No preview available
HomeMy WebLinkAbout101-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 101-25 File Number: 2025-377 NABHOLZ CONSTRUCTION CORP. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-29 AND AUTHORIZE A CONTRACT WITH NABHOLZ CONSTRUCTION CORP. IN THE AMOUNT OF $13,967,679.50 FOR THE CONSTRUCTION OF WATER AND SEWER UTILITY RELOCATIONS ASSOCIATED WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION'S I-49 & MLK INTERCHANGE IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $500,000.00 WHEREAS, the Arkansas Department of Transportation has requested utility relocations to prepare for roadway widening along Martin Luther King, Jr. Blvd. from Leflar Way to East of I-49. 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 awards Bid #25-29 and authorizes Mayor Rawn to sign a contract with Nabholz Construction Corp. in the amount of $13,967,679.50 for the construction of water and sewer utility relocations associated with the Arkansas Department of Transportation's I-49 & MLK Interchange Improvements Project, and further approves a project contingency in the amount of $500,000.00. PASSED and APPROVED on April 15, 2025 Approved: * �0� Attest: ��G:•�\TV pF,w,SG M FAYE77EV'LL,• A' '��yNGTON•G�J.. Molly Rawn, Mayor Kara Paxton, City Clerk Treasurer Page 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 101-25 File Number: 2025-377 NABHOLZ CONSTRUCTION CORP. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-29 AND AUTHORIZE A CONTRACT WITH NABHOLZ CONSTRUCTION CORP. IN THE AMOUNT OF $13,967,679.50 FOR THE CONSTRUCTION OF WATER AND SEWER UTILITY RELOCATIONS ASSOCIATED WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION'S I-49 & MLK INTERCHANGE IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $500,000.00 WHEREAS, the Arkansas Department of Transportation has requested utility relocations to prepare for roadway widening along Martin Luther King, Jr. Blvd. from Leflar Way to East of I-49. 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 awards Bid #25-29 and authorizes Mayor Rawn to sign a contract with Nabholz Construction Corp. in the amount of $13,967,679.50 for the construction of water and sewer utility relocations associated with the Arkansas Department of Transportation's I-49 & MLK Interchange Improvements Project, and further approves a project contingency in the amount of $500,000.00. PASSED and APPROVED on April 15, 2025 Approved: Attest: Molly Rawn, Mayor Kara Paxton, City Clerk Treasurer Page 1 CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 15, 2025 CITY COUNCIL MEMO TO: Mayor Rawn and City Council THRU: Keith Macedo, Interim Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: NABHOLZ CONSTRUCTION CORP. (SERVICE CONTRACT): RECOMMENDATION: 2025-377 Staff recommends awarding Bid 25-29 and approving a construction contract with Nabholz Construction Corp. in the amount of $13,967,679.50 for construction of water and sewer utility relocations associated with the 1-49 & MLK Interchange Improvements, and approval of a project contingency in the amount of $500,000.00. BACKGROUND: On February 25th, 2025 the City of Fayetteville accepted sealed competitive bids for the 1-49/MLK Interchange Utility Relocations Phase 11 project (ARDOT Project 040846). Nabholz Construction Corp. submitted the only bid of $13,967,679.50. This price is within 1 % of the engineer's opinion of probable construction costs. DISCUSSION: The Arkansas Department of Transportation has requested utility relocations to prepare for roadway widening along MLK Blvd. from Leflar Way to East of 1-49. The scope consists of 920 LF of 36-inch, 20 LF of 30-inch, 355 LF of 24-inch, 4,400 LF of 18-inch, 3,500 LF of 8-inch, 20 LF of 6-inch, and 25 LF of 2-inch water mains complete with appurtenances, as well as 260 LF of 24-inch, 595 LF of 15-inch, 345 LF of 10-inch, 625 LF of 8- inch, and 632 LF of 4-inch sewer mains complete with appurtenances. This project is 72.54% reimbursable to the City of Fayetteville by ARDOT as memorialized by Resolution 294- 24. BUDGET/STAFF IMPACT: Funds are available in the Water & Sewer Relocations account. ATTACHMENTS: SRF (#3) , Bid 25-29, Bid Tab - Final (#4), Agreement (#5) 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 #: 2025-377 NABHOLZ CONSTRUCTION CORP. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-29 AND AUTHORIZE A CONTRACT WITH NABHOLZ CONSTRUCTION CORP. IN THE AMOUNT OF $13,967,679.50 FOR THE CONSTRUCTION OF WATER AND SEWER UTILITY RELOCATIONS ASSOCIATED WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION'S I-49 & MLK INTERCHANGE IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $500,000.00 WHEREAS, the Arkansas Department of Transportation has requested utility relocations to prepare for roadway widening along Martin Luther King, Jr. Blvd. from Leflar Way to East of I-49. 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 awards Bid #25-29 and authorizes Mayor Rawn to sign a contract with Nabholz Construction Corp. in the amount of $13,967,679.50 for the construction of water and sewer utility relocations associated with the Arkansas Department of Transportation's I-49 & MLK Interchange Improvements Project, and further approves a project contingency in the amount of $500,000.00. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2025-377 Item ID 4/1/2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/14/2025 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 25-29 and approving a construction contract with Nabholz Construction Corp. in the amount of $13,967,679.50 for construction of water and sewer utility relocations associated with the 1-49 & MLK Interchange Improvements, approval of a project contingency in the amount of $500,000.00. Budget Impact: 5400.720.5600-5808.00 /5400.720.5700- 5815.00 Account Number 11011.2301 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Water & Sewer Fund Water & Sewer Relocations, 1-49 & Hwy 62 (MLK) Interchange Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 25,855,177.00 $ 8,458,096.09 17,397,080.91 $ 14,467,679.50 e. 2,929,401.A1 Previous Ordinance or Resolution # Approval Date: V20221130 CITY OF FAYETTEVILLE ARKANSKANSAS BID TABULATION Bid 25-29, Construction - Utility Relocations for 1-49/MLK Interchange DEADLINE: Tuesday, February 25, 2025 at 2:00 PM Nabholz Construction Corporation IOTA L $13,967,679.50 Line #1 Description CITY UOM Unit 1 Section A: Lump Sum Items $2,476,764.00 1.1 Bonds and Insurance 1 LS $219,000.00 1.2 Mobilization (Shall not exceed 5%of total bid price) 1 LS $644,000.00 1.3 Maintenance of Traffic - ARVEST/Finger Road 1 LS $18,600.00 1.4 Maintenance of Traffic - City Streets & Private Access 1 LS $234,810.00 1.5 Trench Safety/Protective Systems 1 LS $356,340.00 1.6 Construction Erosion Control and Sediment Control 1 LS $127,650.00 1.7 Cleaning, Disinfecting, and Sampling 1 LS $76,500.00 1.8 Site Preparation, Clearing & Grubbing, Landscaping 1 LS $595,400.00 1.9 Construction Dewatering 1 LS $35,050.00 1.10 Bypass Pumping (Gravity Sanitary Sewer) 1 LS $151,800.00 1.11 Bypass Pumping (Pump Station) 1 LS $17,614.00 2 Section B: Boring Items $3,370,445.00 2.1 Pipe Casing - 12" Steel (Bored) 140 LF $1,107.00 2.2 Pipe Casing - 15" SDR 35 PVC (Open Cut) 150 LF $222.00 2.3 Pipe Casing - 12"/16" HDPE DR 17 (Bored) 415 LF $668.00 2.4 Pipe Casing - 16" HDPE DR17 (Open Cut) 50 LF $205.00 2.5 Pipe Casing- 16" Steel (Bored) 565 LF $1,048.00 2.6 Pipe Casing- 16" Steel (Open Cut) 40 LF $236.50 2.7 Pipe Casing- 18" Steel (Bored) 30 LF $1,800.00 2.8 Pipe Casing- 30" Steel (Bored) 175 LF $2,640.00 2.9 Pipe Casing- 30" SDR 35 PVC (Open Cut) 55 LF $503.00 2.10 Pipe Casing - 36" Steel (Bored) 230 LF $2,115.00 2.11 Pipe Casing -42" Steel (Bored) 200 LF $3,120.00 2.12 Pipe Casing - 54" Steel (Bored) 180 LF $3,550.00 3 Section C: Sanitary Sewer Items $850,362.50 3.1 Pre -CCTV Sanitary Sewer Mains (6"-15") 1170 LF $10.00 3.2 Sewer Pipe (8" PVC, SDR 26) 505 LF $19.50 3.3 Sewer Pipe (8" Certa-Flo DR 21 RAS PVC) 120 LF $32.50 3.4 Sewer Pipe (10" PVC, SDR 26) 345 LF $27.50 3.5 Sewer Pipe (15" PVC, SDR 26) 595 LF $53.50 3.6 Sewer Pipe (24" PVC, SDR 26) 260 LF $96.00 3.7 Sanitary Sewer Trenching and Backfilling, 6-8' Deep 565 LF $88.00 3.8 Sanitary Sewer Trenching and Backfilling, 8-12' Deep 615 LF $105.00 3.9 Sanitary Sewer Trenching and Backfilling, 12-16' Deep 160 LF $250.00 3.10 Post CCTV Sanitray Sewer Mains (8"-24") 1820 LF $7.60 3.11 Sewer Line Marker Post 5 EA $118.00 3.12 Standard Depth Manhole (4' Diameter, 0-6' Deep) 19 EA $7,000.00 3.13 Additional Manhole Depth (4' Diameter) 73 VF $760.00 3.14 Standard Depth Manhole (S' Diameter, 0-6' Deep) 4 EA $8,200.00 3.15 Additional Manhole Depth IS' Diameter) 30 VF - $950.00 3.16 10 " Inside Drop 6 VF $375.00 3.17 Abandon Existing Manhole 9 EA $2,020.00 3.18 Epoxy Coating Manhole 4' & 5"Diameter (15"-24" Sanitary Sewer Mains)j 124 VF $570.00 3.19 Cut & Plug Existing 4" Force Main 1 EA $4,490.00 3.20 Cut & Plug Existing 8" Sewer Main 1 EA $1,700.00 3.21 Cut & Plug Existing 10" Sewer Main i EA $1,730.00 3.22 Cut & Plug Existing 15"-24" Sewer Main 5 EA $4,485.00 3.23 Grout Fill & Abandon Existing 8"-10" Sewer Main 365 LF $28.00 3.24 Grout Fill & Abandon Existing 15" Sewer Main 545 LF $30.00 3.25 Grout Fill & Abandon Existing 24" Sewer Main 240 LF $57.00 3.26 Remove & Dispose Sanitary Sewer 55 LF $60.00 3.27 Tie to Existing Sewer Main with Maxadapter 1 EA $900.00 3.28 Reinstate Existing Sewer Service Line is EA $2,380.00 3.29 4" PVC SDR 26 Sewer Service Line 180 LF $67.00 3.30 4" C900 PVC DR14 Force Main Pipe, Installed 632 LF $89.00 3.31 Tie to Existing Pump Station (Core Drill) 1 EA $2,225.00 3.32 Cementitious & Epoxy Coating of Pump Station 25 VF $1,600.00 3.33 4" Force Main Pigging Station 1 EA $28,000.00 4 Section D: Trenching &Repair Items $1,441,535.00 4.1 Rock Excavation 500 CY $10.00 4.2 Class 7 Granular Backfill 7400 CY $75.00 4.3 Gravel Driveway Repair (6" Thickness) 100 SY $10.50 4.4 Asphalt Pavement Repair (Type 3, 3" Thickness) 2200 SY $195.00 4.5 Remove and Replace Curb and Gutter 1800 LF $56.00 4.6 Remove and Replace Concrete Street/Driveway (9" Thickness) 2100 SY $154.00 4.7 Remove and Replace Concrete Sidewalk (4") & Trail (6") 225 SY $119.00 4.8 ADA Accessible Ramp (Permanent & Temporary) 3 EA $170.00 5 Section E: Water Items $5,622,047.00 5.1 Water Pipe IT' PVC, AWWA C900, Class 305, DR 14) 25 LF $58.00 5.2 Water Pipe (6" PVC, AWWA C900, Class 305, DR 14) 20 LF $81.00 5.3 Water Pipe (8" PVC, AWWA C900, Class 305, DR 14, Certa-Lok R11B) 3500 LF $108.00 5.4 Water Pipe (18" DIP, AWWA C151, Class 250) 4400 LF $256.00 5.5 Water Pipe (24" DIP, AWWA C151, Class 250) 355 LF $415.00 5.6 Water Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated 20 LF $675.00 5.7 Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated 920 LF $885.00 5.8 Ductile Iron Fittings 48000 LBS $24.50 5.9 8" Gate Valve with Valve Box 8 EA $3,670.00 5.10 12" Butterfly Valve with Valve Box 2 EA $13,750.00 5.11 18" Butterfly Valve with Valve Box (Install Only) 2 EA $4,290.00 5.12 24" Butterfly Valve with Valve Box (Install Only) 1 EA $6,190.00 5.13 30" Butterfly Valve