No preview available
HomeMy WebLinkAbout311-24 RESOLUTIONI\ f 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 311-24 File Number: 2024-0904 BENCHMARK CONSTRUCTION OF NWA, INC. (CONSTRUCTION CONTRACT): A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION COMPANY OF NWA, INC. IN THE AMOUNT OF $8,693,634.49 FOR THE COLLEGE AVENUE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $870,000.00, 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 71B Improvements which allocated $1,500,000.00 for improvements to Highway 7113; 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 August 24, 2022, the NWARPC awarded this project an additional $1,800,000.00 from the FFY 2022 STBGP-A (Surface Transportation Block Grant Program -Attributable) which brings the total amount of Federal Aid to $4,800,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Benchmark Construction Company of NWA, Inc. in the amount of $8,693,634.49 for the College Avenue Improvements Project, and further approves a project contingency in the amount of $870,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on December 17, 2024 Page 1 Resolution: 311-24 File Number.' 2024-0904 Approved: Attest: �,RK 1# TR 1,��,� =v; FAYETTEVILLE: Kara Paxton, City erk Treasurer •,, i J;•9� �P�. •~� . kAPJ :•. ?�. 1✓�i ON Page 2 CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 17, 2024 CITY COUNCIL MEMO 2024-0904 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 $8,693,634.49 with Benchmark Construction Company of NWA, Inc. for the construction of the College Ave. Improvements Project (North to Sycamore), and approval of a project contingency of $870,000.00 (10%). RECOMMENDATION: Staff recommends approval of a contract in the amount of $8,693,634.49 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 $870,000.00 (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. In addition to the Transportation Improvements, a new water main along this corridor is included in this construction contract. Plans were prepared by McClelland Consulting Engineers for the water main. On August 25, 2021, the Northwest Arkansas Regional Planning Commission (NWARPC) awarded this project $1,500,000.00 from the IFFY 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 Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 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 $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. At the August 6, 2024 City Council meeting, the Council approved a contract with Benchmark Construction for this same project. Unfortunately, we were not able to receive concurrence of award from ARDOT for the contract. The previous bid did not meet the Disadvantaged Business Enterprise (DBE) goal for the project. ARDOT has since reevaluated the goal and has reduced the goal from 11 % to 6% for this re -bid. DISCUSSION: On November 19, 2024, the City received three (3) construction bids for this project. Benchmark Construction Company of NWA, Inc. submitted a complete bid of $8,693,634.49. 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 of $4,800,000 was recognized in the previous Budget Adjustment brought to council on August 6, 2024. The budget adjustment attached to this council item is an update of the previous BA to modify the contract amount. Water and Sewer Line Improvement Funds will be used for the new water main portion of this contract. ACCOUNT PROJECT AMOUNT 4702.860.7221-5809.0046020.7221.1020 $2,046,271.59 4601.860.7221-5809.0046010.7221.1020 $4,800,000.00 5400.860.5600-5808.0011011.2019.7221$1,847,362.90 ATTACHMENTS: SRF (#3), BA (#4), Contract (#5), Bid 24-48, Submittal - Benchmark Construction Company - E (#6), Bid 24-48, Bid Tab (#7), 2024-11-22 College Avenue (North Street to Sycamore Street) - Recommendation to Award -Signed (#8), Letter from Mayor to ARDOT (#9) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-0904 Approval of a contract in the amount of $8,693,634.49 with Benchmark Construction Company of NWA, Inc. for the construction of the College Ave. Improvements Project (North to Sycamore), and approval of a project contingency of $870,000.00 (10%). A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION COMPANY OF NWA, INC. IN THE AMOUNT OF $8,693,634.49 FOR THE COLLEGE AVENUE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $870,000.00, 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 71B 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 August 24, 2022, the NWARPC awarded this project an additional $1,800,000.00 from the FFY 2022 STBGP-A (Surface Transportation Block Grant Program -Attributable) which brings the total amount of Federal Aid to $4,800,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Benchmark Construction Company of NWA, Inc. in the amount of $8,693,634.49 for the College Avenue Improvements Project, and further approves a project contingency in the amount of $870,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Matt Casey Submitted By City of Fayetteville Staff Review Form 2024-904 Item ID 12/17/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/25/2024 Submitted Date Action Recommendation: ENGINEERING (621) Division / Department Approval of a contract in the amount of $8,693,634.49 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 $870,000.00 (10%), and approval of a budget adjustment. Budget Impact: 4702.860.7221-5809.00 Street Projects 2022 Bonds 5400.860.5600-5808.00 Water and Sewer Account Number Fund 46020.7221.1020 Hwy 71B Corridor - North to Township 11011.2019.7221 Water & Sewer Relocations - Bond Projects Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 10,451,901.00 Expenses (Actual+Encum) $ 271,337.58 Available Budget $ 10,180,563.42 Does item have a direct cost? Yes Item Cost $ 9,563,634.49 Is a Budget Adjustment attached? Yes Budget Adjustment $ (572,502.00) Remaining Budget 44,426.93 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) Adjustment Number 2024 /Org2 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $8,693,634.49 with Benchmark Construction Company of NWA, Inc. for the construction of the College Ave. Improvements Project (North to Sycamore), and approval of a project contingency of $870,000.00 (10%). COUNCIL DATE ITEM ID# 12/17/2024 2024-904 Noll y Black 7112512024 5:09 AM Budget Division TYPE: JOURNAL #: Date D - (City Council) RESOLUTION/ORDINANCE I GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Prolect.Sub# Project Sub.Detl AT v.20241029 Account Name 4702.860.7221-5809.00 215,014 - 46020 7221.1020 EX Improvements - Street 4702.860.7221-5911.99 4702.860.7999-5899.00 (36,725) - (178,289) - 46020 46020 7221.1020 7999 EX EX Contingency - Capital Project Unallocated - Budget 5400.860.5600-5808.00 (736,049) - 11011 2019.7221 EX Improvements - Water Line 5400.860.5600-5911.99 5400.720.5600-5808.00 (14,742) - 750,791 - 11011 10007 2019.7221 1 EX EX Contingency - Capital Project Improvements - Water Line G:\Divs\Engineering\Engineering Design Services\Projects\BOND PROGRAM\2019 Bond Program\Hwy 71 B Corridor 040887\Council and Committee Items\Construction Contract\2024-904 BA Benchmark Const College Ave 1 of 1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: North St. —Sycamore St. (College Ave.) (Fayetteville) (S) Contract No.: 24-48, Construction THIS AGREEMENT is dated as of the 17 day of December in the year 2024 by and between The City of Fayetteville, Arkansas and Benchmark Construction (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction 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, parking lot reconstruction, intersection improvements, retaining walls, enhancements to pedestrian and bicycle infrastructure, landscaping, signalization, and drainage improvements. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Open burning 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 (continued) 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. 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. 1. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general 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 The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 DOCUMENT 00500 — AG REEM E 1iT (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 December 17 , 2024, which is the Effective Date of the Agreement. CONTRACTOR: By: — � (Type or legibly print) (Signature) CITY OF FAYETTEVILLE Title: e13E!Title: Mavor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of 00500 Agreement 00500- 10 DOCUMENT WOO —.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 �01111111111, 4 (SEAL) :• A. *C \Z Y p £��G�•'. Attest U: EAYETTEVII_LE •�= 1i ItON 00500 Agreement 00500 - 11 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 113 W. Mountain St. Fayetteville, 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 CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-48 Addendum 4 Benchmark Construction Company Benchmark Construction Company of NWA, Inc. Supplier Response Event Information Number: Bid 24-48 Addendum 4 Title: Construction - College Ave. Improvements (North to Sycamore) Rebid #2 Type: Invitation to Bid Issue Date: 10/13/2024 Deadline: 11/19/2024 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 24-48 Addendum 4 Benchmark Construction Company Information Contact: Steve Smith Address: 333 W. POPLAR ST., STE A Fayetteville, AR 72703 Phone: (479) 251-1316 Email: benchmarkconst@att.net Web Address: None By submitting your response, you certify that you are authorized to represent and bind your company. Stephen Smith Signature Submitted at 1111912024 01:53:20 PM (CT) Requested Attachments Bid 24-48, Required Signature Forms benchmarkconst@att.net Email Required Signature Pages.pdf Please attach ALL required, completed bid forms and federal forms. These documents can be found in the Project Manual. Bid 24-48, Bid Bond 9EIIMI •• 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 SAM.gov Unique Entity Identifier Number: 900R2 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree Page 2 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 5 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 6 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines Packaqe Header PACKAGE A - STREET SCOPE The City intends to award whole Bid to single Contractor. Bidders shall submit a bid for ALL line items. Quantity: 1 Total: $6,846,271.59 Package Items 1.1 Mobilization (Not to Exceed 5% of TOTAL BASE BID, not including Trench and Excavation Safety or Bonds and Insurance) Quantity: 1 UOM: LS 1.2 Insurance and Bonding Quantity: 1 UOM: LS 1.3 Roadway Construction Control Quantity: 1 UOM: LS 1.4 Trench and Excavation Safety Systems Quantity: 1 UOM: LS 1.5 Clearing, Grubbing, and Demolition Quantity: 1 UOM: LS 1.6 Unclassified Excavation (Plan Quantity) Quantity: 2100 UOM: CY 1.7 Embankment (Plan Quantity) Quantity: 1300 UOM: CY 1.8 Undercut and Backfill Quantity: 250 UOM: CY 1.9 Rock Excavation Quantity: 10 UOM: CY Price: 1 $417,758.00 Total: 1 $417,758.00 Price: 1 $231,838.00 Total: 1 $231,838.00 Price: 1 $197,390.00 Total: 1 $197,390.00 Price: 1 Total: 1 $1,700.00 Price: 1 $861,791.00 Total: 1 $861,791.00 Price: I Total: 1 $72,177.00 Price: I Total: 1 $55,874.00 Price: I Total: 1 $17,150.00 Price: I Total: 1 $4,000.00 Page 3 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 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: I Total: 1 $10,460.64 Price: I Total: 1 $139,725.00 Price: I Total: 1 $399.98 Price: I Total: 1 $2,190.10 Price: I Total: 1 $3,169.95 Price: 1 Total: 1 $1,500.00 Price: 1 Total: 1 $2,080.00 Price: I Total: 1 $4,320.00 Price: 1 Total: 1 $2,020.00 Price: 1 Total: 1 $20,568.00 Price: 1 Total: 1 $16,630.00 Price: 1 $12,087.00 Total: 1 $24,174.00 Price: 1 $12,220.00 Total: 1 $24,440.00 Price: 1 Total: 1 $19,844.00 Price: 1 Total: 1 $9,448.00 Price: 1 $15,238.00 Total: 1 $15,238.00 Price: 1 Total: 1 $11,268.00 Price: 1 Total: 1 $22,542.00 Price: I$207.00 Total: 1 $1,242.00 Page 4 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.29 Erosion Control Fabric (Scourstop) Quantity: 25 UOM: SY Price: $98.00 Total: $2,450.00 1.30 6" Aggregate Base Course Quantity: 2109 UOM: SY Price: $29.78 Total: $62,806.02 1.31 Asphalt Concrete Hot Mix Surface Course (ACHMSC) Quantity: 2300 UOM: Ton Price: $186.86 Total: $429,778.00 1.32 Concrete Curb and Gutter (Type D) (T-6") Quantity: 7444 UOM: LF Price: $36.63 Total: $272,673.72 1.33 4" Thick Concrete Sidewalk Quantity: 1559 UOM: SY Price: $106.47 Total: $165,986.73 1.34 4" Thick Concrete Sidewalk with Thickened Edge Quantity: 444 UOM: SY 1.35 6" Thick Concrete Sidewalk Quantity: 390 UOM: SY 1.36 Concrete Driveway Aprons Quantity: 858 UOM: SY 1.37 Asphalt Parking Lot Quantity: 1452 UOM: SY 1.38 Concrete Parking Lot Quantity: 454 UOM: SY 1.39 Concrete Retaining Wall Quantity: 42 UOM: LF 1.40 Modular Block Retaining Wall Quantity: 304 UOM: SF 1.41 Solid Sod Quantity: 4915 UOM: SY 1.42 Solid Sod (Zoysia) Quantity: 260 UOM: SY 1.43 Additional Watering Quantity: 52 UOM: MG 1.44 Remove and Replace Mailboxes Quantity: 2 UOM: EA 1.45 4" Pavement Marking (Paint) Quantity: 705 UOM: LF 1.46 6" Pavement Marking (Thermoplastic) Quantity: 8324 UOM: LF 1.47 12" Pavement Marking (Thermoplastic) Quantity: 274 UOM: LF Price: I Total: 1 $61,320.84 Price: I Total: 1 $53,913.60 Price: I Total: 1 $103,474.80 Price: I Total: 1 $110,177.76 Price: I Total: 1 $52,205.46 Price: I Total: 1 $21,198.66 Price: I Total: 1 $37,623.04 Price: I Total: 1 $23,100.50 Price: I Total: 1 $3,725.80 Price: I Total: 1 $8,172.84 Price: I Total: 1 $906.00 Price: I Total: 1 $2,397.00 Price: I Total: 1 $13,651.36 Price: I$7.93 Total: 1 $2,172.82 Page 5 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.48 24" Pavement Marking (Thermoplastic) Quantity: 1120 UOM: LF Price: $16.99 Total: $19,028.80 1.49 Yield Lines (Thermoplastic) Quantity: 9 UOM: LF Price: $28.31 Total: $254.79 1.50 Pavement Symbols (Arrows - Thermoplastic) Quantity: 