4'x7' Curb Inlet (Rectangular)
Quantity: 2 UOM: EA
1.23 Reconstruct Inlet Top with Extended Throat
Quantity: 4 UOM: EA
1.24 4' Junction Box (Circular)
Quantity: 1 UOM: EA
1.25 4'x6' Junction Box
Quantity: 1 UOM: EA
1.26 4' Drop Inlet Extension
Quantity: 6 UOM: EA
1.27 8' Drop Inlet Extension
Quantity: 6 UOM: EA
1.28 Concrete Channel Paving
Quantity: 6 UOM: SY
Price 1 $4.911 Total: $10,355.19
Price $5.97 1 Total $30,894.75
Price 1 $57.14 1 Total $399.98
Price: 1 $99.55 1 Total $2,190.10
Price: I Total: 1 $3,169.95
Price 1 $1,890.00 1 Total: $1,890.00
Price: 1 $2,260.00 1 Total $2,260.00
Price: 1 $860.00 1 Total: $4,300.00
Price: 1 $2,000.00 Total 1 $2,000.00
Price: 1 $9,583.33 1 Total 1 $28,7 99.99
Price: 1 $10.470.00 1 Total $20,940.00
Price: 1 $14.434.80 1 Total $28.869.60
Price: 1 $16,580.55 1 Total: $33.161.10
Price: 1 $5,233.78 1 Total: $20,935.12
Price: 1 $11,591.97 1 Total F $11,591.97
Price: $22,669.03 Total: $22,6 99.03
Price: 1 $1, 866.47 Total: 1 $11,198.82
Price: 1 $3,732.93 1 Total: $22.397.58
Price: I Total 1 $1,236.00
Page 4 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.29 Erosion Control Fabric (Scourstop)
Quantity: 25 UOM: SY
Price:
$97.95 1
Total:
$2,448.75
1.30 6" Aggregate Base Course
Quantity: 2109 UOM: SY
Price:
$29.72
Total:
$62, 779.48
1.31 Asphalt Concrete Hot Mix Surface Course (ACHMSC)
Quantity: 2300 UOM: Ton
Price:
$223.11
Total:
$513,153.00
1.32 Concrete Curb and Gutter (Type D) (1'-6")
Quantity: 7444 UOM: LF
Price
$40.30
Total:
$299,993.20
1.33 4" Thick Concrete Sidewalk
Quantity: 1559 UOM: SY
Price:
$105.92
Total:
$165,129,28
1.34 4" Thick Concrete Sidewalk with Thickened Edge
Quantity: 444 UOM: SY
Price:
$134.34
Total:
$59,646.96
1.35 6" Thick Concrete Sidewalk
Quantity: 390 UOM: SY
Price:
$137.60
Total:
$53,664,00
1.36 Concrete Driveway Aprons
Quantity: 858 UOM: SY
Price:
$120.12
Total:
$103.062,96
1.37 Asphalt Parking Lot
Quantity: 1452 UOM: SY
Price:
$43.85
Total:
$63,670.20-
1.38 Concrete Parking Lot
Quantity: 454 UOM: SY
Price:
$114.46
Total:
F $51,964.84
1.39 Concrete Retaining Wall
Quantity: 42 UOM: LF
Price:
$571,62
Total:
$24,008.04
1.40 Modular Block Retaining Wall
Quantity: 304 UOM: SF
Price:
$122.78
Total:
$37.325.12
1.41 Solid Sod
Quantity: 4915 UOM: SY
Price:
$4.651
Total:
$22,854.75
1.42 Solid Sod (Zoysia)
Quantity: 260 UOM: SY
Price:
$14.18
Total:
$3,686.80
1.43 Additional Watering
Quantity: 52 UOM: MG
Price
$214.89
Total:
$11,174.28
1.44 Remove and Replace Mailboxes
Quantity: 2 UOM: EA
Price:
$728.65
Total:
F $1,457.30
1.45 4" Pavement Marking (Paint)
Quantity: 705 UOM: LF
Price:
$3.36
Total:
$2,36780
1.46 6" Pavement Marking (Thermoplastic)
Quantity: 8324 UOM: LF
Price:
$1.631
Total:
$13,568.12
1.47 12" Pavement Marking (Thermoplastic)
Quantity: 274 UOM: LF
Price:
$7.851
Total
$2,150.90
Page 5 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.48 24" Pavement Marking (Thermoplastic)
Quantity: 1120 UOM: LF
Price: $16.82
Total:
$18 838.40
1.49 Yield Lines (Thermoplastic)
Quantity: 9 UOM: LF
Price: $28.03
Total:
$252.27
1.50 Pavement Symbols (Arrows - Thermoplastic)
Quantity: 17 UOM: EA
Price: $420.38
Total:
$7,146.46
1.51 Pavement Symbols (ONLY - Thermoplastic)
Quantity: 6 UOM: EA
Price: $504.45
Total:
$3, 276.70
1.52 Pavement Symbols (Handicap Symbol - Thermoplastic)
Quantity: 1 UOM: EA
Price: $448.40
Total:
$448.40
1.53 Pavement Symbols (Helmeted Bicyclist - Thermoplastic)
Quantity: 1 UOM: EA
Price: $364.33
Total:
1 $364.33
1.54 Preformed Brick Pattern (Thermoplastic)
Quantity: 2880 UOM: SF
Price: $22.42
Total:
1 $64,569.60
1.55 Standard Street Sign Installation
Quantity: 9 UOM: EA
Price: $409.17
Total:
$3,682.53
1.56 Erosion Control
Quantity: 1 UOM: LS
Price: $26,707.04
Total:
$26,707.04
1.57 Traffic Control and Maintenance (Phase 1)
Quantity: 1 UOM: LS
Price: $213.513.24
Total:
$213,513.24
1.58 Traffic Control and Maintenance (Phase 2)
Quantity: 1 UOM: LS
Price: $17.375.50
Total:
$17 375.50
1.59 Traffic Control and Maintenance (Phase 3)
Quantity: 1 UOM: LS
Price:
$5,605.00
1.60 Traffic Control and Maintenance (Phase 4)
Quantity: 1 UOM: LS
Price:
$10,649.50
1.61 Portable Changeable Message Sign
Quantity: 412 UOM: Day
Price:
$129.41
1.62 Aggregate Base for Roadway Maintenance
Quantity: 100 UOM: Ton
Price:
$86.29
1.63 Handicap Ramp Concrete
Quantity: 148 UOM: SY
Price:
$130.11
1.64 Project Signs
Quantity: 2 UOM: EA
Price:
$1,824.99
1.65 Cold Milling Asphalt Pavement
Quantity: 17254 UOM: SY
Price:
1.66 Tree Protection Fencing
Quantity: 1200 UOM: LF
Price:
Total: 1 $5, 605.00
Total: 1 $10,649.50
Total: $53,316.92
Total: 1 $8,629.00
Total: 1 $19.256.28
Total: 1 $3,649.98
Total: I$116,809.58
Total: 1 $5, 232.00
Page 6 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.67 Portland Cement Concrete Base (6" U.T,)
Quantity: 51 UOM: SY Price $137.51 Total: F $7,013.01
1.68 8" Thick Colored Concrete Crosswalk (Apple Red)
Quantity: 320 UOM: SY Price: $228.35 1 Total: F $73,072.00
1.69 6" Thick Stamped (Cobblestone) & Colored Concrete (Dark Granite)
Quantity: 145 UOM: SY Price: $417.59 1 Total: $60,550.55
1.70 8" Thick Portland Cement Concrete Pavement
Quantity: 4 UOM: SY
Price: $192.09 1
Total:
$768.36
1.71 4" Thick Colored Concrete (Dark Granite)
Quantity: 72 UOM: SY
Price: $428.31 1
Total:
F $30,838.32
1.72 Decorative Fence
Quantity: 795 UOM: LF
Price: $161.19 1
Total:
$128,146.05
1.73 Decorative Fence (Custom)
Quantity: 460 UOM: LF
Price: $190.82 1
Total:
F $87.777.20
1.74 Drop Inlet Adjusted to Grade
Quantity: 5 UOM: EA
Price:
$2,491.61
Total:
$12,458.05
1.75 Junction Box Adjusted to Grade
Quantity: 1 UOM: EA
Price:
$3,871.88
Total:
$3 871 88
1.76 Gravity Block Retaining Wall
Quantity: 1837 UOM: SF
Price:
$91.45
Total:
F $167,993.65
1.77 Concrete Wheel Stop
Quantity: 5 UOM: EA
Price:
$248.86
Total:
$1,244.30
1.78 Detectable Warning Brick Paver
Quantity: 788 UOM: SF
Price:
$48.51
Total:
$38,225.88
1.79 Seal Coat
Quantity: 452 UOM: SY
Price
$10-091
Total:
F $4,560. 8]
1.80 System Local Controller TS2-Type 2, E-Net (8 Phases)
Quantity: 1 UOM: EA
Price
$36,901.08 1
Total:
$36,901.08
1.81 Traffic Signal Controller (Modification)
Quantity: 14 UOM: EA
Price.