with Valve Box (Install Only) 1 EA $11,670.00 5.14 36" Butterfly Valve with Valve Box (Install Only) 2 EA $14,230.00 5.15 2"x2" Tapping Sleeve and Valve with Valve Box 1 EA $2,640.00 5.16 6"x6" Tapping Sleeve and Valve with Valve Box 2 EA $6,405.00 5.17 8"x8" Tapping Sleeve and Valve with Valve Box 5 EA $8,930.00 5.18 10"x8" Tapping Sleeve and Valve with Valve Box 1 EA $9,210.00 5.19 12"x12" Tapping Sleeve and Valve with Valve Box 3 EA $14,970.00 5.20 24"x8" Tapping Sleeve and Valve with Valve Box 1 EA $13,980.00 5.21 36"X8" Tapping Sleeve and Valve for Dewatering & Dechlorination 1 EA $19,300.00 5.22 30"X30" Tapping Sleeve and Valve with Valve Box (Install Only) 1 EA $25,200.00 5.23 36"X36" Tapping Sleeve and Valve with Valve Box (Install Only) 1 EA $28,500.00 5.24 Install 30" Line Stop with Anchor Collar (See detail M103) 1 EA $110,000.00 5.25 Install 36" Line Stop with Anchor Collar (See detail M104) 1 EA $124,000.00 5.26 Fire Hydrant Assembly 15 EA $15,600.00 5.27 Salvage & Return Existing Fire Hydrant to Owner 7 EA $2,090.00 5.29 Cut & Cap Existing 2" Water Line 3 EA $2,840.00 5.30 Cut & Cap Existing 6"-8" Water Line 9 EA $4,440.00 5.31 Cut & Cap Existing 10"-12" Water Line 4 EA $5,450.00 5.32 Cut & Cap Existing 24"-30" Water Line 3 EA $20,000.00 5.33 Cut & Cap Existing 36" Water Transmission Line 1 EA $25,OD0.00 5.34 Abandon & Grout Fill 1"-4" Water Lines 1750 LF $6.70 5.35 Abandon & Grout Fill 6"-B" Water Lines 1240 LF $10.30 5.36 Abandon & Grout Fill 10"-12" Water Lines 1525 LF $13.10 5.37 Abandon & Grout Fill 24"-30" Water Lines 520 LF $56.00 5.38 Abandon & Grout Fill 36" Water Line 405 LF $80.00 5.39 Remove & Dipose Water line V'4' 215 LF $42.50 5.40 Remove & Dipose Water Line 10"-24" 2460 LF $59.50 5.41 Remove & Dipose Water Line 30"-36" 20 LF $84.00 5.42 Concrete Blocking 575 CY $602.00 5.43 Concrete Anchor Collar 2 EA $26,700.00 5.44 Polyethylene Wrap (18"-24" Pipe, Double Wrapped, V-BiO Outside Wrap 4800 LF $10.00 5.45 Polyethylene Wrap (36" Pipe, Double Wrapped, V-BiO Outside Wrap) 920 LF $15.00 5.46 Water Line Marker Post 12 EA $120.00 5.47 4" Combination Air/Vacuum Release Valve with Vault (Install only for V 2 EA $16,200.00 5.48 Water Service Line (3/4" Copper Tubing, Type K) 110 LF $73.00 5.49 Water Service Line (1" Copper Tubing, Type K) 1540 LF $83.00 5.50 Water Service Line (2" Copper Tubing, Type K) 225 LF $133.00 5.51 5/8 "x 3/4" Single Water Meter Box 9 EA $2,250.00 5.52 5/8 "x 3/4" Double Water Meter Box 2 EA $3,485.00 5.53 1" Single Water Meter Box 14 EA $2,675.00 5.54 2" Single Water Meter Box 3 EA $7,955.00 6 Section F: Storm Drain Items $72,648.00 6.1 Install Modular Wall 40 LF $316.00 6.2 Remove & Replace 18" CMP 30 LF $158.00 6.3 Remove & Replace 18" RCP Class III 10 LF $187.00 6.4 Remove & Replace 24" RCP Class III 32 LF $204.00 6.5 Remove & Replace 40" CMP 10 LF $470.00 6.6 Remove & Replace Concrete Ditch Paving 205 SY $120.00 6.7 Remove & Replace Rip Rap (Stabilize Bank) 20 CY $105.00 6.8 Remove & Replace Concrete Inlets and Junction Boxes 2 EA $7,735.00 7 Section G: Remove and Replace & Final Surface Restoration Items $133,878.00 7.1 Remove and Replace Fence (6' or 8' Tall, Wood or Vinyl) 152 LF $69.00 7.2 Remove and Replace Fence (6' Tall, Chain Link or Pipe) 30 LF $69.00 7.3 Remove and Replace Sign (Non -Structural) 4 EA $175.00 7.4 Remove and Replace/ Protect Light Pole 8 EA $2,750.00 7.5 Seeding, Fertilizing and Mulching 1000 SY $9.00 7.6 Solid Sodding 9000 SY $11.00 �i;kL Z(y ZS Kenny Fitch, Sr Procurement Ag nt Amanda Bel fuss, Procure ent Director ►I CITY OF FAYETTEVILLE ARKANSAS March 3, 2025 Sent via email: justin.belk(c�nabholz.com Justin Belk Nabholz Construction Corp. 3301 N. 2nd St. Rogers, AR 72757 Re: City of Fayetteville, Arkansas; Bid #25-29, Construction Contract for 1-49/MLK Interchange Utility Relocations Phase II (ArDOT Project 040846) Mr. Belk, The City of Fayetteville Arkansas publicly opened bids received on February 25t", 2025 for Bid #25-29, Construction Contract for 1-49/MLK Interchange Utility Relocations Phase II (ArDOT Project 040846). Your company is the low bidder. Your bid is $13,967,679.50 The City of Fayetteville's contract review process requires that you sign the proposed "Agreement" (DOCUMENT 00500) and provide all required attachments and documents prior to City staff review. The staff review process is an internal PDF review by many departments including budget, accounting, legal, purchasing, City Clerk and Chief of Staff. In addition to the City staff review, the Fayetteville City Council Water and Sewer Committee, and then the Fayetteville City Council, will review the proposed contract. Please complete/fill in and sign, but do not date, the attached copy of DOCUMENT 00500 — AGREEMENT pages 1 — 12 and return to me (PDF preferred). Please note that this request and your signing of the proposed Agreement does not guarantee that the City of Fayetteville City Council will approve the contract. This request does not obligate the City of Fayetteville in any manner, but this request is the start of the review process for the proposed contract. You will not have an Agreement/Contract until the City of Fayetteville City Council has approved the proposed contract and both you and the Mayor of Fayetteville have executed the approved Agreement/Contract. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The review schedule is proposed as: Water and Sewer Committee March 11 t", 2025 City Council Agenda Session March 25t", 2025 City Council Meeting April 1st, 2025 Please provide your signed Agreement and attachments by Wednesday March 12t" PDFs are preferred. I appreciate your help to start the City's contract review process. Please call me and/or email if you have any questions, or if I can assist in any way. Sincerely, Corey Granderson, P.E. Fayetteville Utilities Engineer 479-444-3452 cgranderson(a�_fayetteville-ar.gov Attachments: Certified Bid Tabulation DOCUMENT 00500 — AGREEMENT pages 1 — 12 Contractor's Proposal (bid) CITY OF FAYETTEVILLE ARKANSAS BID TABULATION Bid 25-29, Construction - Utility Relocations for 1-49/MLK Interchange DEADLINE: Iuesday, February 25, 2025 at 2:00 PM Nabholz Construction Corporation [TOTAL $13,967,679.50 Line #1 Description CITY UOM Unit 1 Section A: Lump Sum Items $2,476,764.00 1.1 Bonds and Insurance 1 LS $219,000.00 1.2 Mobilization (Shall not exceed 5% of total bid price) 1 LS $644,000.00 1.3 Maintenance of Traffic - ARVEST/Finger Road 1 LS $18,600.00 1.4 Maintenance of Traffic - City Streets & Private Access 1 LS $234,810.00 1.5 Trench Safety/Protective Systems 1 LS $356,340.00 1.6 Construction Erosion Control and Sediment Control 1 LS $127,650.00 1.7 Cleaning, Disinfecting, and Sampling 1 LS $76,500.00 1.8 Site Preparation, Clearing & Grubbing, Landscaping 1 LS $595,400.00 1.9 Construction Dewatering 1 LS $35,0S0.00 1.10 Bypass Pumping (Gravity Sanitary Sewer) 1 LS $151,800.00 1.11 Bypass Pumping (Pump Station) 1 LS $17,614.00 2 Section B: Boring Items $3,370,445.00 2.1 Pipe Casing - 12" Steel (Bored) 140 LF $1,107.00 2.2 Pipe Casing - 1S" SDR 35 PVC (Open Cut) 150 LF $222.00 2.3 Pipe Casing - 12"/16" HDPE DR 17 (Bored) 41S LF $668.00 2.4 Pipe Casing - 16" HDPE DR17 (Open Cut) SO LF $205.00 2.5 Pipe Casing - 16" Steel (Bored) 565 LF $1,048.00 2.6 Pipe Casing- 16" Steel (Open Cut) 40 LF $236.50 2.7 Pipe Casing- 18" Steel (Bored) 30 LF $1,800.00 2.8 Pipe Casing - 30" Steel (Bored) 17S LF $2,640.00 2.9 Pipe Casing - 30" SDR 35 PVC (Open Cut) S5 LF $503.00 2.10 Pipe Casing - 36" Steel (Bored) 230 LF $2,115.00 2.11 Pipe Casing - 42" Steel (Bored) 200 LF $3,120.00 2.12 Pipe Casing - 54" Steel (Bored) 180 LF $3,550.00 3 Section C: Sanitary Sewer Items $850,362.50 3.1 Pre -CCTV Sanitary Sewer Mains (6"-15") 1170 LF $10.00 3.2 Sewer Pipe (8" PVC, SDR 26) 50S LF $19.50 3.3 Sewer Pipe (8" Certa-Flo DR 21 RJIB PVC) 120 LF $32.50 3.4 Sewer Pipe (10" PVC, SDR 26) 345 LF $27.50 3.5 Sewer Pipe (15" PVC, SDR 26) 595 LF $53.50 3.6 Sewer Pipe (24" PVC, SDR 26) 260 LF $96.00 3.7 Sanitary Sewer Trenching and Backfilling, 6-8' Deep 565 LF $88.00 3.8 Sanitary Sewer Trenching and Backfilling, 8-12' Deep 615 LF $105.00 3.9 Sanitary Sewer Trenching and Backfilling, 12-16' Deep 160 LF $250.00 3.10 Post CCTV Sanitray Sewer Mains (8"-24") 1820 LF $7.60 3.11 Sewer Line Marker Post 5 EA $118.00 3.12 Standard Depth Manhole (4' Diameter, 0-6' Deep) 19 EA $7,000.00 3.13 Additional Manhole Depth (4' Diameter) 73 VF $760.00 3.14 Standard Depth Manhole (5' Diameter, 0-6' Deep) 4 EA $8,200.00 3.15 Additional Manhole Depth (S' Diameter) 30 VF $950.00 3.16 10 " Inside Drop 6 VF $375.00 3.17 Abandon Existing Manhole 9 EA $2,020.00 118 Epoxy Coating Manhole 4' & 5"Diameter (15"-24" Sanitary Sewer Mains) 124 VF $570.00 3.19 Cut & Plug Existing 4" Force Main 1 EA $4,490.00 3.20 Cut & Plug Existing 8" Sewer Main 1 EA $1,700.00 3.21 Cut & Plug Existing 10" Sewer Main 1 EA $1,730.00 3.22 Cut & Plug Existing 15"-24" Sewer Main 5 EA $4,485.00 3.23 Grout Fill & Abandon Existing 8"-10" Sewer Main 365 LF $28.00 3.24 Grout Fill & Abandon Existing 15" Sewer Main 545 LF $30.00 3.25 Grout Fill & Abandon Existing 24" Sewer Main 240 LF $57.00 3.26 Remove & Dispose Sanitary Sewer 55 LF $60.00 3.27 Tie to Existing Sewer Main with Maxadapter 1 EA $900.00 3.28 Reinstate Existing Sewer Service Line 15 EA $2,380.00 3.29 4" PVC SDR 26 Sewer Service Line 180 LF $67.00 3.30 4" C900 PVC DR14 Force Main Pipe, Installed 632 LF $89.00 3.31 Tie to Existing Pump Station (Core Drill) 1 EA $2,225.00 3.32 Cementitious & Epoxy Coating of Pump Station 25 VF $1,600.00 3.33 4" Force Main Pigging Station 1 EA $28,000.00 4 Section D: Trenching & Repair Items $1,441,535.00 4.1 Rock Excavation S00 CY $10.00 4.2 Class 7 Granular Backfill 7400 CY $75.00 4.3 Gravel Driveway Repair (6" Thickness) 100 SY $10.50 4.4 Asphalt Pavement Repair (Type 3, 3" Thickness) 2200 SY $195.00 4.5 Remove and Replace Curb and Gutter 1800 LF $S6.00 4.6 Remove and Replace Concrete Street/Driveway (9" Thickness) 2100 SY $1S4.00 4.7 Remove and Replace Concrete Sidewalk (4") & Trail (6") 225 SY $119.00 4.8 ADA Accessible Ramp (Permanent & Temporary) 3 EA $170.00 5 Section E: Water Items $5,622,047.00 5.1 Water Pipe (2" PVC, AWWA C900, Class 305, DR 14) 25 LF $58.00 5.2 Water Pipe (6" PVC, AWWA C900, Class 305, DR 14) 20 LF $81.00 5.3 Water Pipe (8" PVC, AWWA C900, Class 30S, DR 14, Certa-Lok R11B) 3500 LF $108.00 5.4 Water Pipe (18" DIP, AWWA C1S1, Class 250) 4400 LF $256.00 5.5 Water Pipe (24" DIP, AWWA C151, Class 250) 355 LF $41S.00 5.6 Water Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated 20 LF $675.00 5.7 Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated 920 LF $885.00 5.8 Ductile Iron Fittings 48000 LBS $24.S0 5.9 8" Gate Valve with Valve Box 8 EA $3,670.00 5.10 12" Butterfly Valve with Valve Box 2 EA $13,750.00 5.11 18" Butterfly Valve with Valve Box (Install Only) 2 EA $4,290.00 5.12 24" Butterfly Valve with Valve Box (Install Only) 1 EA $6,190.00 5.13 30" Butterfly Valve with Valve Box (Install Only) 1 EA $11,670.00 5.14 36" Butterfly Valve with Valve Box (Install Only) 2 EA $14,230.00 SAS 2"x2" Tapping