17 UOM: EA Price: $424.69 Total: $7,219.73 1.51 Pavement Symbols (ONLY - Thermoplastic) Quantity: 6 UOM: EA Price: $509.63 Total: $3,057.78 1.52 Pavement Symbols (Handicap Symbol - Thermoplastic) Quantity: 1 UOM: EA Price: $453.00 Total: $453.00 1.53 Pavement Symbols (Helmeted Bicyclist - Thermoplastic) Quantity: 1 UOM: EA Price: $368.00 Total: $368.00 1.54 Preformed Brick Pattern (Thermoplastic) Quantity: 2880 UOM: SF Price: $22.65 Total: $65,232.00 1.55 Standard Street Sign Installation Quantity: 9 UOM: EA Price: $424.69 Total: $3,822.21 1.56 Erosion Control Quantity: 1 UOM: LS Price: $29,126.00 Total: $29,126.00 1.57 Traffic Control and Maintenance (Phase 1) Quantity: 1 UOM: LS Price: $208,823.00 Total: $208,823.00 1.58 Traffic Control and Maintenance (Phase 2) Quantity: 1 UOM: LS Price: $10,758.00 Total: $10,758.00 1.59 Traffic Control and Maintenance (Phase 3) Quantity: 1 UOM: LS Price: $5,662.00 Total: $5,662.00 1.60 Traffic Control and Maintenance (Phase 4) Quantity: 1 UOM: LS Price: $10,758.00 Total: $10,758.00 1.61 Portable Changeable Message Sign Quantity: 412 UOM: Day Price: $136.72 Total: $56,328.64 1.62 Aggregate Base for Roadway Maintenance Quantity: 100 UOM: Ton Price: $86.73 Total: $8,673.00 1.63 Handicap Ramp Concrete Quantity: 148 UOM: SY Price: $130.85 Total: $19,365.80 1.64 Project Signs Quantity: 2 UOM: EA Price: $1,104.00 Total: $2,208.00 1.65 Cold Milling Asphalt Pavement Quantity: 17254 UOM: SY Price: $6.51 Total: $112,323.54 1.66 Tree Protection Fencing Quantity: 1200 UOM: LF Price: $4.35 Total: $5,220.00 Page 6 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.67 Portland Cement Concrete Base (6" U.T,) Quantity: 51 UOM: SY Price: $137.84 Total: $7,029.84 1.68 8" Thick Colored Concrete Crosswalk (Apple Red) Quantity: 320 UOM: SY Price: $223.14 Total: $71,404.80 1.69 6" Thick Stamped (Cobblestone) & Colored Concrete (Dark Granite) Quantity: 145 UOM: SY Price: F $415.82 Total: 1 $60,293.90 1.70 8" Thick Portland Cement Concrete Pavement Quantity: 4 UOM: SY Price: $193.09 Total: $772.36 1.71 4" Thick Colored Concrete (Dark Granite) Quantity: 72 UOM: SY Price: $402.00 Total: $28,944.00 1.72 Decorative Fence Quantity: 795 UOM: LF 1.73 Decorative Fence (Custom) Quantity: 460 UOM: LF 1.74 Drop Inlet Adjusted to Grade Price: I Total: 1 $117,047.85 Price: I Total: 1 $104,190.00 Quantity: 5 UOM: EA Price: $2,418.00 1.75 Junction Box Adjusted to Grade Quantity: 1 UOM: EA Price: $3,670.00 1.76 Gravity Block Retaining Wall Quantity: 1837 UOM: SF Price: $92.32 1.77 Concrete Wheel Stop Quantity: 5 UOM: EA Price: $248.00 1.78 Detectable Warning Brick Paver Quantity: 788 UOM: SF Price: $48.64 1.79 Seal Coat Quantity: 452 UOM: SY Price: $10.19 1.80 System Local Controller TS2-Type 2, E-Net (8 Phases) Quantity: 1 UOM: EA Price: $46,998.00 1.81 Traffic Signal Controller (Modification) Total: 1 $12,090.00 Total: 1 $3,670.00 Total: 1 $169,591.84 Total: 1 $1,240.00 Total: 1 $38,328.32 Total: 1 $4,605.88 Total: 1 $46,998.00 Quantity: 14 UOM: EA Price: $1,075.88 Total: $15,062.32 1.82 Ethernet Switch, T100 Hardened (8-Port) Quantity: 1 UOM: EA Price: $2,378.00 Total: $2,378.00 1.83 E-Net Cable (Exterior Cat 5E) Quantity: 62 UOM: LF Price: $3.40 Total: $210.80 1.84 Local Radio (E-Net 5.8) With Antenna Quantity: 1 UOM: EA Price: $1,359.00 Total: $1,359.00 1.85 Battery Backup System Quantity: 2 UOM: EA Price: $22,366.00 Total: $44,732.00 Page 7 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.86 Traffic Signal Head, LED, (3 Section, 1 Way) Quantity: 8 UOM: EA Price: $1,642.00 Total: $13,136.00 1.87 Traffic Signal Head, LED, (4 Section, 1 Way) Quantity: 5 UOM: EA Price: $1,936.00 Total: $9,680.00 1.88 Central Control Unit Quantity: 2 UOM: EA Price: $7,021.00 Total: $14,042.00 1.89 Pole Mounted Assembly Quantity: 16 UOM: EA Price: $1,868.00 Total: $29,888.00 1.90 Countdown Pedestrian Signal Head, LED Quantity: 16 UOM: EA Price: $1,257.00 Total: $20,112.00 1.91 Traffic Signal Cable (5C/12 A.W.G.) Quantity: 2033 UOM: LF Price: $4.53 Total: $9,209.49 1.92 Traffic Signal Cable (5C/14 A.W.G.) Quantity: 1651 UOM: LF Price: $5.10 Total: $8,420.10 1.93 Traffic Signal Cable (7C/14 A.W.G.) Quantity: 252 UOM: LF Price: $7.93 Total: $1,998.36 1.94 Traffic Signal Cable (20C/14 A.W.G.) Quantity: 776 UOM: LF Price: $12.46 Total: $9,668.96 1.95 Electrical Conductors -In -Conduit (1C/8 A.W.G., E.G.C.) Quantity: 1336 UOM: LF Price: $2.27 Total: $3,032.72 1.96 Electrical Conductors -In -Conduit (2C/6 A.W.G.) Quantity: 87 UOR LF Price: $6.00 Total: $522.00 1.97 Galvanized Steel Conduit (2") Quantity: 14 UOM: LF Price: $62.14 Total: $869.96 1.98 Non -Metallic Conduit (2") Quantity: 71 UOM: LF Price: $31.13 Total: $2,210.23 1.99 Non -Metallic Conduit (Y) Quantity: 1069 UOM: LF Price: $47.57 Total: $50,852.33 1.100 Concrete Pull Box (Type 2) Quantity: 7 UOM: EA Price: $1,981.00 Total: $13,867.00 1.101 Concrete Pull Box (Type 1 HD) Quantity: 1 UOM: EA Price: $1,810.00 Total: $1,810.00 1.102 Concrete Pull Box (Type 2 HD) Quantity: 4 UOM: EA Price: $2,070.00 Total: $8,280.00 1.103 Traffic Signal Mast Arm And Pole With Foundation (50') Quantity: 1 UOM: EA Price: $46,998.00 Total: $46,998.00 1.104 Traffic Signal Pedestal Pole With Foundation Quantity: 14 UOM: EA Price: $5,060.00 Total: $70,840.00 Page 8 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.105 Service Point Assembly (2 Circuits) Quantity: 1 UOM: EA Price: $6,850.00 Total: $6,850.00 1.106 Removal Of Traffic Signal Equipment Quantity: 1 UOM: LS Price: $8,490.00 Total: $8,490.00 1.107 18" Street Name Sign (Install Only) Quantity: 1 UOM: EA Price: $700.00 Total: $700.00 1.108 Video Cable Quantity: 424 UOM: LF Price: $2.88 Total: $1,221.12 1.109 Video Detector (IP) Quantity: 4 UOM: LF Price: $5,520.00 Total: $22,080.00 1.110 Video Cable (Exterior CAT 5E) Quantity: 686 UOM: EA Price: $3.45 Total: $2,366.70 1.111 Video Monitor (CLR) Quantity: 1 UOM: EA Price: $290.00 Total: $290.00 1.112 Central Control Unit (8 Channel) Quantity: 1 UOM: EA Price: $63,250.00 Total: $63,250.00 1.113 Adjust Water Valve to Grade Quantity: 1 UOM: EA Price: $860.00 Total: $860.00 1.114 Adjust Sanitary Sewer Manhole to Grade Quantity: 8 UOM: EA Price: $1,747.00 Total: $13,976.00 1.115 Remove, Salvage, and Reinstall Monument Sign Quantity: 1 UOM: EA Price: $10,833.00 Total: $10,833.00 1.116 Reinforced Concrete Wall System with Native Stone Veneer Quantity: 460 UOM: LF Price: $436.78 Total: $200,918.80 1.117 Benches, Installed Quantity: 3 UOM: EA Price: $3,183.00 Total: $9,549.00 1.118 Trash Receptacles, Installed Quantity: 3 UOM: EA Price: $3,577.00 Total: $10,731.00 1.119 Bus Shelters, Installed Quantity: 1 UOM: EA Price: $87,285.00 Total: $87,285.00 1.120 Placemaking Elements Quantity: 2 UOM: EA Price: $25,126.00 Total: $50,252.00 1.121 Precast Monument Base Quantity: 6 UOM: EA Price: $5,700.00 Total: $34,200.00 1.122 Trees Quantity: 24 UOM: EA Price: $497.00 Total: $11,928.00 1.123 Plantings Quantity: 360 