$4,147.70 1
Total
$58,067.80
1.82 Ethernet Switch, T100 Hardened (8-Port)
Quantity: 1 UOM: EA
Price:
$3.138.80 1
Total:
$3,138.80
1.83 E-Net Cable (Exterior Cat 5E)
Quantity: 62 UOM: LF
Price:
$4.48 1
Total:
$277.76
1.84 Local Radio (E-Net 5.8) With Antenna
Quantity: 1 UOM: EA
Price:
$1,451.70
Total:
$1,451.70
1.85 Battery Backup System
Quantity: 2 UOM: EA
Price.
$16,835.18
Total:
$33,670.36
Page 7 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.86 Traffic Signal Head, LED, (3 Section, 1 Way)
Quantity: 8 UOM: EA
Price
$1,457.30
Total
$11,658.40
1.87 Traffic Signal Head, LED, (4 Section, 1 Way)
Quantity: 5 UOM: EA
Price
$1,569 40
Total:
1 $7,847.00
1.88 Central Control Unit
Quantity: 2 UOM: EA
Price:
1 $5,628.54
Total
1 $11,257.08
1.89 Pole Mounted Assembly
Quantity: 16 UOM: EA
Price:
$1,763.33
Total:
1 $28,213.28
1.90 Countdown Pedestrian Signal Head, LED
Quantity: 16 UOM: EA
Price:
$1,203.95
Total:
$19,263.20
1.91 Traffic Signal Cable (5C/12 A.W.G.)
Quantity: 2033 UOM: LF
Price:
$3.64 i
Total.
$7.400.12
1.92 Traffic Signal Cable (5C/14 A.W.G.)
Quantity: 1651 UOM: LF
Price:
$2.52
Total:
$4,160.52
1.93 Traffic Signal Cable (7C/14 A.W.G.)
Quantity: 252 UOM: LF
Price.
$3.361
Total:
1 $846.72
1.94 Traffic Signal Cable (20C/14 A.W.G.)
Quantity: 776 UOM: LF
Price:
$4.76
Total:
1 $3,693.76
1.95 Electrical Conductors -In -Conduit (1C/8 A.W.G., E.G.C.)
Quantity: 1336 UOM: LF
Price:
$1.681
Total:
1 $2,244.48
1.96 Electrical Conductors -In -Conduit (2C/6 A.W.G.)
Quantity: 87 UOM: LF
Price:
$2.50
Total: $217.50
1.97 Galvanized Steel Conduit (2")
Quantity: 14 UOM: LF
Price
$33.57
Total. $469.98
1.98 Non -Metallic Conduit (2")
Quantity: 71 UOM: LF
Price
$28.03
Total: $1,990. 31
1.99 Non -Metallic Conduit (3")
Quantity: 1069 UOM: LF
Price
$56.05
Total: 1 $59,917.45
1.100 Concrete Pull Box (Type 2)
Quantity: 7 UOM: EA
Price:
$1,345.71
Total:
$9,419.97
1.101 Concrete Pull Box (Type 1 HD)
Quantity: 1 UOM: EA Price $1.680.00 Total: $1.680.00
1.102 Concrete Pull Box (Type 2 HD)
Quantity: 4 UOM: EA Price: $2,045.00 Total. $8.180.00
1.103 Traffic Signal Mast Arm And Pole With Foundation (50')
Quantity: 1 UOM: EA Price. $47,082.00 Total: $47,082.00
1.104 Traffic Signal Pedestal Pole With Foundation
Quantity: 14 UOM: EA Price $8,517.14 Total: 1 $119,239.96
Page 8 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.105 Service Point Assembly (2 Circuits)
Quantity: 1 UOM: EA
Price:
$4,480.00
Total:
$4,480.00
1.106 Removal Of Traffic Signal Equipment
Quantity: 1 UOM: LS
Price:
$5,610.00
Total
F $5,610.00
1.107 18" Street Name Sign (Install Only)
Quantity: 1 UOM: EA
Price:
$390.00
Total:
$390.00
1.108 Video Cable
Quantity: 424 UOM: LF
Price:
$4.551
Total:
F $1,929.20
1.109 Video Detector (IP)
Quantity: 4 UOM: LF
Price:
$8,582.50
Total:
$34,330.00
1.110 Video Cable (Exterior CAT 5E)
Quantity: 686 UOM: EA
Price:
$4.551
Total:
F $3,121.30
1.111 Video Monitor (CLR)
Quantity: 1 UOM: EA
Price:
$1,700.00
Total:
$1,700.00
1.112 Central Control Unit (8 Channel)
Quantity: 1 UOM: EA
Price:
$55,060.00 J
Total:
F $55,060,00
1.113 Adjust Water Valve to Grade
Quantity: 1 UOM: EA
Price:
$1,050.00
Total:
$1,050.00
1.114 Adjust Sanitary Sewer Manhole to Grade
Quantity: 8 UOM: EA
Price
$1,726.25
Total:
F $13,810.00
1.115 Remove, Salvage, and Reinstall Monument Sign
Quantity: 1 UOM: EA
Price:
$5,290.00
Total:
F $5,290.00
1.116 Reinforced Concrete Wall System with Native Stone Veneer
Quantity: 460 UOM: LF
Price:
$705.52
Total:
$324,539.20
1.117 Benches, Installed
Quantity: 3 UOM: EA
Price:
$3.183.98
Total:
$9,551.94
1.118 Trash Receptacles, Installed
Quantity: 3 UOM: EA
Price:
$3,580.09
Total:
F $10,740,27
1.119 Bus Shelters, Installed
Quantity: 1 UOM: EA
Price:
$97,125.01 1
Total.