Sleeve and Valve with Valve Box 1 EA $2,640.00 5.16 6"x6" Tapping Sleeve and Valve with Valve Box 2 EA $6,405.00 5.17 8"x8" Tapping Sleeve and Valve with Valve Box 5 EA $8,930.00 5.18 10"x8" Tapping Sleeve and Valve with Valve Box 1 EA $9,210.00 5.19 12"x12" Tapping Sleeve and Valve with Valve Box 3 EA $14,970.00 5.20 24"x8" Tapping Sleeve and Valve with Valve Box 1 EA $13,980.00 5.21 36"X8" Tapping Sleeve and Valve for Dewatering & Dechlorination 1 EA $19,300.00 5.22 30"X30" Tapping Sleeve and Valve with Valve Box (Install Only) 1 EA $25,200.00 5.23 36"X36" Tapping Sleeve and Valve with Valve Box (Install Only) 1 EA $28,S00.00 5.24 Install 30" Line Stop with Anchor Collar (See detail M103) 1 EA $110,000.00 S.25 Install 36" Line Stop with Anchor Collar (See detail M104) 1 EA $124,000.00 S.26 Fire Hydrant Assembly 15 EA $15,600.00 5.27 Salvage & Return Existing Fire Hydrant to Owner 7 EA $2,090.00 5.29 Cut & Cap Existing 2" Water Line 3 EA $2,840.00 5.30 Cut & Cap Existing 6"-8" Water Line 9 EA $4,440.00 5.31 Cut & Cap Existing 10"-12" Water Line 4 EA $5,4S0.00 5.32 Cut & Cap Existing 24"-30" Water Line 3 EA $20,000.00 5.33 Cut & Cap Existing 36" Water Transmission Line 1 EA $25,000.00 5.34 Abandon & Grout Fill 1"-4" Water Lines 17SO LF $6.70 5.35 Abandon & Grout Fill 6"-8" Water Lines 1240 LF $10.30 5.36 Abandon & Grout Fill 10"-12" Water Lines 1525 LF $13.10 5.37 Abandon & Grout Fill 24"-30" Water Lines 520 LF $56.00 5.38 Abandon & Grout Fill 36" Water Line 40S LF $80.00 5.39 Remove & Dipose Water Line 1"-B" 215 LF $42.50 5.40 Remove & Dipose Water Line 10"-24" 2460 LF $59.50 5.41 Remove & Dipose Water Line 30"-36" 20 LF $84.00 5.42 Concrete Blocking 575 CY $602.00 5.43 Concrete Anchor Collar 2 EA $26,700.00 5.44 Polyethylene Wrap (18"-24" Pipe, Double Wrapped, V-BiO Outside Wrap 4800 LF $10.00 5.45 Polyethylene Wrap (36" Pipe, Double Wrapped, V-BIO Outside Wrap) 920 LF $15.00 5.46 Water Line Marker Post 12 EA $120.00 5.47 4" Combination Air/Vacuum Release Valve with Vault (Install only for Vz 2 EA $16,200.00 5.48 Water Service Line (3/4" Copper Tubing, Type K) 110 LF $73.00 5.49 Water Service Line (1" Copper Tubing, Type K) 1540 LF $83.00 S.SO Water Service Line (2" Copper Tubing, Type K) 225 LF $133.00 5.51 5/8 "x 3/4" Single Water Meter Box 9 EA $2,250.00 5.52 S/8 "x 3/4" Double Water Meter Box 2 EA $3,485.00 5.53 1" Single Water Meter Box 14 EA $2,675.00 5.54 2" Single Water Meter Box 3 EA $7,955.00 6 Section F: Storm Drain Items $72,648.00 6.1 Install Modular Wall 40 LF $316.00 6.2 Remove & Replace 18" CMP 30 LF $158.00 6.3 Remove & Replace 18" RCP Class III 10 LF $187.00 6.4 Remove & Replace 24" RCP Class III 32 LF $204.00 6.5 Remove & Replace 40" CMP 10 LF $470.00 6.6 Remove & Replace Concrete Ditch Paving 205 SY $120.00 6.7 Remove & Replace Rip Rap (Stabilize Bank) 20 CY $105.00 6.8 Remove & Replace Concrete Inlets and Junction Boxes 2 EA $7,735.00 7 Section G: Remove and Replace & Final Surface Restoration Items $133,878.00 7.1 Remove and Replace Fence (6' or 8' Tall, Wood or Vinyl) 152 LF $69.00 7.2 Remove and Replace Fence (6' Tall, Chain Link or Pipe) 10 LF $69.00 7.3 Remove and Replace Sign (Non -Structural) 4 EA $175.00 7.4 Remove and Replace/ Protect Light Pole 8 EA $1,750.00 7.S Seeding, Fertilizing and Mulching 1000 SY $9.00 7.6 Solid Sodding 9000 SY $11.00 �2 4'k Fj ZC4 LS Kenny Fitch, Sr Procurement Ag nt C�W� a lau Amanda Bei fuss, Procure ent Director City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Utility Relocations for I-49/MLK Interchange Contract No.: 25-29, Construction THIS AGREEMENT is dated as of the 15 day of April in the year 2025 by and between The City of Fayetteville, Arkansas and Nabholz Construction Corporation (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 Agreement includes, but is not limited to: A. Relocation of water and sanitary sewer utilities along I-49 and MLK. 1.02 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to SECTION 00400 — BID FORM for quantities. 1.03 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. 1.04 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.05 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of- way, railroad right-of-way, and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Hawkins -Weir Engineers, Inc. Hawkins - Weir Engineers, Inc. assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500-1 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 2.02 The City of Fayetteville assumes all duties and responsibilities, and has the rights and authority assigned to The City of Fayetteville as Owner 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 milestone, 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 COMPLETION AND FINAL PAYMENT: A. The Work shall be substantially completed within 335 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 within 365 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 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 one thousand dollars ($1000.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or 00500 Agreement 00500-2 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville one thousand dollars ($1000.00) 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 Contract 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 Contract Documents. 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 City of Fayetteville in advance of the change in scope, cost or fees. A. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-3 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15t' 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. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CK�l�1�71111[�)�f.� 00500 Agreement 00500-4 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. 00500 Agreement 00500-5 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given the City of Fayetteville's Purchasing Division written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by the City of Fayetteville's Purchasing Division 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. 00500 Agreement 00500-6 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 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 this Agreement and 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. a. The Performance Bond shall be for one hundred percent (100%) of the Contract amount. b. The Payment Bond shall be for one hundred percent (100%) of the Contract amount. c. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 00500 Agreement 00500-7 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: Utility Relocations for I-49/MLK Interchang} 8. Addenda numbers 2 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. 00500 Agreement 00500-8 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanic's or 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 00500 Agreement 00500-9 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 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 00500-10 January 2025 City of Fayetteville, Arkansas Utility Relocations for 1-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (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 April 15 2025, which is the Effective Date of the Agreement. CONTRACTOR: NtkBKb j_j Z CITY OF FAYETTEVILLE By: CA-t,_,s�3y,e!kN1k ut_ L_ L<&2C9&K—) By: Molly Rawn (Type or legibly print) tie: ?W-.*.5 - n -t. 1- Contractor shall attach evidence of authority to sign. (Type or legibly print) *° 00 (Signature) Title: Mayor If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest41-=__ Attest (SEAL) ."EftK / .Tgegry� �FAYEi7 r'y,Ll,- ' J.. kA N`P Kara Paxton, City Clerk Treasurer 00500 Agreement 00500-11 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) Address for giving notices Address for giving notices 330 1 K - "N 1V -&-f - 113 W. Mountain Street �2 Y60 Fayetteville, AR 72701 License No. v 0Is ?— Agent for Service of process A'stilc&-�wWPl (Type or legibly print) (Signature) 11 " the T eV h,1, " jap, -7Zp3 Z Contractor sliall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity Approved as to Form: or LLC, attach evidence of authority to sign.) By: Attorney For: END OF SECTION 00500 00500 Agreement 00500-12 January 2025 Arkansas Secretary of State Cole Jester State Capitol Building • Little Rock, Arkansas 72201-1094 • 501-682-3409 Certificate of Good Standing I, Cole Jester, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show NABHOLZ CONSTRUCTION CORPORATION authorized to transact business in the State of Arkansas as a For Profit Corporation, filed Articles of Incorporation in this office March 31, 1955. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 1 Oth day of March 2025. (�64 /?-/-- Cole Jester Secretary of State Online Certificate Authorization Code: 182815ab713d746 To verify the Authorization Code, visit sos.arkansas.gov �NTEGRIry I � I March 10, 2025 City of Fayetteville, Arkansas Attn: Molly Rawn, Mayor Re: Signature Authorization To Whom it May Concern Ashlea Brown, EVP & Corporate Counsel (501) 505-5965 Ashlea.Brown@Nabholz.com This letter shall serve as verification, per Nabholz' signature policy, that Chris Kauffman, in his capacity as EVP of Operations, has the authority to sign the agreement form for the City of Fayetteville Utility Relocations for 1-49/MLK Interchange project on behalf of Nabholz Construction Corporation. If you have any questions, please do not hesitate to reach out to me. Sincerely, Ashlea Brown Executive Vice President & Corporate Counsel Attest: 3169-ie' Sarah McMillian Assistant Secretary PO Box 2090 1 Conway, Arkansas 72033-2090 1 Phone 877.NABHOLZ Conway, AR I Little Rock, AR I North Little Rock, AR I Jonesboro, AR I Fort Smith, AR I Rogers, AR I Springfield, MO I Columbia, MO Lenexa, KS I Olive Branch, MS I Nashville, TN I Portland, TN I Tulsa, OK I Oklahoma City, OK I Oxford, CT www.nabholz.com Details For service of process contact the secretary of State's office. LLC Member information is now confidential per Act 865 of 2007 For access to our corporations bulk data download service click here. Corporation Name NABHOLZ CONSTRUCTION CORPORATION Fictitious Names DIAMOND MILLWORK NABHOLZ CLIENT SERVICE NABHOLZ CONSTRUCTION NABHOLZ CONSTRUCTION SERVICES NABHOLZ CONSTRUCTION SERVICES NABHOLZ CONSTRUCTION SERVICES OR NABHOLZ INDUSTRIAL SERVICES NABHOLZ CONSTRUCTION, INC. NABHOLZ CUSTOM MILLWORK NABHOLZ ENVIRONMENTAL SERVICES NABHOLZ FLEET EQUIPMENT & SERVICES NABHOLZ INDUSTRIAL SERVICES NABHOLZ PROGRESSIVE SOLUTIONS NABHOLZ RAILROAD SERVICES NORTHWEST EXCAVATION NWEX Filing # 100036403 Filing Type For Profit Corporation Filed Under Act Dom Bus Corp; 576 of 1965 Status Good Standing Principal Address 612 GARLAND STREET CONWAY, AR 72032 Reg. Agent ASHLEA BROWN Agent Address 1160 FACTORY STREET CONWAY, AR 72032 Date Filed 03/31/1955 Officers JACOB D NABHOLZ, President SEE FILE, Incorporator/Organizer GREG T FOGLE, Vice -President BRYAN D BRUICH, Treasurer TIM J MCKENNA, Controller TIM J MCKENNA, Tax Preparer BRYAN D BRUICH, Secretary Foreign Name Foreign Address State of Origin Purchase a Certificate of Good Standing for this Entity Pay Franchise Tax for this corporation CITY OF _ FAYETTEVILLE ARKANSAS Bid 25-29 Addendum 2 Nabholz Construction Corporation Supplier Response Event Information Number: Bid 25-29 Addendum 2 Title: Construction - Utility Relocations for 1-49/MLK Interchange Type: Invitation to Bid Issue Date: 1/26/2025 Deadline: 2/25/2025 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the relocation of water and sewer utilities along 1-49 and MILK Interchange. Questions regarding this bid should be addressed to Kenny Fitch, Sr. Procurement Agent at kfitch@fayetteville-ar.gov. Contact Information Contact: Kenny Fitch - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone: (479) 575-8258 Email: kfitch@fayetteville-ar.gov Page 1 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 Nabholz Construction Corporation Information Contact: Aimee Wynn Address: 3301 N 2nd St. Rogers, AR 72756 Phone: (479) 659-7800 Email: aimee.wynn@nabholz.com By submitting your response, you certify that you are authorized to represent and bind your company. Justin Belk Signature Submitted at 212512025 01:22:39 PM (CT) Requested Attachments Bid 25-29, Bid Bond justin.belk@nabholz.com Email Bid Bond Complete.