UOM: SF Price: $20.10 Total: $7,236.00 Page 9 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 1.124 Irrigation Quantity: 1 UOM: LS Price: $3,873.00 Total: $3,873.00 1.125 Street Lighting Assembly & Associated Hardware (Standard Foundation), Installed Quantity: 8 UOM: EA Price: 1 $33,408.00 Total: $267,264.00 1.126 Street Lighting Assembly & Associated Hardware (Shallow Foundation), Installed Quantity: 3 UOM: EA Price: 1 $34,088.00 Total: $102,264.00 1.127 Pedestrian Lighting Assembly & Associated Hardware (Standard Foundation), Installed Quantity: 29 UOM: EA Price: 1 $13,306.00 Total: 1 $385,874.00 1.128 Pedestrian Lighting Assembly & Associated Hardware (Shallow Foundation), Installed Quantity: 9 UOM: EA Price: $13,873.00 Total: $124,857.00 1.129 ACHM Pavement Permanent Repair Quantity: 150 UOM: SY Price: $304.00 Total: $45,600.00 1.130 Electrical Service Connection Quantity: 1 UOM: LS Price: $39,637.00 Total: $39,637.00 1.131 Irrigation and Landscape Repairs (Allowance) Quantity: 1 UOM: LS Price: $12,000.00 Total: $12,000.00 1.132 Concrete Steps Quantity: 7 UOM: SY Price: $667.00 Total: $4,669.00 1.133 Stockpiling and Testing of Excess Material Quantity: 1 UOM: LS Price: $27,730.00 Total: $27,730.00 1.134 Disposal of Hazardous Material Quantity: 100 UOM: CY Price: $517.46 Total: $51,746.00 1.135 Inlet/Junction Box Backopening Quantity: 2 UOM: EA Price: $2,500.00 Total: $5,000.00 2 Package Header PACKAGE B - WATER SCOPE The City intends to award whole Bid to single Contractor. Bidders shall submit a bid for ALL line items. Quantity: 1 Total: $1,847,362.90 Package Items 2.1 12-Inch DR-14 PVC C900 Water Main Quantity: 3000 UOM: LF Price: $104.42 Total: $313,260.00 2.2 8-Inch DR-14 PVC C900 Water Main Quantity: 700 UOM: LF Price: $90.60 Total: $63,420.00 2.3 6-Inch DIP CL350 Water Main Quantity: 60 UOM: LF Price: $84.94 Total: $5,096.40 2.4 4-Inch DR-14 PVC C900 Water Main Quantity: 20 UOM: LF Price: $73.61 Total: $1,472.20 Page 10 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 2.5 2" SIDR-7 HDPE Service Line Quantity: 360 UOM: LF 2.6 1" CTS Coated Copper Tubing Service Line Quantity: 200 UOM: LF 2.7 1" HDPE Service Line Quantity: 625 UOM: LF 2.8 12"X12" Tapping Sleeve Quantity: 1 UOM: EA 2.9 8"X8" Tapping Sleeve Quantity: 4 UOM: EA 2.10 6"X6" Tapping Sleeve Quantity: 1 UOM: EA 2.11 4"X4" Tapping Sleeve Quantity: 1 UOM: EA 2.12 2"X2" Tapping Saddle Quantity: 2 UOM: EA 2.13 12"X2" Service Saddle and 2" Ball Valve w/Box Price: I Total: 1 $18,345.60 Price: I Total: 1 $11,326.00 Price: I Total: 1 $24,775.00 Price: 1 $11,325.00 Total: 1 $11,325.00 Price: 1 $10,192.00 Total: 1 $40,768.00 Price: 1 Total: 1 $8,494.00 Price: 1 Total: 1 $5,096.00 Price: 1 Total: 1 $7,928.00 Quantity: 10 UOM: EA Price: $2,378.00 2.14 8"X2" Service Saddle Quantity: 1 UOM: EA Price: $1,698.00 2.15 8"X1" Service Saddle Quantity: 6 UOR EA Price: $1,245.75 2.16 12" Butterfly Valve w/Box Quantity: 7 UOM: EA Price: $14,722.00 2.17 12" Gate Valve Quantity: 1 UOM: EA Price: $9,626.00 2.18 8" Gate Valve w/Box Quantity: 18 UOM: EA Price: $7,361.00 2.19 6" Gate Valve w/Box Quantity: 8 UOM: EA Price: $6,228.00 2.20 4" Gate Valve w/Box Quantity: 1 UOM: EA Price: $5,096.00 2.21 2" Gate Valve w/Box Quantity: 1 UOM: EA Price: $3,963.00 2.22 16-Inch Min. Diameter Steel Encasement by Direct Bury Quantity: 70 UOM: LF Price: $509.63 2.23 Cut and Cap Existing Water Main Total: 1 $23,780.00 Total: 1 $1,698.00 Total: 1 $7,474.50 Total: 1 $103,054.00 Total: 1 $9,626.00 Total: 1 $132,498.00 Total: 1 $49,824.00 Total: 1 $5,096.00 Total: 1 $3,963.00 Total: 1 $35,674.10 Quantity: 13 UOM: EA Price: 1 Total: 1 $51,532.00 Page 11 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 2.24 Connect New Water Main To Existing Water Main Quantity: 9 UOM: EA 2.25 Salvage Existing Fire Hydrant Quantity: 1 UOM: EA 2.26 Abandon Existing Valve Quantity: 9 UOM: EA 2.27 Abandon Existing Meter Setting and Service Line Quantity: 18 UOM: EA 2.28 New Single Water Meter Setting Price: 1 Total: 1 $48,411.00 Price: 1 Total: 1 $1,019.00 Price: I Total: 1 $8,658.00 Price: 1 Total: 1 $22,410.00 Quantity: 15 UOM: EA Price: $3,964.00 Total: $59,460.00 2.29 Reconnect Existing Meter (Single) Quantity: 2 UOM: EA Price: $3,125.00 Total: $6,250.00 2.30 Reconnect Existing Meter (Double) Quantity: 2 UOM: EA Price: $3,510.00 Total: $7,020.00 2.31 Connect New Water Service Line to Existing Service Line Quantity: 16 UOM: EA Price: 1 $2,038.00 Total: $32,608.00 2.32 Three -Way Fire Hydrant Assembly Quantity: 7 UOM: EA Price: $10,758.00 Total: $75,306.00 2.33 Ductile Iron Fittings Quantity: 3750 UOM: LB Price: $17.00 Total: $63,750.00 2.34 12" Anchor Collar Quantity: 1 UOM: EA Price: $5,322.00 Total: $5,322.00 2.35 8" Anchor Collar Quantity: 4 UOM: EA Price: $4,190.00 Total: $16,760.00 2.36 Temporary Asphalt Pavement Repair Quantity: 2000 UOM: SY Price: $53.22 Total: $106,440.00 2.37 Permanent Pavement Repair Quantity: 350 UOM: SY Price: $170.52 Total: $59,682.00 2.38 Full Depth Class 7 ABC Backfill Quantity: 5000 UOM: LF Price: $32.73 Total: $163,650.00 2.39 Flowable Fill To Fill Existing Water and Sewer Mains Quantity: 3600 UOM: LF Price: $33.98 Total: $122,328.00 2.40 8-Inch PVC SDR-26 PVC Sanitary Sewer Quantity: 360 UOM: LF Price: $96.26 Total: $34,653.60 2.41 6-Inch PVC SDR-26 PVC Sanitary Sewer Quantity: 25 UOM: LF Price: $84.94 Total: $2,123.50 2.42 Abandon Existing Manhole Quantity: 2 UOM: EA Price: $3,737.00 Total: $7,474.00 Page 12 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 2.43 Remove Existing Manhole Quantity: 3 UOM: EA Price: $5,096.00 Total: $15,288.00 2.44 Cut and Plug Existing Santiary Sewer Quantity: 2 UOM: EA Price: $3,114.00 Total: $6,228.00 2.45 4' Diameter Manhole with Standard Frame and Cover Quantity: 2 UOM: EA Price: $8,493.00 Total: $16,986.00 2.46 4' Diameter Drop Manhole with Standard Frame and Cover Quantity: 2 UOM: EA Price: $9,626.00 Total: $19,252.00 2.47 4' Diameter Flat -Top Manhole Quantity: 1 UOM: EA Price: $10,758.00 Total: $10,758.00 3 Package Header DEDUCTIVE ALTERNATE #1 Quantity: 1 Total: $-68,980.00 Package Items 3.1 Traffic Control and Maintenance (Phase 3) - Line Item #59 Quantity: 1 UOM: LS Price: 1 $-5,000.00 Total: $-5,000.00 3.2 8" Thick Colored Concrete Crosswalk (Apple Red) - Line Item #68 Quantity: 320 UOM: SY Price: $-194.00 Total: $-62,080.00 3.3 Traffic Signal Controller (Modification) - Line Item #81 Quantity: 2 UOM: EA Price: $-950.00 Total: $-1,900.00 Response Total: $8,624,654.49 Page 13 of 13 pages Vendor: Benchmark Construction Company Bid 24-48 Addendum 4 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY THESE PRF-SENTS, 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 (Hory incrrt full nnnry and nddr,,x.r nr 1pgnl lido nf.SurPty) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of (11e State of Ohio as Surety, hereinafter called the Surety, arc held and firmly bound unto 1Hera inserl full name and address or legal fide of