$97,125.01
1.120 Placemaking Elements
Quantity: 2 UOM: EA
Price
$21,292.22 1
Total:
$42,584,44
1.121 Precast Monument Base
Quantity: 6 UOM: EA
Price:
$4,181.99
Total:
$25,091,94
1.122 Trees
Quantity: 24 UOM: EA
Price:
$492.12
Total:
$11.810.88
1.123 Plantings
Quantity: 360 UOM: SF
Price:
$19.90
Total:
$7,164.00
Page 9 of 13 pages Vendor: Benchmark Construction Company
Bid 24-34 Addendum 5
1.124 Irrigation
Quantity: 1 UOM: LS
Price:
$3,833.82 1
Total:
$3.833.82
1.125 Street Lighting Assembly & Associated Hardware (Standard
Foundation), Installed
Quantity: 8 UOM: EA
Price:
1 $28,585.50 1
Total:
$228,684.00
1.126 Street Lighting Assembly & Associated Hardware (Shallow Foundation), Installed
Quantity: 3 UOM: EA
Price:
$29,146.00
Total:
$87, 338.00
1.127 Pedestrian Lighting Assembly & Associated Hardware
(Standard Foundation), Installed
Quantity: 29 UOM: EA
Price:
1 $12,891.50
Total:
1 $373,853.50
1.128 Pedestrian Lighting Assembly & Associated Hardware
(Shallow Foundation), Installed
Quantity: 9 UOM: EA
Price:
$13,452.00
Total:
$121,068.00
1.129 ACHM Pavement Permanent Repair
Quantity: 150 UOM: SY
Price:
$163.61
Total:
$24,541.50
1.130 Electrical Service Connection
Quantity: 1 UOM: LS
Price:
$36,532.27
Total:
$36,532.27
1.131 Irrigation and Landscape Repairs (Allowance)
Price:
$12,000.00
Total:
$12,000.00
1.132 Concrete Steps
Quantity: 7 UOM: SY
Price:
$1,716.441
Total:
1 $12,015.08
1.133 Stockpiling and Testing of Excess Material
Quantity: 1 UOM: LS
Price:
$27.842.80
Total:
$27,842.80
1.134 Disposal of Hazardous Material
Quantity: 100 UOM: CY
Price:
$588.24
Total:
$58,824.00
1.135 12-Inch DR-14 PVC C900 Water Main
Quantity: 3000 UOM: LF
Price:
$226.34
Total:
$679,020.00
1.136 8-Inch DR-14 PVC C900 Water Main
Quantity: 700 UOM: LF
Price:
$150.24
Total:
$105,168.00
1.137 6-Inch DIP CL350 Water Main
Quantity: 60 UOM: LF
Price:
$148.32
Total:
$8 89972
1.138 4-Inch DR-14 PVC C900 Water Main
Quantity: 20 UOM: LF
Price:
$145.23
Total:
$2,904.60
1.139 2" SIDR-7 HDPE Service Line
Quantity: 360 UOM: LF
Price
$121.93
Total:
$437894.80
1.140 1" CTS Coated Copper Tubing Service Line
Quantity: 200 UOM: LF
Price:
$69.67
Total:
$13,934.00
1.141 1" HDPE Service Line
Quantity: 625 UOM: LF
Price
$45.76
Total:
$28,600.00
1.142 12"X12" Tapping Sleeve
Quantity: 1 UOM: EA
Price
$9,997.08
Total:
$9,997.08
Page 10 of 13 pages Vendor: Benchmark Construction Company
Bid 24-34 Addendum 5
1.143 8"X8" Tapping Sleeve
Quantity: 4 UOM: EA
Price:
$6,703.58 1
Total:F
$26,814.32
1.144 6"X6" Tapping Sleeve
Quantity: 1 UOM: EA
Price:
$5,138.66
Total:
$5,138.66
1.145 4"X4" Tapping Sleeve
Quantity: 1 UOM: EA
Price
$4,877.47
Total:
F $4,877.47
1.146 2"X2" Tapping Saddle
Quantity: 2 UOM: EA
Price
$2,154.56 1
Total:
F $4,309.12
1.147 12"X2" Service Saddle and 2" Ball Valve w/Box
Quantity: 10 UOM:, EA
Price:
$3,764.72 1
Total:
$37,647.20
1.148 8"X2" Service Saddle
Quantity: 1 UOM: EA
Price:
$4,800.86 1
Total:
F $4,800.86
1.149 8"X1" Service Saddle
Quantity: 6 UOM: EA
Price:
$2,133.67
Total:
F $12,802.02
1.150 12" Butterfly Valve w/Box
Quantity: 7 UOM: EA
Price:
$12,026.81 1
Total.
$84,187.67
1.151 12" Gate Valve
Quantity: 1 UOM: EA
Price:
$8,531.17
Total:
$8,531.17
1.152 8" Gate Valve w/Box
Quantity: 18 UOM: EA
Price:
$5,366.79
Total:
$96,602.22
1.153 6" Gate Valve w/Box
Quantity: 8 UOM: EA
Price:
$3,767.12 1
Total:
$30,136.96
1.154 4" Gate Valve w/Box
Quantity: 1 UOM: EA
Price:
$3,243.55 1
Total.
$3,243.55
1.155 2" Gate Valve w/Box
Quantity: 1 UOM: EA
Price:
$2.544.38
Total:
$2,544. 8]
1.156 16-Inch Min. Diameter Steel Encasement by Direct Bury
Quantity: 70 UOM: LF
Price:
$487.23 1
Total
$34,106.10
1.157 Cut and Cap Existing Water Main
Quantity: 13 UOM: EA
Price:
$2,985.47
Total:
$38,811.11
1.158 Connect New Water Main To Existing Water Main
Quantity: 9 UOM: EA
Price:
$3,654.34 1
Total:
$32,889.06
1.159 Salvage Existing Fire Hydrant
Quantity: 1 UOM: EA
Price:
$1,670.92 1
Total:
F $1,670.92
1.160 Abandon Existing Valve
Quantity: 9 UOM: EA
Price
$665.12 1
Total:
$5,986.08
1.161 Abandon Existing Meter Setting and Service Line
Quantity: 18 UOM: EA
Price
$682.39
Total:
$12,283.02
Page 11 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.162 New Single Water Meter Setting
Quantity: 15 UOM: EA
Price:
$2,039.22
Total: $30,588,30
1.163 Reconnect Existing Meter (Single)
Quantity: 2 UOM: EA
Price:
$1,148.04
Total: $2,296.08
1.164 Reconnect Existing Meter (Double)
Quantity.2 UOM: EA
Price:
$1,467.52
Total: $2,935:04
1.165 Connect New Water Service Line to Existing Service Line
Quantity: 16 UOM: EA
Price:
$1,300.30
Total: $20,804.80
1.166 Three -Way Fire Hydrant Assembly
Quantity: 7 UOM: EA
Price:
$10,302.64
Total: $72,118.48
1.167 Ductile Iron Fittings
Quantity: 3750 UOM: LB
Price.
$53.44
Total: $200,400.00
1.168 12" Anchor Collar
Quantity: 1 UOM: EA
Price
$2,845.46
Total: 1 $2,845.46
1.169 8" Anchor Collar
Quantity: 4 UOM: EA
Price:
$1,722.93
Total: 1 $6,891.72
1.170 Temporary Asphalt Pavement Repair
Quantity: 2000 UOM: SY
Price:
$32.73
Total: F $65,460.00
1.171 Permanent Pavement Repair
Quantity: 350 UOM: SY Price:
$163,61
Total: $57,263.50
1.172 Full Depth Class 7 ABC Backfill
Quantity: 5000 UOM: LF Price:
$56.24
Total: $281,200.00
1.173 Flowable Fill To Fill Existing Water and Sewer Mains
Quantity: 3600 UOM: LF Price
$24.51
Total: $88,236.00
1.174 8-Inch PVC SDR-26 PVC Sanitary Sewer
Quantity: 360 UOM: LF
Price:
$551.90
Total:
$198,684.00
1.175 6-Inch PVC SDR-26 PVC Sanitary Sewer
Quantity: 25 UOM: LF
Price:
$220.39
Total:
$5,509.75
1.176 Abandon Existing Manhole
Quantity: 2 UOM: EA
Price
$4,293.43
Total:
F $8,586.86
1.177 Remove Existing Manhole
Quantity: 3 UOM: EA
Price
$3,391.03
Total:
$10.173.09
1.178 Cut and Plug Existing Sanitary Sewer
Quantity: 2 UOM: EA
Price
$2,460.60
Total:
1 $4,921.20
1.179 4' Diameter Manhole with Standard Frame and Cover
Quantity: 2 UOM: EA Price: $11,378.15
1.180 4' Diameter Drop Manhole with Standard Frame and Cover
Quantitv:2 UOM: EA Price: 1 $16,596.41
Total: $22,756. 01
Total: $33,192.82
Page 12 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
1.181 4' Diameter Flat -Top Manhole
Quantity: 1 UOM: EA
1.182 Inlet Junction Box Back Opening
Quantity: 2 UOM: EA
2 Package Header
DEDUCTIVE ALTERNATE #1
Quantity: 1 UOM: EA
Package Items
2.1 Traffic Control and Maintenance (Phase 3)
Quantity: 1 UOM: LS
2.2 8" Thick Colored Concrete Crosswalk (Apple Red)
Quantity: 320 UOM: SY
2.3 Traffic Signal Controller (Modification)
Quantity: 2 UOM: EA
13 1 Line deleted as part of an Addendum
Price 1 $11,064.27 Total: 1 $11,064.27
Price: $4,977.24 1 Total. $9,954.48
Total: $75,286.80
Price: $5,250.00 1 Total: $5,250.00
Price: 1 $195.74 1 Total; F $62.636.80
Price 1 $3,700.00 1 Total: $7,40700
Response Total: $9,289,956.34
Page 13 of 13 pages Vendor: Benchmark Construction Company Bid 24-34 Addendum 5
413RC
I N S U R A N C E
5500 Euper Lane
PO Box 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca.com
Bid Bond
KNOW ALL MEN BY THE4E PR1wSFNl'S, 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
(Harr insert full nnme and nddres.s nr legal title nf.Sure.ry)
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, arc held and firmly bound unto
(Hero insert full name and address orlagal title of Owner)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereirtafter called the Obligee, in the Sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dulltu s (S 5% ), for the rayrticnt
of which sum well and truly to be made, the said 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 College Ave North St to Sycamore Improvements
(Here insert full natne, address and description of projerr)
NOW, THEREFORE, if the Obligee sball accept the bid of the Principal and the Principal shall enter into a Contract
with the Ohligee in nernrdanre 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 give such bond or bonds, if the Principal shall pay to the Obligec the difference not to exceed
the penalty hereof between the atnouat specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covcrcd 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 June
2024
Benchmark Construction of NWA, Inc. _
'— - � (1'rrncrpvi) •----�� _____--
(Title)
Westfield_ Insurance Company
(Surety) -
(witllesx) — ---- - —
�Tit/eJ
Mary A n Justice ,Attorney -In -Fact
AIA Document A31 Om —1970. Copyright 0 19S3 and 1970 by The American Instlute of Architects.