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 25-29, Required Signature Forms MLK Bid Form Complete.pdf Please attach your completed forms. These documents can be found in FILE #01 - PROJECT MANUAL. Bid Attributes 1 Arkansas Secretary of State Filing Number: 71-0272097 2 Arkansas Contractor License Number: 0000020325 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I do not agree 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I do not agree Page 2 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. FZ I agree ines Package Header Section A: Lump Sum Items Quantity: 1 UOM: EA Total: $2,476,764.00 Package Items 1.1 Bonds and Insurance Quantity: 1 UOM: LS Price: $219,000.00 Total: $219,000.00 1.2 Mobilization (Shall not exceed 5% of total bid price) Quantity: 1 UOM: LS Price: $644,000.00 Total: $644,000.00 1.3 Maintenance of Traffic - ARVEST/Finger Road Quantity: 1 UOM: LS Price: $18,600.00 Total: $18,600.00 1.4 Maintenance of Traffic - City Streets & Private Access Quantity: 1 UOM: LS Price: $234,810.00 Total: $234,810.00 1.5 Trench Safety/Protective Systems Quantity: 1 UOM: LS Price: $356,340.00 Total: $356,340.00 1.6 Construction Erosion Control and Sediment Control Quantity: 1 UOM: LS Price: $127,650.00 Total: $127,650.00 1.7 Cleaning, Disinfecting, and Sampling Quantity: 1 UOM: LS Price: $76,500.00 Total: $76,500.00 1.8 Site Preparation, Clearing & Grubbing, Landscaping Quantity: 1 UOM: LS Price: $595,400.00 Total: $595,400.00 1.9 Construction Dewatering Quantity: 1 UOM: LS Price: $35,050.00 Total: $35,050.00 1.10 Bypass Pumping (Gravity Sanitary Sewer) Quantity: 1 UOM: LS Price: $151,800.00 Total: $151,800.00 1.11 Bypass Pumping (Pump Station) Quantity: 1 UOM: LS Price: $17,614.00 Total: $17,614.00 2 1 Package Header Section B: Boring Items Quantity 1 UOM: EA Total: $3,370,445.00 Page 3 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 Package Items 3 2.1 Pipe Casing - 12" Steel (Bored) Quantity: 140 UOM: LF 2.2 Pipe Casing - 15" SDR 35 PVC (Open Cut) Quantity: 150 UOM: LF 2.3 Pipe Casing - 12"/16" HDPE DR 17 (Bored) Quantity: 415 UOM: LF 2.4 Pipe Casing - 16" HDPE DR17 (Open Cut) Quantity: 50 UOM: LF 2.5 Pipe Casing - 16" Steel (Bored) Quantity: 565 UOM: LF 2.6 Pipe Casing- 16" Steel (Open Cut) Quantity: 40 UOM: LF 2.7 Pipe Casing- 18" Steel (Bored) Quantity: 30 UOM: LF 2.8 Pipe Casing - 30" Steel (Bored) Quantity: 175 UOM: LF 2.9 Pipe Casing - 30" SDR 35 PVC (Open Cut) Quantity: 55 UOM: LF 2.10 Pipe Casing - 36" Steel (Bored) Quantity: 230 UOM: LF 2.11 Pipe Casing - 42" Steel (Bored) Quantity: 200 UOM: LF 2.12 Pipe Casing - 54" Steel (Bored) Quantity: 180 UOM: LF Packaae Header Section C: Sanitary Sewer Items Price: 1 Total: 1 $154,980.00 Price: I Total: 1 $33,300.00 Price: I Total: 1 $277,220.00 Price: I Total: 1 $10,250.00 Price: 1 Total: 1 $592,120.00 Price: I Total: 1 $9,460.00 Price: 1 Total: 1 $54,000.00 Price: 1 Total: 1 $462,000.00 Price: I Total: 1 $27,665.00 Price: 1 Total: 1 $486,450.00 Price: 1 Total: 1 $624,000.00 Price: 1 Total: 1 $639,000.00 Quantity: 1 UOM: EA Total: $850,362.50 Package Items 3.1 Pre -CCTV Sanitary Sewer Mains (6"-15") Quantity: 1170 UOM: LF Price: $10.00 Total: $11,700.00 3.2 Sewer Pipe (8" PVC, SDR 26) Quantity: 505 UOM: LF Price: $19.50 Total: $9,847.50 3.3 Sewer Pipe (8" Certa-Flo DR 21 RJIB PVC) Quantity: 120 UOM: LF Price: $32.50 Total: $3,900.00 3.4 Sewer Pipe (10" PVC, SDR 26) Quantity: 345 UOM: LF Price: $27.50 Total: $9,487.50 Page 4 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 3.5 Sewer Pipe (15" PVC, SDR 26) Quantity: 595 UOM: LF Price: $53.50 Total: $31,832.50 3.6 Sewer Pipe (24" PVC, SDR 26) Quantity: 260 UOM: LF Price: $96.00 Total: $24,960.00 3.7 Sanitary Sewer Trenching and Backfilling, 6-8' Deep Quantity: 565 UOM: LF Price: $88.00 Total: $49,720.00 3.8 Sanitary Sewer Trenching and Backfilling, 8-12' Deep Quantity: 615 UOM: LF Price: $105.00 Total: $64,575.00 3.9 Sanitary Sewer Trenching and Backfilling, 12-16' Deep Quantity: 160 UOM: LF Price: $250.00 Total: $40,000.00 3.10 Post CCTV Sanitray Sewer Mains (8"-24") Quantity: 1820 UOM: LF Price: $7.60 Total: $13,832.00 3.11 Sewer Line Marker Post Quantity: 5 UOM: EA Price: $118.00 Total: $590.00 3.12 Standard Depth Manhole (4' Diameter, 0-6' Deep) Quantity: 19 UOM: EA Price: $7,000.00 Total: $133,000.00 3.13 Additional Manhole Depth (4' Diameter) Quantity: 73 UOM: VF Price: $760.00 Total: $55,480.00 3.14 Standard Depth Manhole (5' Diameter, 0-6' Deep) Quantity: 4 UOM: EA Price: $8,200.00 Total: $32,800.00 3.15 Additional Manhole Depth (5' Diameter) Quantity: 30 UOM: VF Price: $950.00 Total: $28,500.00 3.16 10 " Inside Drop Quantity: 6 UOM: VF Price: $375.00 Total: $2,250.00 3.17 Abandon Existing Manhole Quantity: 9 UOM: EA Price: $2,020.00 Total: $18,180.00 3.18 Epoxy Coating Manhole 4' & 5"Diameter (1 Y-24" Sanitary Sewer Mains) Quantity: 124 UOM: VF Price: $570.00 Total: 1 $70,680.00 3.19 Cut & Plug Existing 4" Force Main Quantity: 1 UOM: EA Price: $4,490.00 Total: $4,490.00 3.20 Cut & Plug Existing 8" Sewer Main Quantity: 1 UOM: EA Price: $1,700.00 Total: $1,700.00 3.21 Cut & Plug Existing 10" Sewer Main Quantity: 1 UOM: EA Price: $1,730.00 Total: $1,730.00 3.22 Cut & Plug Existing 15"-24" Sewer Main Quantity: 5 UOM: EA Price: $4,485.00 Total: $22,425.00 3.23 Grout Fill & Abandon Existing 8"-10" Sewer Main Quantity: 365 UOM: LF Price: $28.00 Total: $10,220.00 Page 5 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 3.24 Grout Fill & Abandon Existing 15" Sewer Main Quantity: 545 UOM: LF 3.25 Grout Fill & Abandon Existing 24" Sewer Main Quantity: 240 UOM: LF 3.26 Remove & Dispose Sanitary Sewer Quantity: 55 UOM: LF 3.27 Tie to Existing Sewer Main with Maxadapter Quantity: 1 UOM: EA 3.28 Reinstate Existing Sewer Service Line Quantity: 15 UOM: EA 3.29 4" PVC SDR 26 Sewer Service Line Quantity: 180 UOM: LF 3.30 4" C900 PVC DR14 Force Main Pipe, Installed Price: I Total: 1 $16,350.00 Price: I Total: 1 $13,680.00 Price: I Total: 1 $3,300.00 Price: I Total: 1 $900.00 Price: 1 Total: 1 $35,700.00 Price: I Total: 1 $12,060.00 Quantity: 632 UOM: LF Price: $89.00 Total: $56,248.00 3.31 Tie to Existing Pump Station (Core Drill) Quantity: 1 UOM: EA Price: $2,225.00 Total: $2,225.00 3.32 Cementitious & Epoxy Coating of Pump Station Quantity: 25 UOM: VF Price: $1,600.00 Total: $40,000.00 3.33 4" Force Main Pigging Station Quantity: 1 UOM: EA Price: $28,000.00 Total: $28,000.00 + Package Header Section D: Trenching & Repair Items Quantity: 1 UOM: EA Total: $1,441,535.00 Package Items 4.1 Rock Excavation Quantity: 500 UOM: CY Price: $10.00 Total: $5,000.00 4.2 Class 7 Granular Backfill Quantity: 7400 UOM: CY Price: $75.00 Total: $555,000.00 4.3 Gravel Driveway Repair (6" Thickness) Quantity: 100 UOM: SY Price: $10.50 Total: $1,050.00 4.4 Asphalt Pavement Repair (Type 3, 3" Thickness) Quantity: 2200 UOM: SY Price: $195.00 Total: $429,000.00 4.5 Remove and Replace Curb and Gutter Quantity: 1800 UOM: LF Price: $56.00 Total: $100,800.00 4.6 Remove and Replace Concrete Street/Driveway (9" Thickness) Quantity: 2100 UOM: SY Price: $154.00 Total: 1 $323,400.00 4.7 Remove and Replace Concrete Sidewalk (4") & Trail (6") Quantity: 225 UOM: SY Price: $119.00 Total: $26,775.00 Page 6 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 161 4.8 ADA Accessible Ramp (Permanent & Temporary) Quantity: 3 UOM: EA Price: $170.00 1 Total: $510.00 Package Header Section E: Water Items Quantity: 1 UOM: EA Total: $5,622,047.00 Package Items 5.1 Water Pipe (2" PVC, AWWA C900, Class 305, DR 14) Quantity: 25 UOM: LF Price: $58.00 Total: $1,450.00 5.2 Water Pipe (6" PVC, AWWA C900, Class 305, DR 14) Quantity: 20 UOM: LF Price: $81.00 Total: $1,620.00 5.3 Water Pipe (8" PVC, AWWA C900, Class 305, DR 14, Certa-Lok RJIB) Quantity: 3500 UOM: LF Price: F $108.00 Total: 1 $378,000.00 5.4 Water Pipe (18" DIP, AWWA C151, Class 250) Quantity: 4400 UOM: LF Price: $256.00 Total: $1,126,400.00 5.5 Water Pipe (24" DIP, AWWA C151, Class 250) Quantity: 355 UOM: LF Price: $415.00 Total: $147,325.00 5.6 Water Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated Quantity: 20 UOM: LF Price: I Total: $13,500.00 5.7 Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated Quantity: 920 UOM: LF Price: $885.00 Total: $814,200.00 5.8 Ductile Iron Fittings Quantity: 48000 UOM: LBS 5.9 8" Gate Valve with Valve Box Quantity: 8 UOM: EA 5.10 12" Butterfly Valve with Valve Box Quantity: 2 UOM: EA 5.11 18" Butterfly Valve with Valve Box (Install Only) Quantity: 2 UOM: EA 5.12 24" Butterfly Valve with Valve Box (Install Only) Quantity: 1 UOM: EA 5.13 30" Butterfly Valve with Valve Box (Install Only) Quantity: 1 UOM: EA 5.14 36" Butterfly Valve with Valve Box (Install Only) Quantity: 2 UOM: EA 5.15 2"x2" Tapping Sleeve and Valve with Valve Box Quantity: 1 UOM: EA 5.16 6"x6" Tapping Sleeve and Valve with Valve Box Quantity: 2 UOM: EA Price: I Total: 1 $1,176,000.00 Price: 1 Total: 1 $29,360.00 Price: 1 $13,750.00 Total: 1 $27,500.00 Price: 1 Total: 1 $8,580.00 Price: 1 Total: 1 $6,190.00 Price: 1 $11,670.00 Total: 1 $11,670.00 Price: 1 $14,230.00 Total: 1 $28,460.00 Price: 1 Total: 1 $2,640.00 Price: 1$6,405.00 Total: 1 $12,810.00 Page 7 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 5.17 8"x8" Tapping Sleeve and Valve with Valve Box Quantity: 5 UOM: EA Price: $8,930.00 Total: $44,650.00 5.18 10"x8" Tapping Sleeve and Valve with Valve Box Quantity: 1 UOM: EA Price: $9,210.00 Total: $9,210.00 5.19 12"x12" Tapping Sleeve and Valve with Valve Box Quantity: 3 UOM: EA Price: $14,970.00 Total: $44,910.00 5.20 24"x8" Tapping Sleeve and Valve with Valve Box Quantity: 1 UOM: EA Price: $13,980.00 Total: $13,980.00 5.21 36"X8" Tapping Sleeve and Valve for Dewatering & Dechlorination Quantity: 1 UOM: EA Price: 1 $19,300.00 Total: $19,300.00 5.22 30"X30" Tapping Sleeve and Valve with Valve Box (Install Only) Quantity: 1 UOM: EA Price: $25,200.00 Total: $25,200.00 5.23 36"X36" Tapping Sleeve and Valve with Valve Box (Install Only) Quantity: 1 UOM: EA Price: $28,500,00 Total: 1 $28,500.00 5.24 Install 30" Line Stop with Anchor Collar (See detail M103) Quantity: 1 UOM: EA Price: 1 $110,000.00 Total: $110,000.00 5.25 Install 36" Line Stop with Anchor Collar (See detail M104) Quantity: 1 UOM: EA Price: $124,000.00 Total: $124,000.00 5.26 Fire Hydrant Assembly Quantity: 15 UOM: EA Price: $15,600.00 Total: $234,000.00 5.27 Salvage & Return Existing Fire Hydrant to Owner Quantity: 7 UOM: EA Price: $2,090.00 Total: $14,630.00 5.28 Line deleted as part of an Addendum 5.29 Cut & Cap Existing 2" Water Line Quantity: 3 UOM: EA Price: $2,840.00 Total: $8,520.00 5.30 Cut & Cap Existing 6"-8" Water Line Quantity: 9 UOM: EA Price: $4,440.00 Total: $39,960.00 5.31 Cut & Cap Existing 10"-12" Water Line Quantity: 4 UOM: EA Price: $5,450.00 Total: $21,800.00 5.32 Cut & Cap Existing 24"-30" Water Line Quantity: 3 UOM: EA Price: $20,000.00 Total: $60,000.00 5.33 Cut & Cap Existing 36" Water Transmission Line Quantity: 1 UOM: EA Price: $25,000.00 Total: $25,000.00 5.34 Abandon & Grout Fill 1 "-4" Water Lines Quantity: 1750 UOM: LF Price: $6.70 Total: $11,725.00 5.35 Abandon & Grout Fill 6"-8" Water Lines Quantity: 1240 UOM: LF Price: $10.30 Total: $12,772.00 Page 8 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 5.36 Abandon & Grout Fill 10"-12" Water Lines Quantity: 1525 UOM: LF Price: $13.10 Total: $19,977.50 5.37 Abandon & Grout Fill 24"-30" Water Lines Quantity: 520 UOM: LF Price: $56.00 Total: $29,120.00 5.38 Abandon & Grout Fill 36" Water Line Quantity: 405 UOM: LF Price: $80.00 Total: $32,400.00 5.39 Remove & Dipose Water Line 1 "-8" Quantity: 215 UOM: LF Price: $42.50 Total: $9,137.50 5.40 Remove & Dipose Water Line 10"-24" Quantity: 2460 UOM: LF Price: $59.50 Total: $146,370.00 5.41 Remove & Dipose Water Line 30"-36" Quantity: 20 UOM: LF Price: $84.00 Total: $1,680.00 5.42 Concrete Blocking Quantity: 575 UOM: CY Price: $602.00 Total: 1 $346,150.00 5.43 Concrete Anchor Collar Quantity: 2 UOM: EA Price: 1 $26,700.00 Total: $53,400.00 5.44 Polyethylene Wrap (18"-24" Pipe, Double Wrapped, V-BIO Outside Wrap) Quantity: 4800 UOM: LF Price: $10.00 Total: 1 $48,000.00 5.45 Polyethylene Wrap (36" Pipe, Double Wrapped, V-BIO Outside Wrap) Quantity: 920 UOM: LF Price: $15.00 Total: 1 $13,800.00 5.46 Water Line Marker Post Quantity: 12 UOM: EA Price: $120.00 Total: $1,440.00 5.47 4" Combination Air/Vacuum Release Valve with Vault (Install only for Valve) Quantity: 2 UOM: EA Price: $16,200.00 Total: $32,400.00 5.48 Water Service Line (3/4" Copper Tubing, Type K) Quantity: 110 UOM: LF Price: $73.00 Total: $8,030.00 5.49 Water Service Line (1" Copper Tubing, Type K) Quantity: 1540 UOM: LF Price: $83.00 Total: $127,820.00 5.50 Water Service Line (2" Copper Tubing, Type K) Quantity: 225 UOM: LF Price: $133.00 Total: $29,925.00 5.51 5/8 "x 3/4" Single Water Meter Box Quantity: 9 UOM: EA Price: $2,250.00 Total: $20,250.00 5.52 5/8 "x 3/4" Double Water Meter Box Quantity: 2 UOM: EA Price: $3,485.00 Total: $6,970.00 5.53 1"Single Water Meter Box Quantity: 14 UOM: EA Price: $2,675.00 Total: $37,450.00 5.54 2" Single Water Meter Box Quantity: 3 UOM: EA Price: $7,955.00 Total: $23,865.00 Page 9 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 0 Package Header Section F: Storm Drain Items Quantity: 1 UOM: EA Total: $72,648.00 Package Items 6.1 Install Modular Wall Quantity: 40 UOM: LF Price: $316.00 Total: $12,640.00 6.2 Remove & Replace 18" CMP Quantity: 30 UOM: LF Price: $158.00 Total: $4,740.00 6.3 Remove & Replace 18" RCP Class III Quantity: 10 UOM: LF Price: $187.00 Total: $1,870.00 6.4 Remove & Replace 24" RCP Class III Quantity: 32 UOM: LF Price: $204.00 Total: $6,528.00 6.5 Remove & Replace 40" CMP Quantity: 10 UOM: LF Price: $470.00 Total: $4,700.00 6.6 Remove & Replace Concrete Ditch Paving Quantity: 205 UOM: SY Price: $120.00 Total: $24,600.00 6.7 Remove & Replace Rip Rap (Stabilize Bank) Quantity: 20 UOM: CY Price: $105.00 Total: 1 $2,100.00 6.8 Remove & Replace Concrete Inlets and Junction Boxes Quantity: 2 UOM: EA Price: $7,735.00 Total: 1 $15,470.00 7 Package Header Section G: Remove and Replace & Final Surface Restoration Items Quantity: 1 UOM: EA Total: $133,878.00 Package Items 7.1 Remove and Replace Fence (6' or 8' Tall, Wood or Vinyl) Quantity: 152 UOM: LF Price: $69.00 Total: $10,488.00 7.2 Remove and Replace Fence (6' Tall, Chain Link or Pipe) Quantity: 10 UOM: LF Price: $69.00 Total: $690.00 7.3 Remove and Replace Sign (Non -Structural) Quantity: 4 UOM: EA Price: $175.00 Total: $700.00 7.4 Remove and Replace/ Protect Light Pole Quantity: 8 UOM: EA Price: $1,750.00 Total: $14,000.00 7.5 Seeding, Fertilizing and Mulching Quantity: 1000 UOM: SY Price: $9.00 Total: $9,000.00 7.6 Solid Sodding Quantity: 9000 UOM: SY Price: $11.00 Total: $99,000.00 Response Total: $13,967,679.50 Page 10 of 10 pages Vendor: Nabholz Construction Corporation Bid 25-29 Addendum 2 City of Fayetteville, Arkansas Utility Relocations for T-49/MLK Interchange ARDOT Job 040846 (Utilities) SECTION 00400 - BID FORM - ADDENDUM 1 - FEBRUARY 2025 Contract Name: Utility Relocations for 1-49/MLK Interchange Bid Number: 25-29, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: 3 301 N -? nJ 5l Pee+ ARTICLE I - INTENT Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 2.02 The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work described by and in accordance with the specifications and contracts for the following prices. SECTION 00400— BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: 00400 Bid Form 00400-1 Addendum 1 February 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, hic. HWEI Project No. 2022129 A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number *-1 Date B. Bidder has visited the Site, City or Utilities and become familiar with and is satisfied as to lire general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, perfotmance, and ftrrnishing 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 supplernentary 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 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 temis and conditions of the Contract Documents. SECTION 00400— BID FORM (continued) G. Biddcr is aware of the general nature 6f"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. 00400 Bid Form 00400-2 Addendum I February 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents, 1. Bidder has given the City of Fayetteville's Purchasing Department written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by the City of Fayetteville's Purchasing Department 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 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 4.01 Bidders are required to provide pricing for all line items. 4.02 The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. 4.03 In the event no bid falls within the amount of funds certified for the project plus 25%, all bids shall be rejected and become confidential. 4.04 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) as indicated on the UNIT PRICE BID SCHEDULE. 4.05 The UNIT PRICE BID SCHEDULE shall be completed using the IONWAVE software as directed in the Invitation to Bid. 4.06 The City intends to award to the lowest responsive responsible bidder based on the evaluation of Schedule I bid. SECTION 00400— BID FORM (continued) UNIT PRICE BID - SCHEDULE I EST. UNIT ITEM NO. DESCRIPTION QTY UNIT PRICE TOTAL 00400 Bid Form 00400-3 Addendum I February 2025 Submitted Electronically City of Fayetteville, Arkansas Copy of bid form at back Hawkins -Weir Engineers, Utility Relocations for 1-49MLK Interchange HWET Project No. 2022129 29 of this document. ARDOT Job 040846 (Utilities) LUMP SUM ITEMS 1.1 Bonds and insurance I LS $ $ 1.2 IMobilization (shall not exceed 5% of total base bid) I LS $ $ 1.3 Maintenance of Traffic - ARVEST/Finger Road I LS $ $ 1.4 Maintenance of Traffic - City Streets & Private Access I LS $ $ 1.5 Trench Safety/Protective Systems 1 LS $ $ 1.6 Construction Erosion Control and Sediment Control I LS $ $ 1.7 Cleaning, Disinfecting, and Sampling I LS $ $ 1.8 Site Preparation,Clearing and Gntbbing, Landscaping I LS $ $ 1.9 Construction Dewatering 1 LS $ $ 1.10 Bypass Pumping (Gravity Sanitary Sewer) 1 LS $ $ l .l 1 Bypass Pumping (Pump Station) I LS $ $ BORING ITEMS 2.1 Pipe Casing - 12" Steel (Bored) 140 LF $ $ 2.2 Pipe Casing - 15" SDR 33 PVC (Open Cut) 150 LF $ $ 2.3 Pipe Casing - 16" HDPE DR 17 (Bored) 415 LF $ $ 2.4 Pipe Casing - 16" HDPE DR 17 (Open Cut) 50 LF $ $ 2.5 Pipe Casing - 16" Steel (Bored) 565 LF $ $ 2.6 Pipc Casing - 16" Steel (Open Cut) 40 LF $ $ 2.7 Pipe Casing - 18" Steel (Bored) 30 LF $ $ 2.8 Pipe Casing - 30" Steel (Bored) 175 LF $ $ 2.9 Pipe Casing - 30" SDR 35 PVC (Open Cut) 55 LF $ $ 2.10 Pipc Casing - 36" Steel (Bored) 230 LF $ $ _ 2.1 1 Pipe Casing - 42" Steel (Bored) 200 LF $ $ 2.12 Pipe Casing - 54" Steel (Bored) 180 LF IS is _ SANITARY SEWER ITEMS 3.1 Pre -CCTV Sanitary Sewer Mains (6"-15") 1,170 LF $ $ 3.2 Sewer Pipe (8" PVC, SDR 26) 505 LF $ $ 3.3 Sewer Pipe (8" Ccrta-Flo DR 21 RJIB PVC) 120 LF $ $ 3.4 Sewer Pipe (10" PVC, SDR 26) 345 LF $ $ 3.5 Sewer Pipe (15" PVC, SDR 26) 595 LF $ $ 3.6 Sewer Pipe (24" PVC, SDR 26) 260 LF $ $ 3.7 Sanitary Sewer Trenching and Backfilling, 6'-8' Deep 565 LF $ $ 3.8 Sanitary Sewer Trenching and Backfilling, 8'-12' Deep 615 LF $ $ 3.9 Sanitary Sewer Trenching and Backfilling, 12'-16' Deep 160 LF $ $ 3.10 Post CCTV Sanitray Sewer Mains (8"-24") 1,820 LF $ $ 3.11 Sewer Line Marker Post 5 EA $ $ 3.12 Standard Depth Manhole (4' Diamcter, 0-6' Deep) 19 EA $ $ 3.13 Additional Manhole Depth (4' Diamcter) 73 VF $ $ 3.14 Standard Depth Manhole (5' Diameter, 0-6' Deep) 4 EA $ $ SECTION 00400- BID FORM (continued) Additional Manhole Depth (5'Diameter) 30 VF $ $ [E315 16 10" External Drop 6 VF $ $ 3.17 Abandon Existing Manhole 9 EA $ $ 00400 Hid Form 00400-4 Addendum I February 2025 City of Fayetteville, Arkansas Utility Relocations for 1-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 3.18 Epoxy Coating Manhole 4' & 5"Diameter (15"-24" Sanitary Sewcr Mains 124 VF $ $ 3.19 Cut & Plug Existing 4" Forcc Main 1 EA $ $ 3.20 Cut & Plug Existing 8" Sewer Main I EA $ $ 3.21 Cut & Plug Existing 10" Sewer Main I EA $ $ 3.22 Cut & Plug Existing 15-24" Sewer Main 51 EA $ $ 3.23 Grout Fill & Abandon Existing 8-10" Sewer Main LF $ $ 3.24 Grout Fill & Abandon Existing 15" Sewer Main t54 LF $ $ 3.25 Grout Fill & Abandon Existing 24" Sewer Main LF $ $ 3.26 Remove & Dispose Sanitary Sewer 55 LF $ 3.27 Tic To Existing Sewer Main With Maxadapter 1 EA $ $ 3.28 Reinstate Existing Sewer Service Line 15 EA $ $ 3.29 4" PVC Sewer Service Line 180 LF $ $ 3.30 4" C900 PVC DR14 Force Main Pipe, Installed 632 LF $ $ 3.31 Tie To Existing Pump Station (Core Drill) 1 EA $ $ 3.32 iCenientious & Epoxy Coating of Pump Station 25 VF $ $ 3.33 4" Force Main Pigging Station I EA $ $ TRENCHING & REPAIR ITEMS _ 4.1 Rock Excavation 500 CY $ $ 4.2 Class 7 Granular Backfill 7,400 CY $ $ 4.3 Gravel Driveway Repair (6" Thickness) 100 SY $ $ 4.4 Asphalt Pavement Repair (Type 3, 3" Thickness) 2,200 SY $ $ 4.5 Rcmovc and Replace Curb & Gutter 1,800 LF $ $ 4.6 Rcmove