Owpjor) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Ohligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dullais (S 5% ), for the Payment of which sum well and truly to be r-uade, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and signs, jointly and severally, firmly by these presents. VMFREAS, the Principal has submitted a bid for College Ave North St to Sycamore Improvements (Here insert full name, address rind description of project) NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Ohlipee in accnrdanrP wirh rhe. rermt of such bid, and give such bond or bonds as may be tpecified 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 Ubligce the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount For which the Obligee may in good faith contract with rnother party to perform the Work covered by said Vid, then this obi i-lotion shall be null and void, otherwise to remain in full force and effect_ Signed and sealed this 19th day of November 2024 enchmark Construction of NWA, Inc. rinciDal) (Srzl) (Title) Westfield Insurance Company (Surety) _ Y (Wttrtesa) _ j T71IP f (.Crni j ary Ann JLUce , Attorney -In -Fact A1A Oocument A310Tu —1970. Copyright 0 1963 and 1970 by Tw American tnsGtute of AruStecu. 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 Uy 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. SCH.MI.DLY, ELIZABETH A. SOLOMON, MARY ANN JUSTICE, LISA MCCLURE, PAXTON CLARK, GRAVES SCHMIDLY, SUZANNE NIEDZWIEDZ, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in•Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - • - - - - - - - - - - _ • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE UAR N , OR BANK DEPOSITORY BONDS, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President. any Senior Executive. any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached," (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 27th day of JANUARY A.D., 2023 . �' .... WESTFIELD INSURANCE COMPANY Corporate ; sllR� Ck ;••A ONAl �', Seals a• v F :� - �. �� 1lSl/iyr',1 WESTFIELD NATIONAL INSURANCE COMPANY Affixed���,-' �+��I �o 'o: p •: e�` OHIO FARMERS INSURANCE COMPANY l 5E� Ire- SEAL m C11iARTfRfp •ti, , • � •' � 1{ J ftumpe:r, State of Ohio "' "" By: County of Medina ss.: Gary W_ Nations Surety Leader and Senior Lxecvtive On this 27th day of JANUARY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National SuretLeader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS &SURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal 1 A ~ S Affixed .�p'.•'•;;i��� •• F ' Or���,.. State of Ohio oivpj0 David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: .,% , . . 1�; My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) Ie ov I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In [V.`0)65s Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 19th day of Nnvi rn1bPr A D'20L4 . Y,Y„t4nN/y, • /, 11111/rY/„„I,, ,•,N••r//r/II///,� ZtSu�d�j°'• 4tnNAC S ` 1MiiR/so ry AII s�1��.� SEAL-g'c��atE,w`o:W�1848 5ecrrtary Frank A. Carrino, Secretary BPOACZ (combined) (03-22) T `i' o r A I 4ff ARKf'.NS;A Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from 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.) 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 Imo/ I or marking acknowledgement on other bid pages). All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https:/iWWW.voutube.com;u.: ' _=I fear. 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 #: _ �;3g1F7nnn,) OR submit electronically. • Arkansas Contractor License OR proof of application #: _ 0033500525 OR submit electronically. • SAM Unique Entity Identifier OR proof of application #: AQ®R2 OR submit electronically. .0 Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answe : 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 T ixcmnit:cicationsDeoir�r�r'Fe=,ear Tyr ,.�''71 - -131 1`_'.W tVct.r-.im A372_ j DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT See attached. Contract Name: North St. — Sycamore St. (College Ave.) (Fayetteville) (S) Bid #: 24-48, Construction Date: November 2024 SUBMITTED TO: � The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Benchmark Construction Company of NWA, Inc. Name Stephen Smith, CEO Address 333 West Poplar St, Ste A, Fayetteville, 72703 Q Principal Office rporati n, partnership, individual, joint venture, other (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 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, STEW, FAYETTEVILLE, AR 72703 PRINCIPAL OFFICE: ABOVE (XX) Corporation Z4E— 4.4 NAME OF PROJECT: BidAIM, 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 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 13'" 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 rive 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 remaining personnel with an average of 12 years working in our company consist of the rest of the construction Team. All of our personnel carry skills to self -perform projects that allow schedules and budgets to be met. Simply stated, we are not a broker contractor. Note: Our construction team, from the owners down to laborers, are 100 percent committed to satisfying each client. The ownership is not involved with any outside investments (ie developing etc..) that would distract our commitment to servingour clients!! The ownership also takes an active role in the protects that we build. Project managemenSupervision 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 fq § 6. SIGNATURE 16 r o F /VVV. § 6.1 Dated at (hi if MM I Sr. 2024 Name of Organization: Benchmark Construction of NWA, Inc. By: - `u� Stephen Smith Title: CEO DOCUMENT 00400 — BID FORM Contract Name: North St. — Sycamore St. (College Ave.) (Fayetteville) (S) Bid Number: 24-48 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Benchmark Construction Company of NWA, Inc. 333 West Poplar St, Ste A, Fayetteville, 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 3 Date ib- _ 7-ad' 00400-Bid Form 00400 - 1 DOCUMENT 00400—BID FO%*vl ,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, perfonmance, 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. J. 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 DOCTAIEtiT 00400 — BID 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 - BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of finds 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 DOC'UMENT 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 conceming this Bid shall be addressed to the Bidder as follows: _Si-pheAS'mdb C—c(i Email: benchmarkconst@att net Phone No. 479-251-1316 Fax No. 479-251-1319 ARTICLE 8 - TERMINOLOG 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: Name (type or printed): By: _ _ (SEAL) (Individual's Signature) Doing business as: 00400-Bid Form 00400 - 4 DOCUMENT 00400 - BID FORM (continued) Business address: Phone No. Fax No. Email address - A Partnershil2 Partnership Name- 0 (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No. Email address: Fax No. (SEAL) V a Corporation or LLC Corporation Name: Rznrhmark C'nnOnirtinn CnmQany of NWA Inn (SEAL) State of Incorporation: Arkansas Typ .,t , 7„ Professional, Service, Limited Liability): !11I (Signature of general partner - attach evidence of authority to sign) Name (type or printed): St ;phen Smit tCEO Title: CEO (CORPORATE SEAL) ���701-10� (Signature of Corporate Secretary) Phone No.Fax No Email address: Tax ID Number (TIN) 'V--7 753 2 UEI # LZ1/VZv64AjR-2g y Cage Code 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 %£OCk-kyVL,4 Pkl SWPPP/Erosion Controls Asphalt A Concrete 9 '-- VS AA wA P-)(5- Landscaping (.