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 authu! :tv 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
ULIA , OR BANK DEPOSITORY BONDS.
and to hind 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 01-110 FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive ur other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Atiorney(s)•m-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
„•M,,,,. WIN„
Corporate *• `YA.�Z�",t .q..... "','•, \�SU WESTFIELD INSURANCE COMPANY
Seals �i0� C`�,' ems;.,•• YSG ; QS ......%Z/f�., WESTFIELD NATIONAL INSURANCE COMPANY
Affixed ���: ' .a. to ': �: e� OHIO FARMERS INSURANCE COMPANY
ItY
� `CNAA1fQf0'
a�? f r
,n `�' n'; SEALn
3
•m=
1848
State of Ohio "' *' ' """ ` BY
County of Medina ss . Gary W. wmper, Nationa Suret Leader and
Senior i xecutive
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 rc,idcs in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANI�E COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies: that the seals ,tinxcd 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 signu(, his name thereto by like order.
Notarial
Seal . ``, ,F11 A t. S"•, /u///
Affixed
State of Ohio David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: -.: v x,• i My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
TE-CFO,
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 c(:;)v 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 Pffect.
In INiiness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this127th day of
June A•D•• 2C24
Q�asunA� ,'' ����'s, \NSU
SEA 1 . ` ` SEAL. _'�: �NIiRTfaf�'.3
Frank A. Carrino, Secretary
BPOAC2 (combined) (03-22)
CITY OF
FAYETTEVILLE
r ARKANSAS
Bid Check List
Bid 24-34, Job 040887, NORTH ST. — SYCAMORE ST. (COLLEGE AVE.)
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details
necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents.
Information is shown below only as a matter of convenience. Use of this checklist does not relieve the
Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation
of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope;
however, using this form itself is NOT a requirement.
5% Bid Bond of the amount bid accompanied by required documentation (Power of
Attorney, etc.)
In lieu of a bid bond, the bidder may submit a cashier's check for at least five
percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers
checks shall be made payable to the City of Fayetteville, AR.
IZAll addenda shall be signed, acknowledged, and submitted on the appropriate forms
(submitting the actual addendums or marking acknowledgement on other bid pages).
2 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.
aAll bidders shall submit the following forms with each bid:
Bid Form,
Bid Bond,
List of Subcontractors,
r/ List of Manufacturers,
ffAnti-Collusion and Debarment Certification,
Page 1 of 2
CITY OF
FAYETTEVILLE
�! ARKANSAS
Bid Check list
Bid 24-34 , lob 040881, NORTH ST. — SYCAMORE ST. (COLLEGE AVE.)
QCertification for Federal -Aid Contracts,
acertification to Submit Disadvantaged Business Enterprise Participation,
Disadvantaged Business Enterprise Participation
All pages provided with signature lines shall be appropriately signed, dated accordingly,
and included with submitted bid documents.
All bid documents shall be delivered in a sealed envelope to the address listed below or
submitted electronically via City bidding software before the stated deadline on the
coversheet of the bid. All bids should be delivered with the name of the bidder (contractor)
on the sealed envelope as well as the bidder's Arkansas Contractors License Number
(This is a Federal Aid Project and therefore a License Number is not required for bidding).
A State of Arkansas Contractor's License is not required to bid on the project; however,
no contractor shall submit a bid prior to submitting an initial application (which does not
require a full audit) for licensure, and no construction contract shall be executed until the
successful bidder has furnished an appropriate license issued by the State of Arkansas
Contractor's Licensing Board.
City of Fayetteville, AR
Purchasing Division — Suite 306
113 W. Mountain
Fayetteville, AR 72702
CONTRACTOR NAME: I�E'Al('�1.1►2t,yaP� ('ate—�� , TCTrn�I
ARKANSAS CONTRACTORS LICENSE NUMBER: N/A
(This is a Federal Aid Project and therefore a License Number is not required for bidding)
Page 2 of 2
CITY OF
FAYETTEVILLE
ARifANSAS
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 reouirements of the bid documents. Use of this checklist does not relieve the Bidder
from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders
are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement.
[a5% 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
L—Vi 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
[J'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
o�=a+.'et_evii!ear. 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 proof of application #: 53R167f on? OR submit electronically.
• Arkansas Contractor License OR proof of application #: 00335005?� 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 answ : YES r 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 answe YES r NO
ir•IecommumcaCtms De•r.ce `or tre ^,e.+f MD:•."9'• 521 1 316
1 : 3 West Mountain - Fayettew!le. AR 72701
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT SEE ATTACHED
Contract Name: North St. — Sycamore St. (College Ave.) (Fayetteville) (S)
Bid #: 24-34, Construction
Date: 6_ 7 _ A'7 q
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company gFNCHMARK CONSTRtI .TION OF NWA IN(-
333 WEST POPLAR STREET, STE A
Name FAYETTEVILLE, AR 72703
Address
Principal Office above
< 1UL2� 1ra�partnership, individual, joint
venture, other Corporation
(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/architect contact, amount of contract, surety, and estimated completion
date.)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect
00140 Bidder Qualifications 00140 - 1
UOCt(MI:� h 0(I1�0 — 131UU1:lt's (A ALIFICATION S'I .%'I-l.:NIE\1' (continued)
contact, amount of contract, surety, and date of completion and percentage of the cost
of the Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
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):
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 - 2
DOCUMENT 00140 - I31DDFR's OUALIFWATION STATEM NT (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:
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:
Jud,-nmenl Creditors Where Docketed and Date Amount
a.
a
00140 Bidder Qualifications 00140-3
DOCUMENT 00140—BIDDER's OUALIFICATION STATEMENT (continued)
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: / , d 7 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 00400 — 131D FORM
Contract Name: North St. — Sycamore St. (College Ave.) (Fayetteville) (S)
Bid Number: 24-34
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: BENCHMARK CONSTRUCTION OF NWA, INC.
333 1NE T POPLAR 5 I BEET, 5TE A
FAYETTEVILLE, AR 72703
ARTICLE 1 - INTENT
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement
with Owner in the form included in the Contract Documents to perform and furnish all Work as
specified or indicated in the Contract Documents for the Bid price and within the Bid time
indicated in this Bid and in accordance with the other terms and conditions of the Contract
Documents.
ARTICLE 2 - TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders,
including without limitation those dealing with the disposition of Bid security. This Bid will
remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Agreement with the Bonds and other
documents required by the Bidding Requirements within 15 days after the date of Owner's Notice
of Award.
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bid Documents, and the following
Addenda, receipt of all which is hereby acknowledged:
Number
00400-Bid Form 00400-1
Date
6-4, 6-6 6-14 124 6-94 [A-pP by ly
DOCI NIhIN l 00400 — BID FORM (continued)
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, investigations, explorations, tests,
studies, and data concerning conditions (surface, subsurface, and Underground Facilities)
at or contiguous to the Site or otherwise which may affect cost, progress, performance, or
furnishing of the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Bidder and safety
precautions and programs incident thereto.