and Replace Concrete Street/Driveway (9" Thickness 2,100 SY $ $ 4'7 Rcmove and Replace Concrete Sidewalk 4" & Trail 6" 225 SY $ $ 4.8 ADA Accessible Ramp (Permanent & Temporary) 1 3 EA $ $ WATER ITEMS 5.1 Water Pipe (2" PVC, AWWA C900, Class 305, DR 14)$ 25 LF $ 5.2 Water Pipe (6" PVC, AWWA C900, Class 305, DR 14)$ 20 LF - 5.3 Water Pipe (8" PVC, AWWA C900, Class 305 DR 14, Certa-Lok RJIB 3,500 LF 5.4 Water Pipe (18" DIP, AWWA C151, Class 250) 4,400 LF Is $ 5.5 Water Pipc (24" DIP, AWWA C151, Class 250) 355 LF $ $ 5.6 Water Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated 20 LF $ $ 5 7 Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated 920 LF $ $ 5.8 Ductilc Iron Fittings 48,000 LBS $ $ SECTION 00400- BID FORM (continued) 5.9 8" Gate Valve with Valve Box 8 EA $ $ 5.10 12" Butterfly Valve with Valve Box 2 EA $ $ 5.1 1 18" Buttertly Valve with Valve Box (Install Only) 2 EA $ $ 00400 Bid Form 00400-5 Addendum 1 Febmary 2025 City of Fayetteville, Arkansas Utility Relocations for 1-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 5.12 24" Butterfly Valve with Valve Box (install Only) I EA IS $ 5.13 30" Butterfly Valve with Valve Box (install Only) I EA $ $ 5.14 36" Butterfly Valve with Valve Box (Install Only) 2 EA $ $ 5.15 2"x 2" Tapping Sleeve and Valve with Valve Box I EA $ $ 5.16 6"x 6" Tapping Sleeve and Valve with Valve Box 2 EA $ $ 5.17 8"x 8" Tapping Sleeve and Valve with Valve Box 5 EA $ $ 5.18 1 ON 8" Tapping Sleeve and Valve with Valve Box I EA $ $ 5.19 12"x 12" Tapping Sleeve and Valve with Valve Box 3 EA S $ 5.20 24"x 8" Tapping Sleeve and Valve with Valve Box I EA $ $ 5.21 36"x 8" Tapping Sleeve and Valve for Dewatering & Dechlorination I EA is $ 5.22 36"x 36" Tapping Sleeve and Valve Box (Install Only) 1 EA $ $ 5.23 30"x 30" Tapping Sleeve and Valve Box (install Only) I EA $ $ 5.24 Install 30" Line Stop with Anchor Collar (See detail M 103)$ I EA $ 5.25 Install 30" Line Stop with Anchor Collar (See detail M 104)$ I EA $ 5.26 Fire I lydrant Assembly 15 EA $ $ 5.27 Salvage 7 Return Existing Fire Hydrant to Owner 7 EA $ $ 5.28 0 £A S $ 5.29 Cut & Cap Existing 2" Water tine 3 EA $ $ 5.30 Cut & Cap Existing 6"-8" Water Linc 9 EA $ $ 5.31 Cut & Cap Existing 10"-12" Water Line 4 EA $ $ 5.32 Cut & Cap Existing 24"-30" Water Line 3 EA $ $ 5.33 Cut & Cap Existing 36" Water Transmission Line 1 EA $ $ 5.34 Abandon & Grout Fill 1"-4" Water Lines 1,750 LF $ $ 5.35 Abandon & Grout Fill 6"-8" Water Lines 1,240 LF $ $ 5.36 Abandon & Grout Fill 10"-12" Water Lines 1,525 LF $ $ 5.37 Abandon & Grout Fill 24"-30" Water Lines 5201 LF $ $ 5.38 Abandon & Grout Fill 36" Water Lines 4051 LF $ $ 5.39 Remove & Dispose Water Line 1 "-8" 2151 LF $ $ 5.40 Remove & Dispose Water Line 10"-24" 2,460 LF $ $ 5.41 Remove & Dispose Water Line 30"-36" 201 LF $ $ 5.42 Concrete Blocking 575 CY $ $ 5.43 Concrete Anchor Collar 2 EA $ $ 5.44 Polyethylene Wrap (18"-24" Pipe, Double Wrapped, V- Bio Outside Wrap) 4,800 LF is $ 5.45 Polyethylene Wrap (30"-36" Pipe, Double Wrapped, V- Bio Outside Wrap) 920 LF is $ 5.46 Water Line Marker Post 12 EA IS $ SECTION 00400- BID FORM (continued) 5.47 4" Combination AirNacuum Release Valet: with Vault Install onlyfor Valve 2 EA $ $ 5.48 Water Service Line (3/4" Copper Tubing, Type K) 1101 LF $ $ 00400 Bid Form 00400-6 Addendum I Febmary 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. 11WI11 Project No. 2022129 5.49 Water Service Line (1" Copper Tubing, Type K) 1,540 LF_]$ $ 5.50 Water Service Line (2" Copper Tubing, Type K) 225 EA $ $ 5.51 5/8" x 3/4" Single Water Meter Box 9 EA $ 5.52 5/8" x 3/4" Double Water Meter Box 2 EA $ $ 5.53 11" Single Water Meter Box 14 GA $ $ 5.54 2" Single Water Meter Box 1 31 EA $ Is STORM DRAIN ITEMS 6.1 Install Modular Wall 40 LF $ $ 6.2 Remove & Replace 18" CMP 30 LF $ $ 6.3 Remove & Replace 18" RCP Class 111 10 LF $ $ 6.4 Remove & Replace 24" RCP Class 111 32 LF $ $ 6.5 Remove & Replace 40" CMP 10 LF $ $ 6.6 Remove & Replace Concrete Ditch Paving 205 SY $ $ 6.7 Remove & Replace Rip Rap (Stabilize Bank) 20 CY $ $ 6.8 Remove & Replace Concrete Inlets and Junction Boxes 2 EA $ $ REMOVE AND REPLACE & FINAL SURFACE RESTORATION ITEMS 7.1 Remove and Replace Fence (6' Tall, Chain Link or Pipe) 152 LF $ $ 7.2 Remove and Replace Fence (6' or 8' Tall, Wood or Vinyl) 10 LF $ $ 7.3 Remove and Replace Sign (Nan -Structural) 4 EA $ $ 7.4 Remove and Replace/Protect Light Pole 8 EA $ $ 7.5 Seeding, Fertilizing and Mulching 1,000 SY $ $ T6 Solid Sodding 9,000 SY $ $ TOTAL AMOUNT BID SCHEDULE I ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 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: 60 a �c L� C� �/1 � ,� (e-}fie_ r A. A 5% required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of Dollars ($ ) 00400 Bid Form 00400-7 Addendum I February 2025 City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for I-49/MI.K Interchange HWEI Project No. 2022129 ARD01' Job 040846 (Utilities) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: 3 3 D 1 Al -2" J S} Roca?>` AR -7.7 5 ?- Email U, (vt �612�, 6orm Phone No. Fax No. ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which arc defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SECTION 00400— BID FORM (continued) ARTICLE 9- CONTRACTOR'S ASSURANCES AND EXECUTION / SIGNATURE 9.01 Contractor's Assurances. A. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub- contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. 2. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and fit-nish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. 00400 Bid Form 00400-5 Addendum 1 February 2025 City of Fayetteville, Arkansas Utility Relocations for 1-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. FIWEI Project No. 2022129 3. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. 4. PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. 5. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, snaking false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on ) kto5�,t,, PL06PI,l�tl z }� , 202_9 Arkansas State Contractor License No. ocp00 2-6 3 2 5 If Bidder is: An Individual Name (type or printed): 00400 Bid Form 00400-9 Addendum I February 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) By: Doing business as: Business address: Phone No: Fax No._ Email Address: A Partnership Partnership Name By: SECTION 00400— BID FORM (continued) Name (type or printed): Business address: Phone No: Fax No. Email Address: EAL) SEAL) A Coij)oration or Cor[porate entity including Limited Liability Company (LLQ Corporation Name : N(;hle) Z n5 ff �� c} � s'y (SEAL) State of Incorporation: Ar K." j r. s Type (General Business, Professional, Service, Limited Liability): IIn Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 Name (type or printed): jsT iA & K Title: a' cci— F cu. (CORPORATE SEAL) Attest: Business address: art 1 M J"a A f r« 4— Phone No: Fax No. Email Address: 3cOf(ab ti'Gb1+o1 Z, 6d^^ Tax TD No: 00400 Bid Form 00400-10 Addendum 1 February 2025 City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for I-49/MLK Interchange HWEI Project No. 2022129 ARDOT Job 040846 (Utilities) SECTION 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: Utility Relocations for I-49/MLK Interchange Bid 25-29, Construction Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Designate Work 5 G 1 .47TAC /- D Subcontractor's Name and Address NOTE: This form must be submitted in accordance with the Instructions to Bidders. /Vnb►�a � z �aM1�tntr,.ti Bidder's name (type or print) Bi er's name (signature) 2lZs/-A0 Z5- Date END OF SECTION 00430 Expected Percentage or Value 00430 List of Subcontractors 00430-1 January 2025 SECTION 00430-_USTQF._SUBCONTRACTORS mall 07 -y' BORES 5i H&H BORING 51 FAYETTEVILLE, AR 1$430,000.00 BORES SUPERMAN BENTONVILLE, AR $1,000,000.00 LINESTOP INTERNATIONAL FLOW MUSTANG, OK $93,000.00 EPDXY LINING ICM TECH JACKSONVILLE, AR $83,000.00 UTILITY MATERIALS FERGUSON SPRINGDALE, AR_ $3,000,000.00 CELLFILL CELLFILL OK $75,000.00 AGGREGATE/ ASPHALT APAC _GROVE, FAYETTEVILLE, AR $700,000.00 TRAFFIC CONTROL TIME STRIPING VAN BUREN, AR $90,000.00 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Utility Relocations for 1-49/MLK Interchange Bid 25-29, Construction Date: February 25 22025 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Nabholz Tax ID No. 71-0272097 Name Justin Belk Address 3301 N 2nd St. Rogers, AR Principal Office 3301 N 2nd St. Rogers, AR Corporation, LLC, partnership, individual, joint venture, other S-Corp Arkansas State General Contractor's License Number 0000020324 (Type or legibly print) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 For a Bidder (Contractor) to be considered as Qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville. The Contactor must also provide documentation with the bid to document: The Contractor's successful completion of five contracts similar in scope to this City of Fayetteville Bid. The Contractor shall have executed work for municipalities operating water distribution and sanitary sewer collection facilities with a minimum of three (3) projects equaling or exceeding five hundred thousand dollars ($500,000) for installation of the product(s) bid. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville attached to this section. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the experience requirement, or the combined amount of experience of the key personnel that will be responsible for satisfying the experience requirement. 00140 Bidder Qualifications 00140-1 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 75 years and has performed work of the nature and magnitude of this Contract for 75 years. Bidder has been in business under its present name for 75 years. 2. The Contactor must also provide documentation with the bid to document the Contractor's successful experience with the following: a. The Contactor must also provide documentation with the bid to document the Contractor's successful completion of five contracts similar in scope to this City of Fayetteville Bid. 3. 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.) 4. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 5. Has Bidder ever failed to complete any project? If so, state when, where, and why (continued on attached sheets if needed): Nabholz has never failed to complete a project. 6. Bidder normally performs the following work with his own forces: Founded 75 years ago in Arkansas, Nabholz has grown from a small construction company into a national multi -service contractor with over $113 in annual volume and an unmatched variety of services in con- struction, facility maintenance, industrial and specialty installation, custom millwork and metal fabrica- tion, energy efficiency, and excavation. Our team of more than 1,600 industry -leading professionals has extensive experience with projects of all sizes in aviation, industrial, manufacturing, education, healthcare, commercial, municipalities, and more. Our team spans across offices in seven states, and with licenses in over 40, we can work on your projects all over the country. 