\ 1!7—CDyIA- Material Testing�pc,,? l.g� Other (designate) NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 mw� 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 REQUIRED DBE PARTICIPATION INFORMATION, (2) SUBMITTAL OF DOCUMENTATION OF GOOD FAITH EFFORTS, OR �4) SUBMITTAL OF THE CERTIFICATION TO SUBMIT DBE PARTICIPATION Xy submitting a proposal, the undersigned bidder irrevocably certifies that an amount equal to or greater than the Disadvantaged Business Enterprise (DBE) Goal of 6.00% 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. z W iiLutifive (_S I calendar�as 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. �a Bidder AJJF-cr Date Signature (Owner/Agent) Title 13I1�/l l Page I of? 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/ 1 1 Page ? of ? 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 F.A.P. No. STPIJ-s1.1a 19 (Date Executed Benchmark Construction Name of Bidder) (Signature) CEO (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) (Name of Bidder) and that the above statements are true and correct. Subscribed and Sworn to before me this day of .20 My commission expires: (Notary Public) (NOTARY SEAL) 7 26/96 Page I o F 21 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 THE CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL CERTIFICATION Page 2 of 2 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 ✓ , 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.) F.A.P. NO. STPU-9142 (53) 4 (Date Executed) _Renchmark Cnr4mr-fion Cmmnanv of NWA Inc. (Co pany) By: (Signature) CEO (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. Rev. 11-29-99 Rev.1-14-15 BENCHMARK CONSTRUCTION DBE PARTICIPATION SUMMARY 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 6.00% of the total contract by DBEs. Only work or services that will actually be provided by the DBE firm(s) should be shown. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT CREATIVE DESIGN CONCEPTS See attached CONCRETE BARRICADES $ 78,200.00 APAC ASPHALT See attached ASPHALT HAULING 45,420.00 TIME STRIPING See attached TRAFFIC CONTROL, STRIPING 232,472.01 EMS CONSTRUCTION See attached FENCING 205,117.5( If anv 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 - $ 561,209.50 Benchmark Construction Company of NWA, Inc. (Contractor) Title: CEO or 6.5 % of bid. The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: I. 2. 3. 4. DBE Owner or Authorized Representative's Signature: Rev. 11-29-99 Rev. 1-14-15 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. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT EMS CONSTRUCTION, INC PO BOX 1808 72,73 FENCING $ 205 117.50 VAN BUREN, AR 72952 If any firm listed above is a regular dealer, but not a manufacturer, the total amount of the aareement and the amount to be credited (60%) should be recorded on this form. Total for DBEs - $ 205,117.5 or % of bid. IN By: (Contr tor) Title: The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: DBE Owner or Authorized Representative's Si nature: 1. 2. 3. 4. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION College Avenue Improvements 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 6.009/6 of the total contract by DBEs. Only work or services that will actually be provided by the DBE firm(s) should be shown. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT APAC Central 1.31 PG 70-22 Oil & Hauling $ 45,420 755 E. Millsap Rd Fayetteville, AR 72703 If anv 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 - $ 45,420 or % of bid. APAC Central (Contractor) By: Doug Luetjen Title: Operations Manager of Construction & Estimating The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: DBE Owner or AUThorized Reoresenrative's Sienarure: EMS Haulina Inc - DBE Certified 2. PO Box 1808 Van Buren Arkansas 3, 479-652-744 4. Amanda ems-haulina.com Rev. 11-29-99 Rev. 1-14-15 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 6.00% of the total contract by DBEs. Only work or services that will actually be provided by the DBE firm(s) should be shown. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT CREATIVE DESIGN CONCEPTS 57 PH 1 TRAFFIC CONTROL PO BOX 429 PRE CAST CONCRETE BARRICADES 78,200.00 VAN BUREN, AR 72957 If anv 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 - $ 78,200.00 (Contractor) Title: [oil % of bid. The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: 1. Creative Design Concepts, Inc. 2. 3. 4. DBE Owner or Authorized Representative's Signature: S� st�mc� Rev. 11-29-99 Rev. 1-14-15 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 6.00% of the total contract by DBEs. Only work or services that will actually be provided by the DBE firrn(s) should be shown. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT TIME STRIPING, INC PO BOX 1236 61 PORTABLE MESSAGE SIGN 45,320.00 VAN BUREN, AR 72957 64 PROJECT SIGNS 1,950.00 44 REMOVE AND REPLACE MAILBOX 800.00 45 4 IN STRIPING 2,115.00 46 6 IN STRIPING 12,069.80 47 12 IN STRIPING 1,918.00 48 24 IN STRIPING 16,800.00 51 THERMOPLAST PVMT MKG--WO D 2,700.00 50 HERMOPLAST PVMT MKG--ARROW 6,375.00 53 THERMOPLAST PVT MKG--BIKE SYMBOL 325.00 If anv 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 - $ or it�lt lirh��� cc-nJl-rit By: (Contractor) Title: % of bid. The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: i i�nE :�� �� P(�'V�;r� tl✓��� 2. 3. 4. DBE Owner or Authorized Representative's Signature: Rev. 11-29-99 Rev. 1-14-15 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 6.00% of the total contract by DBEs. Only work or services that will actually be provided by the DBE firm(s) should be shown. NAME & ADDRESS LINE # ITEM DESCRIPTION AMOUNT 49 THERMOPLAS PVT MKG--YIELD $ 225.00 54 PREFORMED THERMOPLAS--BRICK PATTERN 57,600 52 THERMOPLAST PVT MKG--HANDICAP 400.00 55 STD STREET SIGN INSTALL 3,375.00 57 TEMP ATTEN BARRIER 9,000.00 57 PH 1 TRAFFIC CONTROL 47,500.00 58 PH 2 TRAFFIC CONTROL 9,500.00 59 PH 3 TRAFFIC CONTROL 5,000.00 60 PH 4 TRAFFIC CONTROL 9,500.00 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 - $ 232,472.00 Zen 061mark CcnS-hru.t-Le n (it By: (Contractor) Title: or % of bid. The named DBE subcontractors confirm their participation in the contract as provided in the commitment. DBE Firm: 2. 4. DBE Owner or Authorized Representatives Signature: a CITY OF .