F. Bidder does not consider that any additional examinations, investigations, explorations,
tests, studies, or data are necessary for the determination of this Bid for performing and
furnishing of the Work in accordance with the times, price, and other terms and
conditions of the Contract Documents.
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.
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
00400-Bid Form 00400-2
DOCUMENT 00400 — BII) FORM (continued)
indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has
not solicited or induced any person, firm, or a corporation to refrain from bidding; and
Bidder has not sought by collusion to obtain for himself any advantage over any other
Bidder or over Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety standards
set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart
P - Excavations.
ARTICLE 4 - BII) 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 price(s)
submitted by the Bidder.
This bid includes one (1) deductive alternate. Bidders shall submit fair, marketable representation
for bid pricing for all deductive alternates. Failure to submit fair, marketable representation
pricing for deductive alternates can result in rejection of bid at the discretion of the City. If
deductive alternates are utilized, they shall be taken in order.
The deductive alternate includes removal of the "8" Thick Colored Concrete Crosswalk (Apple
Red)" and the associated traffic control phase and signal modifications that are necessary for
construction of the concrete walk.
00400-Bid Form 00400 - 3
DOCUMENT 00400 - BID FORM (continued)
ARTICLE 5 - CONTRACT ITEMS
5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final
payment within the number of calendar days indicated in the Agreement. Bidder certifies that
they are not debarred from doing business with any government entities.
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 5% bid bond Dollars
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:
Email: benchmarkconst@att.net
Phone No. 479-251-1316
Fax No. 479-251-1319
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. 0033500525
If Bidder is:
An Individual
Name (type or printed):
By:
Doing business as:
(Individual's Signature)
00400-Bid Form 00400 - 4
(SEAL)
DOCUMENT 00400 — BID FORM (continued)
Business address:
Phone No.. Fax No.
Email address
A Partnership
Partnership Narne: (SEAL)
By
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No. Fax No.
Email address:
✓ A Corporation or LLC
Corporation Name: BPnrhmark rnnctrnirtinn Company nt NVVA Inr (SEAL)
State of Incorporation: Arkansas
Typf lueneral Mu Professional, Service, Limited Liability):
By:
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed): Stephen Smith, CEO
Title: CEO
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary)
Phone No. Fax No.
Email address: r7,74
Tax ID Number (TIN):
UEI # L. gNZV64 M R 2 9 y
Cage Code: 966 R 2.
00400-Bid Form 00400 - 5
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for:
NORTH ST. — SYCAMORE ST. (COLLEGE AVE.) (FAYETTEVILLE) (S)
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 _/�r�IGWNtiQ6Z
SWPPP/Erosion Control Rt•�Gf �✓t'1 �aR+� /'b
Asphalt r A�.r"`� �1C 6 Z
Concrete
Landscaping
Material Testing
M 13:� T�R!?.t1C8iV
Other (designate)
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bidder's Signature
END OF DOCUMENT 00430
00430 List of Subcontractors 00430-1
Rev. 12-13-16
Rev. 10-16-19
CITY OF FAYETTEVILLE
CERTIFICATION TO SUBMIT DBE PARTICIPATION
JOB 040887
Page 7 of 7
FAILURE TO COMPLY WITH ONE OF THE FOLLOWING SHALL RENDER THIS
BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION
(1) SUBMITTAL OF R .'QL11R1:D DBE PARTICIPATION INFORiIATION,
,,4 SUBMITTAL OF I)OCUN]ENTATION 01: GOOD FAITH EFFORTS. OR
(3) SUIBN91TTAL OF 1-111 CERTIFICATION -1'0 SUBN-IIT DBE PA10-1CIPA ION
By submitting a proposal, the undersigned bidder irrevocably certifies that an amount equal to or
greater than the Disadvantaged Business Enterprise (DBE) Goal of 11.00% established for this
project will be performed by certified Disadvantaged Business Enterprise firms and the required
DBE participation information will be submitted within 5 calendar days of the date of the bid
opening.
Within five (5) calendar days of the date of the bid letting, all bidders shall furnish the required
DBE Participation information to the Owner on the forms provided to be considered a responsive
bid. If a conditional award has been made and the successful bidder has not furnished the
required information, the proposal will be rejected and their proposal guaranty forfeited. The
proposal guaranty shall become property of the Owner, not as a penalty, but in liquidation of
damages, sustained to the DBE Program. Award may then be made to the next lowest, responsive
bidder or the work may be re -advertised as the Owner may decide.
Only work, materials, or services that will actually be provided by DBE firms will be credited
toward the goal. The DBE firm's certification must be fully in effect at the letting date.
As an alternative, documentation of Good Faith Efforts to meet the DBE goal may be submitted
to the Owner prior to the deadline for proposals to be received.
Date
Signature (Owner/Agent)
(!;E �!)
Title
Rev. 11-29-99
Rev. 1-13-15
Rev. 12-13-16
ARKANSAS DEPARTMENT OF TRANSPORTATION
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION
JOB 040887
NOTE: PROPOSED PARTICIPATION BY DBEs MAY BE SHOWN BELOW AND SUBMITTED WITH
BIDDER'S PROPOSAL, OR THE REQUIRED INFORMATION MAY BE SUBMITTED IN KEEPING
WITH THE STANDARD SPECIFICATIONS AND THE SPECIAL PROVISIONS "GOALS FOR
DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION" AND "DISADVANTAGED
BUSINESS ENTERPRISE BIDDER'S RESPONSIBILITIES".
As provided in the Special Provision "Goals for Disadvantaged Business Enterprise Participation",
the undersigned bidder proposes to use the certified DISADVANTAGED BUSINESS ENTERPRISE
DBE subcontractors listed below to meet the goal of 11.00% of the total contract by DBEs. Only work
or services that will actually be provided by the DBE firm(s) should be shown.
If any firm listed above is a regular dealer, but not a manufacturer, the total amount of the agreement
and the amount to be credited (60%) should be recorded on this form.
Total for DBEs - $ ? �11 or �_ % of bid.
(Contractor)
Title: <1_1 _5E7_1�_
The named DBE subcontractors confirm their participation in the contract as provided in the commitment.
DBE Firm: DBE O+vner or >uthoriied Rerresentatkc's Signature:
I.
2.
I
4.
12/15/11
Page I of 2
THE CITY OF FAYETTEVILLE
SUPPLEMENT TO PROPOSAL
ANTI -COLLUSION AND DEBARMENT CERTIFICATION
FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID
NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION.
As a condition precedent to the acceptance of the bidding document for this project, the bidder shall file
this Affidavit executed by, or on behalf of the person, firm, association, or corporation submitting
the bid. The original of this Affidavit shall be filed with the City of Fayetteville at the time
proposals are submitted.
AF FI DAVI T
I hereby certify, under penalty of perjury under the laws of the United States and/or the State of
Arkansas, that the bidder listed below has not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in
connection with the submitted bid for this project, is not presently barred from bidding in any other
jurisdiction as a result of any collusion or any other action in restraint of free competition, and that the
foregoing is true and correct.
Further, that except as noted below, the bidder, or any person associated therewith in the capacity of
owner, partner, director, officer, principal investigator, project director, manager, auditor, or any
position involving the administration of Federal funds:
a. is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility
by any Federal agency;
b. has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal
agency within the past 3 years;
c. does not have a proposed debarment pending; and
d. has not been indicted, convicted, or had an adverse civil judgment rendered by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
12/ 15/ 11 Page 2 of 2
THE CITY OF FAYETTEVILLE
SUPPLEMENT TO PROPOSAL
ANTI -COLLUSION AND DEBARMENT CERTIFICATION
FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID
NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION.
EXCEPTIONS:
APPLIED TO
INITIATING AGENCY DATES OF ACTION
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. Providing false information may result in criminal prosecution or administrative
sanctions.
Job No. 040887 Benchmark Construction
�fjName of Bidder)
F.A.P. No. sTPu-s142 (s3) —��—T` —
(Signature)
JUNE 27 2024 CEO
(Date Executed)
(Title of Person Signing)
The following Notary Public certification is OPTIONAL and may or may not be completed at the
contractor's discretion.