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 00140 Bidder Qualifications 00140-2 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange APDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: The Hartford - Sherri Escovedo, 501.377.8220 Stephens Insurance, LLC I I I Center Street, Suite 1400, Little Rock, AR 72201 9. Bidder's Workers' Compensation Experience Modifier Factor is: 0.58 10. Bidder certifies they are not debarred from doing business from any government entity. FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof - If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. b. 00140 Bidder Qualifications 00140-3 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: February 25 , 20 25 (OFFICIAL SEAL) Name of Organization: Nabholz By Justin Belk (Type or legibly print) By Justin Belk (Signature) Title Project Executive (Type or legibly print) SEAL If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00140 00140 Bidder Qualifications 00140-4 January 2025 2. The Contactor must also provide documentation with the bid to document the Contractor's successful experience with the following: a. The Contactor must also provide documentation with the bid to document the Contractor's successful completion of five contracts similar in scope to this City of Fayetteville Bid. Experience in construction work similar in importance to this project. Nabholz has preconstruction, project management, and field staff that are skilled in the pricing and con- struction of sewer line projects and lift stations. Nabholz has recently built new lift stations in Elkins and Cave Springs. On the MLK Utility Relocation project in Fayetteville, Nabholz installed new sewer main line while utilizing bypass pumps to ensure existing sewer service was maintained. In Fort Smith, Nabholz is per- forming sewer system rehab work for the city utility department. These recent projects and decades of past projects all over the NWA and the River Valley show that Nabholz is willing and able to perform the work associated with the City of Fayetteville. 3. 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 com- pletion date.) Project name Brush Creek Lift Station Repair And Force Main Improvements Owner City of Springdale Name of owner contact Ronald Watkins Engineer/architect City of Springdale Name of engineer/architect contact: Ronald Watkins Amount of contract $2.5 million Surety: The Hartford - Sherri Escovedo, 501.377.8220 Stephens Insurance, LLC 111 Center Street, Suite 1400, Little Rock, AR 72201 Estimated completion date December 2026 4. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/ architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) Project name 15th Street / MLK Utility Relocation Owner City of Fayetteville Name of owner contact Oren Noble Engineer/architect Hawkins Weir Name of engineer/architect contact: Oren Noble Amount of contract $4 million Surety: The Hartford - Sherri Escovedo, 501.377.8220 Stephens Insurance, LLC 111 Center Street, Suite 1400, Little Rock, AR 72201 Date of completion March 2025 Percentage of the cost of the Work performed with Bidder's own forces 80% Project name Home Office Campus Owner Walmart Name of owner contact Josh Tuberville Engineer/architect Walter P Moore Name of engineer/architect contact: Ted Vuong Amount of contract Confidential Surety: The Hartford - Sherri Escovedo, 501.377.8220 Stephens Insurance, LLC 111 Center Street, Suite 1400, Little Rock, AR 72201 Date of completion Winter 2025 Percentage of the cost of the Work performed with Bidder's own forces Confidential Project name Ft Smith Open Cut Project Owner City of Ft Smith Name of owner contact Austin Pierce Engineer/architect Engineer RJN Engineers Name of engineer/architect contact: Austin Pierce Amount of contract $7.75 million Surety: The Hartford - Sherri Escovedo, 501.377.8220 Stephens Insurance, LLC 111 Center Street, Suite 1400, Little Rock, AR 72201 Date of completion January 2026 Percentage of the cost of the Work performed with Bidder's own forces 90% 7. Construction experience of key individuals in the organization is as follows JUSTIN BELK PROJECT EXECUTIVE justin.belk@nabholz.com 1 0: 479.659.7871 1 C:501.889.4501 26 YEARS IN INDUSTRY 15 YEARS WITH NABHOLZ Justin will bring his extensive knowledge of the Walmart Campus to the team. Justin will work collaboratively with all stakeholders and Nabholz personnel to develop and execute a management plan resulting in a high trust relationship. PARTIAL PROJECT EXPERIENCE INCLUDES: Walmart Home Office - Bentonville, AR Project Neo North Data Center Expansion - Pineville, MO Southeast ARDOT Projects: Lee Creek (HWY 220) Reconstruction (Crawford County), Hwy 155 Reconstruction (Perry County), Hwy 265 Widening (Washington County), Hwy 62 Widening (Benton and Carrol Counties), Interstate 49 Widening (Benton County), Hwy 65 Widening (Boone County) EDUCATION/CERTIFICATIONS: Bachelor of Science in Construction Management - UALR Confined Space and Competent Person Training OSHA 30-Hour Certification Center for Training Transportation Professionals NPDES Certified Professional Estimator (General Estimating and Earthwork) Arkansas Asphalt Paving Association (AAPA) AGC Heavy Highway University of Arkansas - Fayetteville, AR Football Operations North End Zone Expansion Stadium Drive Roundabouts JOE FIFER, PE, ASSOC. DBIA 16 YEARS IN INDUSTRY SENIOR PROJECT MANAGER 2021 JOINED NABHOLZ Now joe.fifer@nabholz.com I C:501.993.8749 Joe will bring his extensive experience in all things civil to the team. Joe will work collaboratively with the City of Fayetteville's representatives, architects, and other Nabholz personnel to develop and execute a management plan that will result in a project completed on time, on budget, and with the utmost quality. PARTIAL PROJECT EXPERIENCE: City of Rogers AR / Rogers Water Utilities Centennial Pedestrian Plaza (CM) Pine Street Improvements (CM) Pine Street Parking Lot (CM) Arkansas St Improvements - North Storm Drainage (CM) Nabholz Utility Location Services - Various Locations Harry Tracy Water Treatment Plant - San Bruno, CA* Long Term Improvement Project Markham Hill Development Projects - Fayetteville (CM) Drake Farms Development - Fayetteville (CM) Preformed Line Products - Rogers (DB) JB Hunt Yard Expansion Edgerton, KS /Dallas, TX (DB) Creekside Medical Development - Rogers (DB) *denotes experienced gained with a previous firm EDUCATION/CERTIFICATIONS: Bachelor of Science in Civil Engineering - University of Arkansas Fayetteville Past Board Member of the University of Arkansas Civil Engineering Alumni Association Member of American Society of Civil Engineers Member of Design Build Institute of America Licensed Civil Engineer (AR - 17733; LA - 38567) Associate DBIA Certification MARK KING 39 YEARS IN INDUSTRY 29 YEARS WITH NABHOLZ UTILITIES GENERAL SUPERINTENDENT mark.king@nabholz.com I C:479.531.3241 Mark has been with Nabholz for 29 years and is the General Superintendent of Utilities. He will be providing support to the project superintendent with quality control, site safety and production risk management. Mark will utilize his experience in the constructability reviews, to ensure all aspects of the project are constructable and economical. PARTIAL PROJECT EXPERIENCE INCLUDES: Springdale Water Utilties - Springdale, AR Grand Valley Sewer Interceptor and Lift Station Crystal Bridges Museum of American Art - Bentonville, AR University of Arkansas - Fayetteville, AR Football Operations North End Zone Expansion Stadium Drive Roundabouts Faulkner Performing Arts Razorback Road Parking Lot Expansion Adohi Hall Pomfret Hall Expansion City of Tulsa - Tulsa, OK Cherry Creek Flow Equalization Basin Addition Northwest Arkansas Conservation Authority - Bentonville, AR Gravity Sewer Extension JB Hunt Transport, Inc. - Lowell, AR Campus Expansion (multiple projects) Washington Regional Hospital - Fayetteville, AR Women's Center Addition Arkansas Children's Northwest - Springdale, AR Bentonville School District - Bentonville, AR Osage Creek Elementary Creekside Middle School HWY 112 Widening (Through UA Campus) Walmart, Inc - Bentonville, AR Project NEO Neighborhood Market (Pea Ridge, Rogers, Fayetteville) North Data Center Expansion - Pineville, MO Osage Casinos - Ponca City & Skiatook OK Northwest Arkansas Regional Airport - Bentonville, AR Parking Garage Arvest Bank - Lowell, AR Data Center EDUCATION/CERTIFICATIONS: OSHA 30 Hour CPR/First-Aid Certified Confined Space and Competent Person Trench & Excavation Competent Person MSHA National Pollutant Discharge Elimination System City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for I-49/MLK Interchange HWEI Project No. 2022129 ARDOT Job 040846 (Utilities) SECTION 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Nabholz Construction Corporation 625 Kerr Street Van Buren, AR 72956 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company One Hartford Plaza Hartford, CT 06155 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of Amount Bid** Dollars ($5% of Amount Bids for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WI IERF.AS, Principal has submitted a Bid for: Utility Relocations for 1-49/MLK Interchange Bid 25-29, Construction. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in ftull force and effect. Signed and sealed this 18th day of February 2025 00410 Bid Bond 00410-1 January 2025 City of Fayetteville, Arkansas Utility Relocations for 1-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00410 — BID 13OND (continued) PRINCIPAL Nabholz Construction Corporation By (Si tore) L-,ir-_VI (Type or print) SURETY Hartford Fire Insurance Company L (Signature) Sherese Escovedo (Type or print) ATTORNEY -IN -FACT Hartford Fire Insurance Company By (Signature) Sherese Escovedo - Attorney -in -Fact (Type or print) (CORPORATE SEAL) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety END OF SECTION 00410 00410 Bid Bond 00410 2 January 2025 THE HARTFORD BOND, T-11 POWER OF ATTORNEY HartfOne artfrd Plaza ord, Conne ticut06155 Bond.Claims(a)thehartford.com call: 888-266-3488 or fax. 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: STEPHENS INSURANCE LLC Agency Code: 38-591883 and 38-593062 Xf Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut = Hartford Casualty Insurance Company, a corporation duly organized wider the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized wider the laws of the State of Coruiecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the Slate of Connecticut OTwin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of die State of Illinois OHartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Ami Ashmore, J.R. Bizzell, Sherese Escovedo, Ted Grace, Kathy Jones, Cathy Kelley, Stephanie Lively, Stanley Guy Payne, Felecia M. Prince, of LITTLE ROCK, Arkansas their true and lawful Attorney(s)-In-Fact, each in their separate capacity If more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts arid other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by Its Assistant Vice President and Its corporate seals to be hereto affixed, duly attested by Its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. «► = , : to • r r+••.