� FAYETTEVILLE ARKANS ARKANSAS BID TABULATION Bid 24-48, Construction • College Ave. Improvements (North to Sycamore) Rebid p2 DEADLINE: Tuesday, November 19, 2024 at 2:00 PM Certification of Funds: $11,000,000.00 ($13,750,000.00 total allowed) 'MIEREO'-failure to supply Benchmark Construction Crossland Heavy Company of NWA, Inc. P Y Tri Star Contractors Contractors, Inc. $8,693,634.49 $9,426,764.27 $9,974,661.00 T;ld URNS91 Desc bn QTY I UOM unit Egtelded Una Extended unit Extended PAMGEA-WREUSCOPE $6,B40,271.59 57,QZ1AL27 $7,634,706,00 1.1 MoblBravon(Not to Exceed 5%of TOTAL BASE 810, notinduding Trench and Excavation kidwyor Bonds and Insurance) 1 LS $417,758.00 $41],]58.00 $I36,425.90 $936,425.98 $059,0D0.00 $9541 1.2 Inmminsand crack, 1 IS $231,8118,00 $231,B38.00 $261,B55.59 $261,855.59 $20,50.00 S;Iossosige 1.3 Read., Gaimucnon Control 1 LS $197,390.0 $197,390.00 $85,W0.00 $8510)O.00 $326,215.00 $326,215.0 1.4 Trercb and Excavation Safety Systems 1 LS $11700.00 $1,700.00 $S1000.00 $S,W0.00 $30,796.00 $30,796, 00 15 Clearing, Grubbing, and Demolition 1 IS $851,791.010 SERG 91.00 $185,000.00 $185,020.00 $345,679.00 0461 1A Unclassified generator (Plan QuaMRyl 2,1011 CY $34.37 $72,177.00 $25,00 $52,50].00 $51.W $107,100.00 1.7 Embankment (Man Quantity) 1,300 CY $42.98 $55,974.00 $35. $45,500.00 $62.011 $BO,6W. 1.9 Undercut and Ba4flll 250 CY $68.6 $17,150. $37.0 $3,250.00 5304. $2QW01.. Excavation Backksmotion 10 CY $4$4.M $4,OLO." $3W.W $3,CW.00 $3$9.00 $3,730.00 .1 1.11 Quantity) SurpluA- 2,175 SY $4.96SITING $30,460.60 $45.00 $am $18,40].W 1.11_ Tops Topsoil Yars!firla Areas) S,7 SY $27.14 $13 $45. 232,875.00 $23$525.00 $B.W $$1,6 1.1E 12" Clasi IPlacemen[(Yerd 12" Class III P.C. Pipe 7 IF $91 sd9g.W $57(i 2240.0E $3,5 1.14 28" Class III R.C. Pipe _ 22 LF _ $99.55 ,190.10 $3190.1 $85.00 Idg $1,870.00 $3,600. 114 24'OF Clan RC Pipe Il LF $3,169. $95.W $1,995.Go SSIGIHRU $280.00 55,048.00 1.16 ie.III ]B' Clan IIIRQ FlarOwed End SeRlon 1- EA ncomi $2500, $2,ol $1,200.00 $1,200.00 $1,923.00 $1,023.W 1.17 IIIP.0. Owed End Section 1 EA $$sBa $2,080. $S,BO8C0 $1,800.00 $1,05800 $2,WB.CU 118 Mr. Cohen Pipe Collar 5 _ EA $NA.CO $2,320. 54,5010C) $$8,5WW $4,428W $J,140.W 119 SiderviaVCurblkOMrtlraln ] EA $;@O.CO $2,020. timoo $8500.00 SBS00W $4,409. $4,409.W 120 4'Curb ) 3 _ EA $6,856.W $20,63D $6,5m_0] $1QSWW $8,64200 $35,926.W 1.21 5'Curb Inlet (Circular) 2 EA $8,315.W $36,630. $7,SCO.W $15,OWoo $14,644,W $31,266.W 1.22 Win' Curb rb', 2 EA $12,OB7.W $24,174 $7,900.W $15,000.W $14,233.0 $30,772.0 1.23 Inlet (Rectangular) It 2 EA $11,120.W $14,440. $B,SOD.CO $1],000.W $$4,3%.00 $30,A2.W 1.24 ReTCurb Reconstruct Inlet Top with Extended Thraa[ 9 EA $4,961W $$9,004. $4,JSO.W $19,GW.W $O,WB. $$8,402,W 1.25 Be.letiopwlM (Circular) 4ice'lu 1 EA $9,44B.00 53,498. Sicoolaw $6,000.00 $0p02. 0 mBo Vice' Box 1 EA $$1'B W $15,238. $7,200.W $7,800.00 $1J,060. $1],%4.W 17,86 1.26 1.36 4'Oropinle[Extemlon Inlet pa 6 EA $1,87B.W $11,268. $4,401 $13,300.00 $3,957._ $1],]43.00 8'ntrals Pvi EA $S207.W $23$42. $4,000.00 $26,400.00 $$146. $23,760.00 1.29 128 Centrals Channel 6 fi _ SY $$98.00 $1,243.W $]SO.00 $900.00 $455.W $375.00 1.30 Crucial Fabric 35 SY $29.78 $2,450.W $4W.00 $MAI $$29.W $11,16 1.31 6' AigrgateBHCrour[ouMap) 6"Aggreg le Basefou 2,1D9 $62,8W,03 $1W,000,W $39.00 $61,161. 1.32 ix Crete Hot Mix Smfxe)(V-W)(ACHMSCI 2,3W o Ton 186.86 $$36.63 $272.673.72 160.00 $$22.00 $213.00 $267,6W.00 1.32 ConcretC Concrete Cucband Gutter (Type 0)(1'-6"I LF $36,63 2272,673.7E 5163,W100 $163,768.00 $35.W $260$40.00 1.34 4'Thkk Concrete Sltlewalk 17,4U14559 1$59 SY $138.11 $$65,320.M 140.13 $175.16 $IIb961.67 $9iW $ZIA60.0 1.35 4"nick Concrete Sltlewalk witM1 Thickened Etlge 4W SY $138.24 $53,330.84 $1]5.16 $49,P1.00 $115.W $S .00 1.36 Cancrete Sidewalkveway 390 SY $120.60 553,913.6E $49,920.0 $118.co WAGGING 1.37 Comment Aprons Conae[eark., 858 SY $$7SAW $303,WO.N $128.00 $10.00 $1W,824.0 $125.W 106p20.0 $1W,250.0 1.38 Asphalts Let 1454 Sy $7i88 $]30,1D.76 $100.00 $$56,7W.00 $120.W $$72,140.00 1.39 Concrete Parkigg 454 SY $114.99 $21,2W.66 $56,750.W $159. $28,014.00 1.40 Rarkinglo[ Concrete Retaining Well 43 LF $123.76 $21,190.66 $30Q smm $13,60],W $$76.W $2B,10CM 1.41 Modular Block Retalning Well 3M SF $123J6 $37,623.W $160.W $45,070.55 $$7.W $33,404.00 1.42 Sadistic] 426D SY $$3,1W.5 $$5,OJ0.55 $7.W $$3,380i.0, 1.43 Solid Sad lArearri 260 SY 14J0 $14.33 $3,J15.84 20.00 $20.W $5,2W.00 $13.00 $3,300.00 1.43 AtlR. al Watering 52 MG $457.17 $$DoE.W $11I0.W $5,3W.W $3J9.W $$L034.W ReplacrMarkin Mailboxes 3 $4$3.W $3W.00 $553.89 $1,038.45 $SSkoc $1,034.W 1.46 LAS a -Pave en 4' Pavement Marking (Paint) 705 OF LF $1.64 $3,397.W $1.89 $;]43.45 $4.W $2,820.Ce 1.47 avement g(Thermoplastici 8274 LF $7.93 $$2,651.82 $$2,649.12 $z.w $$2,451 1A7 22' Pavement Pavement Marking (Thermoplastic) b4 lF $2,MS.01 $9.08 23,487.9E $9.oc $3,466.W 1A8 24' 3P' (Thermoplastic) 1,130_ If 16.93 $16.39 $1$@8.79 19,46 $32." $2$29520 $19.00 521,28001 15D Yield Lines (Thermoplastic) ermoplrreve - 9 LF $2B.33 $219]9 $32.44 $291.96 1.51 Pavement tint Sy -Thmoplaticicl EA $520.63 $7,319.73 $486.56 $8,32353 4$32.004"1 $582.00 $8,245,0 1.52 Symbols(ONLY- Pavement Symbols(ONLY-Thermbol Thermoplastic) 6 6 EA $509.63 $S453.70 $519.00 $$519.00 $517.00 ,248A0 $3p92. 1.53 Pavement Symbols(HandicapSymbolnominations)1 EA $453.W $421.69 $421.69 $420.00 551]. 1.54 Pavement Symbols Birydist-Thermoplattl[) 1 EA $36aW S368. $368. $$21.69 $431.69 $$26.00 $BW.0 1.54 ne Pattern dreit Patterntion (Thermoplastic) 3,9 $F $$3,232.21 $35.95 $26.00 $74,BWA 1.5E StandardSign installation 9 EA 424.69 $424.69 $3,822A1 $4M,56 $4,37v04 $4,WOM $405.00 $4,365._ 1.57 Drawtl5treet Erosionontrol 1 IS $2%116.W $75,WO.W $78,WnW $74$30.W $74,530. 1.58 Traffic Control and Maintenance (Phase l) 1 LS 208a6.ln $$10,758.00 $2W,023.W $70,00000 $22,0000 $70,919. $70,919. 1.59 Traffic Control and Maintenance (Phase 3) Y 18 $$5,662.00 $$5,758.W $12,010 $R,W0.00 $14,769. S22,769.00 ].59 Traffic Control and Maintenance(Phase3) 1 IS $5,662.W $12,000.0 $12,W000 $21,769.00 $141313.00 TrafficControl Maintenance (Phase O) 1 IS 10,758.00 $1$136.0 $30,]S8.64 $2E,W0.0 $22,W0.00 $21,769A $29,769.0 1.61 ].62 Changeable POrtableCbryearRMessage Sign 412 a tray 2136.7E $58328.60 $]3.W $$5,soll $73.00 $Saloo 1.6E Agndicapant forcrete yMaintenance 148 Ton 236.7E $8,6I3.80 $55.00 $5$W.00 $53.M $6,3W.W ].63 HantltSi Ramp Concrete 148 SY $$2,365.00 $135. $$3,600.00 $261.00 $$2,904A 1.W PmFMlling 2 EA okoi5 $1,1W.W $2AOB.54 $3,BW.0 $1,2$7.0 ].65 Cold Millington Fen Pavement 1,200 SY $6.51 $111,323.50 $$9.0 31,31 $03],35n00 20,778.0 $]30,A8.0_ 1.67 Tree 1,51 LF $O55 $S,EEO.W $9. $$8,W0.00 Sam $3,6W. ].67 and CementConer her PortlW' Concrete Bauvelk(A) 51 SY $23]. $],W9. $165.0 $B,41S.00 74.00 $)4.0 $3,]]4,0 ].68 Mick Coined 8"Thick [olosetl Concrete (Apple Red) 320 SY $223.14 S7 404.an 5145.W $46,4W.00 $190.M S60AW.W 1.0 G'ThRk SGmpetl(Cabblestone)BCokretl concrete (OaekGonite) 305 SY $43iB2 $60,293.ED $175.W $25,375.W $257.W $37,M5.00 1.70 8"Thick Portland<ement Concrete Pavement 4 SY $393.09 $7]2.36 $365.0 $580.00 $1@.W S568-0 1.71 4"Thlck Colored Concepts, (Dark Granite) 72 SY $403.00 $3B•99AW $119A $9,208.00 $177.0 $11,]04.0 ]J2 Deconave Fence 70 LF $147.23 S1UGx7.W $172.55 $137,177.25 $124.00 598$BOAO ]]3 Decameter Pence (Custom) 460 LF $225.50 $304,190.W $204.26 $93,959.60 $482.W $221,720.W 1.74 Drop Inlet Adjusted to Grade 5 EA $2A18.W $12,WO.W $4,B00.W $24,W0.00 $5,852.M $29,26oco Bid 24411, Bid Tab able Warning Back Paver 7811 set 4.52_ I Loul Controller TS2-Type 2, E-Net(B Phaual 1 Signal CommitModification) 14 at Switch, T10] Hardened(B.Pmt) y - :able Hotel Cat SE) 52 Sdao(E'Net 5.8) With Antenna y r Backup System 9 Signal Head, LED, (3 Xcpory l Way) 8 Signal Head, LEO,(4 Seniory l Way) 5 I Coarrol unit 2 oumed Assembly 16 town Pedestrian Signal Head, LED 16 Signal Cable(SC/12 A. W.G.) 2,033 Signal Cable(5C/14 A.W.G.) 1,651 Signal Cable RC/14 A.W.G.) 251 Ngnal Cable(20C/14 A.W.G.1 276 at Conduttmsin-Conduit 11C/B A.W.G., E.G.C.) 1,336 :al ConduRmHn- Conduit (2C/6 A.W.G.) gT hed Steel Conduit (2.1 14 2e.111c Conduit (2") 71 IIIC Conduit (3") 1,C69 1e Pull Bw (type 2) 2 1e Pull Bw (Type 3 HD) 1 1e Pull Boa (type 2 HD) 4 Signal Man A. And Pole With Founded.. (50') 1 Signal Pedestal Pole With Foundation 14 Point Assembly (2 Clrwl6) 1 at OfTraf c Signal Equipment 1 eat Name Shop postal Only) - 1 :able 424 )at.., (to) 4 _. -able(Eatel CAT SE) 686 Nonimr(CrR) 1 Control unit IS Channel) 1 Water Vadye to Grade y Sell Sewer Manhole to Grade e e, Alvage, and Reinndl Monument Sign 1 cad Ccncrece Wall System with Native Stone Veneer - 460 �s, Installed 3 - Ieceptacles, Installed 3 alters, Installed 1 taking Elements 2 l Monument Base 6 24 is 360 on I Lighting Assembly A Aswtlated Hard..Huandard Randal ton), Installed g lightingAssembly& Associated Hakware(Shdlow Foundation), Installed 3 an Ognaing Assembly& Associated Hardware(Standard Foundation), Installed -29 an Lighting Arcembly& Associated Hardware(shallow Foundation), Installed 9- Pavement Permanent Ral 190 el Service Connection 1 an and Landequ a Repairs(Allowance) 1 re Steps ) icing and Testing of Excan Material 1 el of Hazardous Materiel 190 2.2 block, OR-14 PVC C900 Water Mean 2.3 6-Inch DIP CC350 Water Main 2.4 "loch OB-14PVCC9WWmw Main 2.5 V' SIOR-T HOPE Serval Line 2.6 1" Cis Costed Copper Tubang Service Line 2] 1"HDPE Sence Line 2.8 12"X12"Tapping Sleeve 2.9 S.i Tapping Sleeve 2.10 Oil Tal lry Sleeve 2.11 "%4"Tapping Sleeve 2.12 Viet" Tapping Saddle 2.13 12"%£ Service Lddle and 2"Ball Valve exi 2.14 01 Service Saddle 2.S EI SeMce Saddle 2.16 12" BUHerfly Valve w/Baa 2.12 12" Gate Valve 2.18 8"Gate Valve val 2.19 6"Gate Valve wliters 2.20 1Gate Valve w/Box 2.21 2"Gate Valve sul 2.22 16 Inch Min. Diameter Steel Encasement by Direct Bury 2.23 Cut and Cap Existing Water Mean 2.24 Conned New Water Main To Exasting Water Main 2.25 Sal Cancun, Fire Hydrant 2.26 Abandon Existing Valve 2.22 Abandon Existing Meer Sell and Service Line 2.28 New Single Water Meter Setting 2.29 Recoed Existing Meter (Single) 2.30 Reconnect Existing Meter (Double) 2.31 Conned New Water Service Lire to Existing Service Line 2.32 Three -Way Fire Hydrant Assembly 2.33 Ouctaae Iron phial 2.34 12"Anchor Collar 2.35 a"Anchor Collar 2.36 Toralmry Asphalt Pavement Repair 2.32 Permanent Pavement Repair 2.38 Full Depth Class 2 ABC Bacifill 2.39 faowabae Fill To Fill Eelaling Water and Sewer Mains 2.40 &Inch PVC SDR-26 PVC Sanitary Sewer 2.41 6-Inch PVC SDR-25 PVC Sanitary Sewer old 34-0&Batl Tab 2.41 Abantlon Eg M ,n 11 2 pA 2.q3 gemove Faiftin{vlitinManM1ole 3 EA 2.N Cut and all Existing Santlaq Sewer 2 EA 2.0.5 V Diameter Manhole with Standard Frame and Craar 2 Fp 2.06 N Diameter Drop Manhole with Standard Frame amE Cove, 2 EA •NDFI[E: eia aware lv mminaeat uponsupps"'series minimum sreenpalbns and formal amnen,anon W Cry OMlela1, Ll 41ali- 11 Zce 2 Comm, Fitr}l. Furehaslne Aeem O ►��a�,�a�I Amanda astir . s,. pumhasiry ASem bm 2awa, antl rA Li GARNER 2049 E. Joyce Blvd. Suite 105 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com November 22, 2024 Matt Casey, PE Engineering Design Manager City of Fayetteville 113 W Mountain St. Fayetteville, AR 72701 Re: City of Fayetteville Bid 24-48, 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 November 19, 2024. The bids have been checked for accuracy and for compliance with the contract documents. A total of 3 bids were received on the project. Benchmark Construction Company of NWA, Inc. submitted the low bid for the project in the amount of $8,624,654.49. The Engineer's Opinion of Probable Cost was $10,245,000.00 for this project. We recommend that the construction contract for "North St. - Sycamore St. (College Ave.) (Fayetteville) (S)" be awarded to Benchmark Construction Company of NWA, Inc. We believe that the award of this project to Benchmark Construction Company of NWA, Inc. represents the best value for the City. Please call me if you have any questions. Sincerely, GARVER, LLC 3.,R /Y7Lo -w- Zach Moore, P.E. O F AVE . 4. J 1JIJRi�;t. ) 4�'' S . ,y kANS' OFFICE OF THE MAYOR Mr. Jared D. Wiley Chief Engineer— Preconstruction Arkansas Department of Transportation P.O. Box 2261 Little Rock, AR 72203 RE: Job #040887 North St. — Sycamore St. (College Ave.) (Fayetteville)(S) Washington County Dear Mr. Wiley: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. I certify that the referenced project was advertised, and bids were received in accordance with the regulations governing Federal-aid projects and all other applicable state and federal regulations, and that his process has been reviewed and approved by the City of Fayetteville's Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to Benchmark Construction Company of NWA, Inc. for$8,693,634.49 is requested. Sinc ly, Mayor Li Id Jor an 4 .ut I ..c, ,__ City Attorne` �I 1 lams City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY OF FAYETTEVILLE STAFF MEMO tip ARKANSAS TO: Kit Williams, City Attorney ���� FROM: Matt Casey, Engineering Design Manager 7 j" DATE: December 11, 2024 SUBJECT: College Ave. Improvements Project This is to confirm that the College Ave Project (North St to Sycamore St)was advertised and bids for the project were received in accordance with regulations governing Federal-Aid Projects, and that the bid is being awarded to the lowest responsive and qualified bidder. No negotiations have been held with the contractor or other bidders, nor will there be prior to the execution of the contract. Benchmark Construction Company of NWA, Inc. is the low bidder on the project. Their bid submittal has been reviewed to verify that all certifications required of Federal-Aid Projects (e.g. DBE Participation, Anti-Collusion and Debarment, etc.) were properly signed and submitted with the bid. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701