State of )
County of )ss.
being duly sworn, deposes and says that he is
of
(Title)
and that the above statements are true and correct.
Subscribed and Sworn to before me this day of
My commission expires:
(NOTARY SEAL)
(Name of Bidder)
.20
(Notary Public)
7/26/96
Page 1 of 2
THE CITY OF FAYETTEVILLE
SUPPLEMENT TO PROPOSAL
CERTIFICATION
The prospective contractor certifies, by signing and submitting this proposal, to the best of his or her
knowledge and belief, that:
No Federal appropriated funds have been paid or will be paid, by or on his or her behalf, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or any employee of a Member of
Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal -Aid contract, the prospective contractor shall complete and submit
Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions.
(Available from Arkansas State Highway and Transportation Department, Programs and Contracts
Division).
This Certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. This Certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U. S. Code.
During the period of performance of this contract, the contractor and all lower tier subcontractors must
file a Form-LLL at the end of each calendar year quarter in which there occurs any event that requires
disclosure or that materially affects the accuracy of the information contained in any previously filed
disclosure form. Any person who fails to file the required Certification shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each failure.
The prospective contractor also agrees by submitting his or her proposal that he or she shall require that
the language of this Certification be included in all lower tier subcontracts which exceed $100,000 and
that all such subcontractors shall certify and disclose accordingly.
7/26/96
Page 2 of 2
THE CITY OF FAYETTEVILLE
SUPPLEMENT TO PROPOSAL
CERTIFICATION
THIS CERTIFICATION SHALL BE COMPLETED BY THE BIDDER AS
PART OF THIS PROPOSAL
The bidder Benchmark Construction proposed subcontractor
hereby certifies that he has V has not . participated in a previous contract or
subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or
11246, and that he has '1 . has not , filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal Employment Opportunity, all
reports due under the applicable filing requirements.
(Currently, Standard Form 100 [EEO-1 ] is the only report required by the Executive Orders or their
implementing regulations.)
JOB NO. 0407887
F.A.P. NO. STPU-9142
JUNE 27, 2024
Benchmark Consinichnn Comfy of NWA Inc
(Coil paiiy)
By:
(Signature)
CEO
(Date Executed) (Title of Person Signing)
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7 (b) (1)), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are
set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that
41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a
report covering the delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor.
BENCHMARK CONSTRUCTION COMPANY, INC.
June 27, 2024
Amanda Beilfuss
City of Fayetteville
Purchasing Manager
Re: Good Faith Effort Actions
Bid 24.34 College Ave North St to Sycamore
Dear Ms. Beilfuss,
Benchmark Construction offers the following good faith effort actions
(appendix A, part 26) in relation to the above referenced project
concerning DBE participation.
- Communications with DBE's prior to bid deadline
- Offering work that we normally self -perform to DBE
contractors. This step gives the contractor a better possibility at
reaching the 11% participation goal by offering more work to DBE
bidders.
Benchmark believes the actions above are bona fide good faith efforts
and hope the City of Fayetteville Purchasing Department finds that the
guidelines of appendix A, part 26 have been met.
The actions set forth in appendix A, part 26 are not intended to be
exclusive nor exhaustive, but If you have any questions or need additional
information, please don't hesitate to contact me.
Sincerely,
Stephen Smith
ReN. 11 ?'1 99
Res. 1-14-15
ReN. 1 _'-13-16
ARKANSAS DEPARTMENT OF TRANSPORTATION'
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION
.JOB 040887
NOTE: PROPOSED PARTICIPATION BY DBEs MAY BE SHOWN BELOW AND SUBMITTED WITH
BIDDER'S PROPOSAL, OR THE REQUIRED INFORMATION MAY BE SUBMITTED IN
KEEPING WITH THE STANDARD SPECIFICATIONS AND THE SPECIAL PROVISIONS
"GOALS FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION" AND
"DISADVANTAGED BUSINESS ENTERPRISE BIDDERS RESPONSIBILITIES".
As provided in the Special Provision "Goals for Disadvantaged Business Enterprise
Participation". the undersigned bidder proposes to use thv certified DISADVANTAGED BI'SINESS
[XI I.RPRISI: iDlilL subcontractors listed to lrnet the -oaf of 'Yo of the total contract by DBEs.
Oniv work or services that �\ ill actually be provided hy the DBF firm(s) should be -Sh(1Nn.
N:kN/IE & ADDRESS
I LINE =�
ITEM DESC'RIPTI0N
AMOUNT
Time Striping. Inc.
I
Portable Changcablc Sign
=1,424.00
P.O. Box 1210
Remove & Replace \lailboxes
650.00
Van Buren, AR 73957-1236
Reflective Paint Pavement. Markings - 4"
I 2.1 15,00
Thermo lastic Pay emem Markings - 6"
P
1 —2,11(i9.80
Thermoplastic Pa\entew Markings - 12"
1,918.01)
Thermoplastic Pavement :Markings - 24"
16,500.00
Thermoplastic Pavement Markings - Words
2 7oo.no
Thermoplastic Pavement Markings - Arrows
6,375.00
Thermoplastic Pavement Markings - (Bike)
325 00
Thermoplastic Pavement'Markings -Yield
225.00
ll-anv firm listed above is a re17ular dealer-
Preform. Thermo. - Brick Pattern Crosswalk 57.600.00
but not a manufacturer. the total amount of the agreement
and the amount to be credited (60'110 should be recorded on this term.
Total for DBEs - $
(Contractor)
Title:
or % of bid.
The named DBE subcontractors confirm their participation in the contract as provided in the commitment.
DRF. Firm: DBE Owner nr \nth,,rwed Rrnrc:entati%ds Sienaturv:
1. ant re-1
2.
3.
4.
Rev. 1 1-29-99
Rey. 1-I4-I�
Rey. 12-I3-16
ARKANSAS DEPART GENT OF TRANSPORTATION
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION
JOB 040887
NOTE: PROPOSED PARTICIPATION BY DBEs MAY BE SHOWN BELOW AND SUBMITTED WITH
BIDDER'S PROPOSAL, OR THE REQUIRED INFORMATION MAY BE SUBMITTED IN
KEEPING WITH THE STANDARD SPECIFICATIONS AND THE SPECIAL PROVISIONS
'GOALS FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION" AND
`DISADVANTAGED BUSINESS ENTERPRISE BIDDER'S RESPONSIBILITIES".
As provided in the Special Provision "Goals lur Disadvantaged Business Enterprise
Participation-'- the undersigned bidder propose; to use the certified DISADVANTAGED BUSINESS
ENTL-RPRISE t DBL) subcontractors listed below to meet the ,oal ul' `/o of the total contract by DBEs.
Only work or services that Will ❑dually be provided by the DBE tinn(s) should be shown.
NA%, ,IE & ADDRESS
LINE #
ITLIVI DESCRIPTION
AMOUNT
Time Striping. Inc.
Thennoplustic PaVdntent Markings - Handicap
400.00
P. O, Box 1236
Siand'ard Street Sign Install
3,283.00
Van Buren, AR 71-957-1236
Phase I Traffic Control
45,000.00
Phase 2 Traffic Control
9,500.00
Phase 3 Traffic Control
5,000.00
Phase 4 Tral'fiC Control
9,500.00
If anv Firm listed above is a regular dealer.
but not a manufacturer. the total amount of the aszreement
and the amount to be credited (60%) should be recorded on this form.
Total for DBEs - $
(Contractor)
Title:
or % of bid.
The named DBE subcontractors confirm their participation in the contract as provided in the commitment.
DBE Firm:
l Time Striping, Inc_
7.
3.
4.
DBE Owner or Awhorwa;d Rerrcwnt;ui%c's Sisnilurc:
DBE Certified
RI RF`. \RI:
I-l-i I7I-I.1 1 \S 117•I1171-n 101'
\\\\R li\II SI RII'I�f,((r11
I'lea,r ,Ic, .•.,� dc L,Il,n, rru hid Ili HI,-('()i I I r,! AV I\II11, 1 •\II"ITS 1'i niece 1„c 11cd I II I il• .•1 I i\:•tlr. ilk \il. iI .I, \II in•m, arc bid
Iu�rrhrr .n an " \II'• ur '•VuI h inti' genre. l :,11 R,an \r»ell at 4'9 =01s III 1- 0 u c it iu ni. 111 pric care good rnr_i0 day..
nnc I•uc; In: c n I,I„•. iJ, nc '1'."L t, ' Or I' ,I" S " I Ice L, c.-ulr t'tu r. Lei m.,,c ih:m .II ime i, ;Iincn��bcr ,:I ❑ud ac u, cl•. iu III,, i the
\ik a \„��uali, al 1r1 t;,i d l ,muann. ; Ole .\u,cn, ,n Sc.• I. ,. l cI.,II Arr,a lcm V'uhl lc U'or 1, c is L n•. I!,. \rk i, (s
\.pli,lli I'.n cinn!I A-.., i, w�•n .Ind tLc ,1i6.1n,:�, (n,, ll R„a d, r�ar,rxyl.u,,,n f r.ilnri! P, r:l oil\ I I I I I I i tnd h,u,dcd 1�,I,tm�•nl ncu'a u•e did unlllr enntr,,l
.uh.: nc r,rdl, •i ., nnnnlcd hI I,rt�l<,:n ,nai :cn l.r .nvl ,pi.d rt', •.,�n m:m.l ul, .III,.:. Ilinc Su�I,i _. Ilh lu ,er. ire all ol'rnur cnivlacl,x nc cal•:
I'I,:e,e _nr i,, :I, mull n,uicc .n h, i. d,lc ail \.nu q,cl.nu;ic r.,,l I.I cIncn I,
Job No:
LIC `s T i
COLLEGE AVE Cily: FANN'ETTEVILLE
IMPROVEMENTS
Bid Date: 06/20/2 t
Vern Aei
D"c•ription
Unit
Plan 01T
Unit Price
bent Total
604072
Portable Changeable Message Sign
Day
412.00
$52.00
$21.424.00
637RR
Remove & Replace Mailboxes
Each
2.00
$325 00
$650.00
718000
Reflectorized Paint Pavement Markings - 4" Striping
LF
705.00
$3.00
$2,115.00
719002W
Thermoplastic Pavement Markings - 6" Striping
LF
8.324.00
$1.45
$12.069.80
719005W
Thermoplastic Pavement Markings -12" Striping
LF
274.00
$7.00
$1.918.00
719006VI
Thermoplastic Pavement Markings - 24" Striping
LF
1.120.00
$15.00
$16:800.00
719201
Thermoplastic Pavement Markings - Words
Each
6.00
$450.00
$2.700.00
719202
Thermoplastic Pavement Markings - Arrows
Each
17.00
$375.00
$6.375.00
719205
Thermoplastic Pavement Marking (Bike Symbol)
Each
1,00
$325.00
$325-00
719210
Thermoplastic Pavement Marking - Yield Line
LF
9.00
$25.00
$225 00
7196PCS
Preformed Thermoplastic- Brick Pattern Crosswalk
SF
2,880.00
$20.00
$57,600.00
719HANS
Thermoplastic Pavement Markings - Handicap Symbol
EA
1.00
$400.00
$400.00
726SSSI
Standard Street Sign Install
EA
9.00
$365.00
$3.285.00
LSTC1
Phase 1 Traffic Control
LSUM
1.00
$45,000.00
$45,000.00
LSTC2
Phase 2 Traffic Control
LSUM
1.00
$9,500.00
$9.500.00
LSTC3
Phase 3 Traffic Control
LSUM
1.00
$5,000.00
$5:000-00
LSTC4
Phase 4 Traffic Control
LSUM
1,00
$9.500.00
$9,500.00
JOB SPECIFIC
NOTES:
Grand Total
$194,886.80
PAVEMENT MARKING NOTES:
CONSTRUCTION PAVEMENT MARKINGS AND REMOVAL OF PAVEMENT MARKINGS $2.00 PER L.F
TRAFFIC CONTROL NOTES:
REMOVEIREPLACE MAILBOXES PRICE IS FOR ARDOT APPROVED SUPPORT AND BOX INSTALLED AT THE END OF
CONSTRUCTION. CONTRACTOR IS RESPONSIBLE FOR REMOVING MAILBOX AND MAINTAINING DURNING CONSTRUCTION.
STANDARD STREET SIGN INSTALL INCLUDES ARDOT APPROVED POST AND SIGN DIRECT DRIVEN INTO SOIL. CORE DRILLING
IF NEEDED WILL BE THE RESPONSIBILITY OF THE CONTRACTOR.
MESSAGE BOARD PRICE IS PER BOARD PER DAY.
TRAFFIC CONTROL PRICE INCLUDES ALL SIGNS AND DEVICES SHOWN IN MOT PLANS INSTALLED ONE TIME AND REMOVED
UPON COMPLETION.
\'OYES:
1-Any work performed outside of The Sequence of Construction or work performed for the contractor that is Not Paid for By
The Owner is due upon completion ofthe work.
2-Bonding- Price does not include bonding. For questions about bonding call 479474-0452.
3-Indemnification: Time Striping, Inc. will only be liable for it's own products or actions or the products or actions of its
subcontractors. Time Striping, Inc. will not honor this quote if a contract states an) greater liabilities than stated above.
4-Please include a copy of this bid in any contract written or all these notes in their entirety. Time Striping, Inc. will not sign
any quote that does not include all of these notes.
5-Time Striping, Inc. does not include any costs associated with insurance, construction, and flagging requirements on
railroad property.
6-Time Striping Inc will not accept any contracts that requires RET'AINAGE of any amount to be held from its pay.
N.rieummt %larkinns mite.:
I- Contrlctor to be responslhlc Ior the cleanliness of the roadway for permanent strip Ing appI call on
-(tor unit prices include all mobilization; nece,san rur pavement Inarkin-_ installtulon per phased comirucuun Our prices do not Include am•
mohiIizalions require) due to pavement repair or patchm j, \,here pa\ement markings .wrc damaged or deslroced h\ others Such repair \cork will he
chal_td S2JI00 Olt for paint or 52.500 00 6or thermoplastic per mobilization plus the quraulr:orm,trkntus repalred at the. Cn1111JCt unit price
COLLEGE AVE P.bf-TC-CH Page 1 of 2
Swo, And 1;Artc (lutlrul nuirv:
I-ForaII''Renfal Equip men C including signs, drum., cones, harricaties, vertical panels, arrim hoards, message boards and portable Iraffic
signals please add Time Striping, Inc. its additional priman, insured in any contracts awarded.
2-Signs and Traffic Control
TIN: cunlracux will he rciptmslble thrall lust. damaged, or stolen sign products not paid I'or h� the stele fhu includes al I signs, stands, drums,
harncades and verUc:d panels. Nvhclhcr these Items Lire on the road or on the contraetPl s %:Lid A minimum nl'7' hours nonce is required prior to
perimmancc ol'all rsnik OM3 signs «ill he prof ided wilh ponahle stands It tr ill he the responsihllM of the contractor to relocate and remove these
siens alici the initial installation
3- hemporary Signs and Traffic Control —Price is f'or rental. initial Installation. and remoaal of traffic control devices Damuecd traffic control
device, will he billed to contractor at replacement cost rciardlcss of O%�ner s estimates Prime Conuacloi is responsible lbr all daih maintenance of
n:iflic control
a- Mailhnses and Supports — :fin supports to he Installed in sidewalk areas need io have hole; "blocked ow" lur Installation Core drilling holes not
owl-Mcd in this price and v%dl be done at an additional puce of S3ttrl!At per hole prime Contractor t,; responsible liar amp all core drilling. Mailboscs ur
suppnrlt damaged by lraflic tiller the initial irstallalrorr, %till be the re;rtatsibl lire of the Punic Contwclor ;a repair
4-Permanent SignNke — Price is permanent installed sale price vl'standurd signs and supports Prime C onitactor is rimyonsihle Ibr any'rall core drilling
6- Not responsible tin maintenance of permanent signage;
7-11rices include trallic control as listed in the sequence ofconstruction Deviations Irom the sequence mac be cause for additional charges
8-Temp linpact Allen. - Contractor shall provide loading and unittading equipment at the lobsite fur these items
9—Ad%ance Warning Signs will be covered if requested prior to Irt9tallatnon Ifan additional mobdimion Is required due to the Contractor not
notil'ving Time Striping Inc of the need to cover signs prior ro installation there will be a $ 7i0 00 charee to remobilize to cover the signs 48X48 "Road
Work' signs and 24X48 "End Road Work" siens will be covered with f itLed vinyl sign covers These are to be removed by the contractor and will be
picked up b% Time Striping Inc Lost or stolen fitted vinyl sign covers will be charged to the contractor at 515 00 each. "Do Not Pass', "Pass With
Care' and "Road Work Next" signs will he covered wilh 3 mill plastic bags and will be the responsihility of the contractor to maintain, remove and
dispose of
PLEASE EM4IL CONTRACTS TO
CINDY(. `TLVIESTRIPING.COM
.Sincereiv,
Cindv M. Williams
Time Striping, Inc
COLLEGE AVE PIW+TC-Cff Page 2 of 2
AIA G703
Contractor's Qualification Statement
SUBMITTED To: CITY OF JOHNSON
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: Bid 24-34, College Ave North St to Sycamore Improvements
§ 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: 0033500525
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 (Iogrinc(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—Garver 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
North Street Widening (on -going) —City of Fayetteville
Mission Boulevard Site Drainage and Street (on -going) —City of Fayetteville
13TH 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: $8-10 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 remaininq 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 anoutside investments (ie developing etc..) that would
distract our commitment to servingg our clients!! TKe 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
§ 6.1 Dated at this 27th day of June, 2024
Name of Organization: Benchmark Construction of NWA, Inc.
By: � � Stephcn Smith
Title: CEO
rA
GARNER
2049 E. Joyce Blvd.
Suite 105
Fayetteville, AR 72703
TEL 479.527.9100
FAX 479.527.9101
www.GarverUSA.com
Jully 12, 2024
Matt Casey, PE
Engineering Design Manager
City of Fayetteville
113 W Mountain St.
Fayetteville, AR 72701
Re. City of Fayetteville
Bid 24-34, Construction — College Avenue Improvements (North to Sycamore)
ARDOT Job 040887
Recommendation of Award
Dear Matt:
Bids were received for the "North St. — Sycamore St. (College Ave.) (Fayetteville) (S) " project in the
online bid interface at 2:00 p.m. on June 27, 2024. The bids have been checked for accuracy and
for compliance with the contract documents. A tabulation of the bids received is enclosed with this
letter.
A total of 3 bids were received on the project. Tri Star Contractors, Inc. submitted the low bid for the
project in the amount of $8,912,442.25. The Engineer's Opinion of Probable Cost was $8,837,700.00
with the City of Fayetteville certifying $10,000,000 for this project. However, the low bidder, Tri Star
Contractors, Inc., did not include all the required documents for a federally funded project as required
in the project manual. Therefore, their bid has been deemed unresponsive. The next lowest bidder
was Benchmark Construction Company of NWA, Inc. with a bid of $9,214,669.54.
We recommend that the construction contract for "North St. — Sycamore St. (College Ave.)
(Fayetteville) (S)" be awarded to Benchmark Construction Company of NWA, Inc.
Please call me if you have any questions.
Sincerely,
GARVER, LLC
Zach Moore, P.E.
Attachments: Bid Tabulation
$S88g8So88888885$8$888$$g$8��8888om8888.o�S88888soSg88$g888H$5888888SS$88
—
P.
rg
w
o6�ry
N1.S8888888888888888
888880�08888
888$88 S1S888S8888888888
8$8$88'8 8 H78
e
�Z4�
I
I
oep
13�
�,Iil
��wl��fli�
u C�
III��I�� ��
�� fIliilllhi�llfNhllill��
c �
m
a
�I I I I IN
ryi
Z
II�III III�IIII ����'III �I
I�I'
O p OO PP pp
cE
5F1E 3"2Fnia ai m' �Q s Nea a $o"^q$�8�a§ oo�
aTN_FinNNS�� tn" nt" 7 non"
�sx
+An N n nn n n
NNv^Ln
0
al
g
l0
"«
a
$88$9 Z
°siN
aZ
O
N
u
`
N
a
v
i
_
00
� � ICI �► i I��► �� � I
r
y E
L �
a
a '
F z
o F
B -
v
G �
3
� Ea 6a
As' uo
s�QEEo 3to
�
;3_ F z $= n',ff iii aou°E
2
`X��L=��!' s -`��
z5 Ys� aY� �Y �:- - ff $$83Y _FFFFg o ��u
v- F� X_ a---- a .. c c y r r Y - '" c _y "yy F E €. E ='S : 3 3 0 2 F= E < w o` E
4 --_= °--' ^ua =3F
`g
g J` HNS <a C.44 ` u° i'i°uuy3'g
y E E tG y E vu �' a 9u°Ml
F@ S w R 3$
Eic
a
0858�oa8a88585��Q858�85$�y$Q�58�8y858R�8.$q$8So88888,$$o$S5$5��y8y��8585��5858�$yQ$�y8Q�5S5��6y8y��5oy��Q$$�ySy��oSB5��QSQS$aQBQooSQQ8R88oQ8Q585��80Q8Q$
N
m �25 $ � � � 8 n tS 25 � an? S2S�2554�5� "o ��� e`er $ SSmAStiB$�EN2SS32SSSa2S SSa S7� 0 25�$ $o7$g mt5�
a
NS'.wnN
.w�S..'n��M
3 �
O
E �
n
^
evl
$880$$$888 8888 888 $8��� 8.880 0o8888b8S8888888'ISoo88o
880088 88888888
co
ola���s�s���g�g'iom
o�o�N�wN�
N
a)
o`o
�
N
Ln
M
- ---- -
D
U
�
J j
sl`I"i"i I ! ? IN?„+'`I h.IN�,.L,I:,L"f"� I � I I I � i � ?,.�,.,-.��:-�••i"? IYi +:?�?",,,?•I ?"I h?,� � IN;N,x��,x�h �' � I + i i
Z
II
clta
00•
W
88$�888'^NN$88r8:z`so m �Q$Q`a�gg
u Vo 2
N
s�o V,7$-. .'w N%m.Nn
c
m m
o
m
Ln
N
N
C
" `IvI�I +`^�"��vl � -Is .,i. i I I� `° vin •, r ,. ^ o
l I I I Irl I
I
I
`
N iS m 1�v,r
IN
�I
I_ ?�►L I
I
�
N m m o$$�mo
oQ
u u 3 c r d 3 3 z -
--
< T
r w •' <' a< A
° W E
v�c�mEWW $w��� "=^888E21 S ;s�3" 5tn a�
�Egi �_�4=>Ra'�Fgc^-?�Y� =ad$� -qEm Z���x a$u3uav
iay37J3a�8 B�Sfv2e V a`>AF=`" a �a
3 va s�i^ QiEz
m 92v4�y"cfi' 22 33e�A=- a.gozyr°"a�y�pLi'E
" c • q.1 p n aid r .�.w N77 Y.0a$w
oYN
. .pu
=ym .i'Soo
E w
paa*fix§=LL�G=
.•..- .y .... .....: ti .^ .. n .�i m .P. ti .....y ^ g OY .. .^ g C ......y ^ .. ^ .y ^ .+ .y .._ .y .. .y .y .y - - - - - - - - - - -
38SSS8888888888$88$8888888$88,$88888$$$88
C N
.3 Z
O
o
N N
e N N N NN
E
n
888$S8$88888888988888889888888888, 8$a 888,
No
M
00
_
A
V
a
O�
M
O
V}
- wf- MI `I U•+ v. -I + -I ✓:�-.-
H{
z
I i{•w{ { I
I {'
I f i~
� I ININ{ I I I` {, f
E
p S
« 34S�JGNS �.��7� g�N NN�^.HNr gN;i
a
N
of
LO
N N N N NNN
^?3
BN75 F3 z F R t; A maaaP 4 4 T G ANRM o8:2 _
E
�
,yL
b y�
0
NO,
11
Ln
IAfgm
G
N
Ci
6I$(CIra�I��I{fIII����'
�J(�Sii
00
�www3wW33333333�3w333333WWmw3������3w3'w33`
x
o"
z
} a
�.c jE
�
�m�3�#33gFpF;3y��s��a$
C