� a �""� 4tir �`�/1„rl,lr%„ MuM• .,� ltiT� � �IYT�� lift ort4mp4XX,,-f Shelby Wiggins, Assistant Secretary Joelle L. aPierre, Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. �� Jessica Ciccone •*9�:n My Commission HI1 122280 "% Fspires June 20.2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoingg is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of February 18th, 2025 Signed and sealed In Lake Mary, Florida. •rtoo ��� �1�,�'r'.: A•yMt• �•ti7�•� �tY7�� Iifflt • . ►� • Il,„N •FYI• W Z101401 I Keith D. Dozols, Assistant Vice President N N W W : : � Y 0 N c O •_ (0 LL W 2 2 N -- ---- -------------- --- ------- --•_ --- _--------- _------ _------ _--_----- '- _ L___•_ •______ ___________�_____ y c _ : _------ __________�_____L : ----- -- ------ -' --- -- --- -- ---- - ------ -- ----- ------ -- --- �--"�-�---------- �n i 55 -- ---- -------- ------------- -------------- - , -- ----------------------------'-- -- ---------------------- --- ----�- Q -�--- L L � A L O -___-__ --__----- E d L rn �... c ................. m --- - o- — y Y " o w v -- -------------- ---------- ----------------------------- -----------j ------------- .f�?> IInhuIIll -- o� Y7Ao - --------- -- s uo - - --------------------------- a a w m, ' tD tD l0 l0 V1 Vl vl N Vf Vf Vf �R �l1 �l1 ill ill1 iA �R �l1 ill ill Vt Vf Vf Vf Vf Vf • ill iA 3 1 �llV1 �lVl �vVl rl 1 1 1 rl rl � r4 rl LL • O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .O G G O ti O ti L"L" O � 0 m O c � rn �ill •7 .�2 i(1 � .l[D .7 `aea2 .[Vf .7 .[Vf ,[Vf '7 '7 � .Y�1I ill � '` Vf '` Vf Vf '` '` Vf Vf 'L '` Vf 111 '` 'C E Yl Yl 'L 'L �'`�OpGpp YI YI 'qL '�yL �OpGpp YI ill '` � Yl YI 'C 'L YI N 'L '` N �• Vf Vf Vf Vf Vf Vf 111 i(1 i(1 i(1 V1 � • g�� O � VQ VIE O O� VE V�'L\\\�pp O O• 0 0 0 0 0 ���pp 0 0 0 0 0 0 N\N'CL�Op 0 0 0�ppp''O`p�l 0 0 rl 0 0 0 0 0 0 0• p 0 0 0 N O �OI i� � � • O O l�D O O O O O 111 O a �..� 111 � O N n a T e4 � 1p 1p N 01 tp 1p H N O O Vf 111 111 111 VI V1 I� ^ N O N W O J N l0 Q Q EE .� a r'ry N w C ^'l i� s q O 9 c 12A3�ii�3�zo��� ��o3LL�g �3�i� gad E 21 O v v a 2 � � w a a Ny 0 airy p� a �i � « °1 « « °1 « « « � `w v � `w �`w, `� `w " � .+ v w v y ♦ I _ ------------- m �y a� O --------- C - M � - ------------� Y : y � o ro c m y v w m ;a ---- ----- ---- -- �-------------�--------------- 0-------- 3 o v � � - p2 8 - - ---------.. w � a o o 0 0$ o IM 'ilo $' ",, "0$ $111, .Ia 3"5{� NA201Z Contact: Phone: Fax: note To: Phone: Fax: Job Name: Date of Plans: Revision Date: ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 1010 1.1 BONDS AND INSURANCE 1.00 LS 219,000.00 219,000.00 1020 1.2 MOBILIZATION (SHALL NOT EXCEED 5% OF TOTAL BID 1.00 I.S 644,000.00 644,000.00 1030 1.3 MAINTENANCE OF TRAFFIC - ARVEST/FINGER ROAD 1.00 LS 18,600.00 18,600.00 1040 1.4 MAINTENANCE OF TRAFFIC - CITY STREETS & PRIVAT 1.00 LS 234,810.00 234,810.00 1050 1.5 TRENCH SAFETY/PROTECTIVE SYSTEMS 1.00 LS 356,340.00 356,340.00 1060 1.6 CONSTRUCTION EROSION CONTROL AND SEDIMENT CONT 1.00 LS 127,650.00 127,650.00 1070 1.7 CLEANING, DISINFECTING, AND SAMPLING 1.00 LS 76,500.00 76,500.00 1080 1.8 SITE PREPARATION, CLEARING & GRUBBING, LANDSCA 1.00 I'S 595,400.00 595,400.00 1090 1.9 CONSTRUCTION DEWATERING 1.00 LS 35,050.00 35,050.00 1 100 1.10 BYPASS PUMPING (GRAVITY SANITARY SEWER) 1.00 I.S 151,800.00 151,800.00 1 1 10 1.11 BYPASS PUMPING (PUMP STATION) 1.00 I.S 17,614.00 17,614.00 2000 2.1 PIPE CASING - 12" STEEL (BORED) 140.00 LF 1,107.00 154,980.00 2050 2.2 PIPE CASING - 15" SDR. 35 PVC (OPEN CUT) 150.00 LF 222.00 33,300.00 2100 2.3 PIPE CASING - 12"/16" HDPE DR 17 (BORED) 415.00 LF 668.00 277,220.00 2150 2.4 PIPE CASING - 16" HDPE DR17 (OPEN CUT) 50.00 LF 205.00 10,250.00 2200 2.5 PIPE CASING - 16" STEEL (BORED) 565.00 LF 1,048.00 592,120.00 2250 2.6 PIPE CASING- 16" STEEL (OPEN CUT) 40.00 LF 236.50 9,460.00 2300 2.7 PIPE CASING- 18" STEEL (BORED) 30.00 LF 1,800.00 54,000.00 2350 2.8 PIPE CASING - 30" STEEL (BORED) 175.00 LF 2,640.00 462,000.00 2400 2.9 PIPE CASING - 30" SDR 35 PVC (OPEN CUT) 55.00 LF 503.00 27,665.00 2450 2.10 PIPE CASING - 36" STEEL (BORED) 230.00 LF 2,1 15.00 486,450.00 2500 2.11 PIPE CASING - 42" STEEL (BORED) 200.00 LF 3,120.00 624,000.00 2550 2.12 PIPE CASING - 54" STEEL (BORED) 180.00 LF 3,550.00 639,000.00 3010 3.1 PRE -CCTV SANITARY SEWER MAINS (6"- 15 ") 1,170.00 LF 10.00 11,700.00 Page 1 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 3020 3.2 SEWER PIPE (8" PVC, SDR 26) 505.00 LF 19.50 9,847.50 3030 3.3 SEWER PIPE (8" CERTA-FLO DR 21 RJIB PVC) 120.00 L,F 32.50 3,900.00 3040 3.4 SEWER PIPE (10" PVC, SDR 26) 345.00 LF 27.50 9,487.50 3050 3.5 SEWER PIPE (15" PVC, SDR 26) 595.00 LF 53.50 31,832.50 3060 3.6 SEWER PIPE (24" PVC, SDR 26) 260.00 LF 96.00 24,960.00 3070 3.7 SANITARY SEWER TRENCHING AND BACKFILLING, 6-8' 565.00 LF 88.00 49,720.00 3080 3.8 SANITARY SEWER TRENCHING AND BACKFILLING, 8-12 615.00 LF 105.00 64,575.00 3090 3.9 SANITARY SEWERTRENCHING IING AND BACKFILLING, 12-1 160.00 LF 250.00 40,000.00 3100 3.10 POST CCTV SANITAAY SEWER. MAINS (8"-24") 1,820.00 LF 7.60 13,832.00 3110 3.11 SEWER LINE MARKER POST 5.00 FA 118.00 590.00 3120 3.12 STANDARD DEPTH MANHOLE (4' DIAMETER, 0-6' DEE 19.00 EA 7,000.00 133,000.00 3130 3.13 ADDITIONAL MANHOLE DEPTH (4' DIAMETER) 73.00 VF 760.00 55,480.00 3140 3.14 STANDARD DEPTH MANHOLE (5' DIAMETER, 0-6' DEE 4,00 EA 8,200.00 32,800.00 3150 3.15 ADDITIONAL, MANHOLE DEPTH (5' DIAMETER) 30.00 VF 950.00 28,500.00 3160 3.16 10 " INSIDE DROP 10.00 VF 375.00 3,750.00 3170 3.17 ABANDON EXISTING MANHOLE 9.00 EA 2,020.00 18,180.00 3180 3.18 EPDXY COATING MANHOLE 4' & 5"DIAMETER (15 "-24 124.00 VF 570.00 70,680.00 3190 3.19 CUT & PLUG EXISTING 4" FORCE MAIN 1.00 EA 4,490.00 4,490.00 3200 3.20 CUT & PLUG EXISTING 8" SEWER MAIN 1,00 EA 1,700,00 1,700.00 3210 3.21 CUT & PLUG EXISTING 10" SEWER MAIN 1,00 EA 1,730.00 1,730.00 3220 3.22 CUT & PLUG EXISTING 15"-24" SEWER MAIN 5.00 EA 4,485.00 22,425.00 3230 3.23 GROUT FILL & ABANDON EXISTING 8"- 10" SEWER MA 365.00 LF 28.00 10,220.00 3240 3.24 GROUT FILL & ABANDON EXISTING 15" SEWER MAIN 545.00 LF 30.00 16,350,00 3250 3.25 GROUT FILL & ABANDON EXISTING 24" SEWER MAIN 240.00 I.,F 57.00 13,680.00 3260 3.26 REMOVE & DISPOSE SANITARY SEWER 55.00 LF 60.00 3,300.00 3270 3.27 TIE TO EXISTING SEWER MAIN WITH MAXADAPTER 1.00 EA 900.00 900.00 3280 3.28 REINSTATE EXISTING SEWER SERVICE LINE 15.00 EA 2,380.00 35,700.00 3290 3.29 4" PVC SDR 26 SEWER SERVICE LINE 180.00 I,F 67.00 12,060.00 3300 3.30 4" C900 .PVC DR14 FORCE MAIN PIPE, INSTALLED 632.00 LF 89.00 56,248.00 3310 3.31 TIE TO EXISTING PUMP STATION (CORE DRILL) 1.00 EA 2,225.00 2,225.00 3320 3.32 CEMENTITIOUS & EPDXY COATING OF PUMP STATION 25.00 VF 1 1,600.00 40,000.00 Page 2 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 3330 3.33 4" FORCE MAIN PIGGING STATION 1.00 EA 28,000.00 28,000.00 4010 4.1 ROCK EXCAVATION 500.00 CY 10.00 5,000.00 4020 4.2 CLASS 7 GRANULAR BACKFILL 7,400.00 CY 75.00 555,000.00 4030 4.3 GRAVEL DRIVEWAY REPAIR (6" 100.00 SY 10.50 1,050.00 THICKNESS) 4040 4.4 ASPHALT PAVEMENT REPAIR (TYPE 3, 3" 2,200.00 SY 195.00 429,000,00 THICKNESS) 4050 4.5 REMOVE AND REPLACE CURB AND 1,800.00 LF 56.00 100,800.00 GUTTER 4060 4.6 REMOVE AND REPLACE CONCRE"I"E 2,100.00 SY 154.00 323,400.00 STREET/DRIVEWAY (9 4070 4.7 REMOVE AND REPLACE CONCRETE 225.00 SY 119.00 26,775.00 SIDEWALK (4") & TR 4080 4.8 ADA ACCESSIBLE RAMP (PERMANENT & 3.00 EA 170.00 510.00 TEMPORARY) 5010 5.1 WATER PIPE (2" PVC, AWWA C900, CLASS 25.00 LF 58.00 1,450.00 305, DR 1 5020 5.2 WATER PIPE (6" PVC, AWWA C900, CLASS 20.00 LF 81.00 1,620.00 305, DR 1 5030 5.3 WATER PIPE (8" PVC, AWWA C900, CLASS 3,500.00 LF 108.00 378,000.00 305, DR 1 5040 5.4 WATER PIPE (1. 8" DIP, AWWA C151, CLASS 4,400.00 LF 256.00 1,126,400.00 250) 5050 5.5 WATER PIPE (24" DIP, AWWA C151, CLASS 355.00 LF 415.00 147,325.00 250) 5060 5.6 WATER PIPE (30" DIP, AWWA C151, CLASS 20.00 LF 675.00 13,500.00 250) GIN 5070 5.7 WATER PIPE (36" DIP, AWWA C151, CLASS 920.00 LF 885.00 814,200.00 250) ZIN 5080 5.8DUCTILE IRON FITTINGS 48,000.00 LBS 24.50 1,176,000.00 5090 5.9 8" GATE VALVE WITH VALVE BOX 8.00 EA 3,670.00 29,360.00 5100 5.10 12" BU`I"TERFLY VALVE WITH VALVE 2.00 EA 13,750.00 27,500.00 BOX 5110 5,11 18" BUTTERFLY VALVE WITH VALVE 2.00 EA 4,290.00 8,580.00 BOX (INSTALL O 5120 5.I2 24" BUTTERFLY VALVE WITH VALVE 1.00 EA 6,190.00 6,190.00 BOX (INSTALL O 5130 5.13 30" BUTTERFLY VALVE WITH VALVE 1.00 EA 11,670.00 11,670.00 BOX (INSTALL O 5140 5.14 36" BUTTERFLY VALVE WITH VALVE 2.00 EA 14,230.00 28,460.00 BOX (INSTALL O 5150 5.15 2"X2" TAPPING SLEEVE AND VALVE 1.00 EA 2,640.00 2,640.00 WITH VALVE BOX 5160 5.16 6"X6" TAPPING SLEEVE AND VALVE 2.00 EA 6,405.00 12,810.00 WIT14 VALVE BOX 5170 5.17 8"X8" TAPPING SLEEVE AND VALVE 5.00 EA 8,930.00 44,650.00 WITH VAI.,VE BOX 5180 5.18 10"X8" 'I.'APPING SLEEVE AND VALVE 1.00 EA 9,210.00 9,210.00 WITH VALVE BO S l90 5.19 12"X12" TAPPING SLEEVE AND VALVE, 3.00 EA 14,970,00 44,910.00 WIT] -I VALVE B Page 3 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 5200 5.20 24"X8" TAPPING SLEEVE AND VALVE 1.00 EA 13,980.00 13,980.00 WITH VALVE BO 5210 5.21 36"X8" TAPPING SLEEVE AND VALVE 1.00 EA 19,300.00 19,300.00 FOR DEWATERIN 5220 5.22 36"X36" TAPPING SLEEVE AND VALVE 1.00 EA 28,500.00 28,500.00 WITH VALVE B 5230 5.23 30"X30" 'I'APPING SLEEVE AND VALVE 1.00 EA 25,200.00 25,200.00 WITH VALVE B 5240 5.24 INSTALL 30" LINE STOP WITH ANCHOR 1.00 EA 110,000.00 110,000.00 COLLAR (SEE 5250 5.25 INSTALL 36" LINE STOP WITH ANCHOR 1.00 EA 124,000.00 124,000.00 COLLAR (SEE 5260 5.26 FIRE HYDRANT ASSEMBLY 15.00 EA 15,600.00 234,000.00 5270 5.27 SALVAGE7 RETURN EXISTING FIRE 7.00 EA 2,090.00 14,630.00 HYDRANT TO OWN 5290 5.29 CUT & CAP EXISTING 2" WATER LINE 3.00 EA 2,840.00 8,520.00 5300 5.30 CUT & CAP EXISTING 6"-8" WATER LINE 9.00 EA 4,440.00 39,960.00 5310 5.31 CUT & CAP EXISTING 10"-12" WATER 4.00 EA 5,450.00 21,800.00 LINE 5320 5.32 CUT & CAP EXISTING 24"-30" WATER 3.00 EA 20,000.00 60,000.00 LINE 5330 5.33 CUT & CAP EXISTING 36" WATER 1.00 EA 25,000.00 25,000.00 TRANSMISSION LIN 5340 5.34 ABANDON & GROUT FILL 1 "A" WATER 1.,750.00 LF 6.70 11,725.00 LINES 5350 5.35 ABANDON & GROUT FILL 6"-8" WATER 1,240.00 LF 10.30 12,772,00 LINES 5360 5.36 ABANDON & GROUT FILL 10"-12" WATER 1,525.00 LF 13.10 19,977.50 LINES 5370 5.37 ABANDON & GROUT FILL 24"-30" WATER 520.00 LF 56.00 29,120.00 LINES 5380 5.38 ABANDON & GROUT FILL 36" WATER 405.00 LF 80.00 32,400.00 LINE 5390 5.39 REMOVE & DIPOSE WATER LINE 1 "-8" 215.00 LF 42.50 9,137.50 5400 5.40 REMOVE & DIPOSE WATERLINE 10"-24" 2,460.00 LF 59.50 146,370.00 5410 5.41 REMOVE & DIPOSE WATER LINE 30"-36" 20.00 LF 84.00 1,680.00 5420 5.42 CONCRETE BLOCKING 575.00 CY 602.00 346,150.00 5430 5.43 CONCRETE ANCHOR COLLAR 2.00 EA 26,700.00 53,400.00 5440 5.44 POLYETHYLENE WRAP (18"-24" PIPE, 4,800.00 LF 10.00 48,000.00 DOUBLE WRAPP 5450 5.45 POLYETHYLENE WRAP (30"-36" PIPE, 920.00 LF 15.00 13,800.00 DOUBLE WRAP 5460 5.46 WATER LINE MARKER POST 12.00 EA 120.00 1,440.00 5470 5.47 4" COMBINATION AIR/VACUUM 2.00 EA 16,200,00 32,400.00 RELEASE VALVE WITH 5480 5.48 WATER SERVICE LINE (3/4" COPPER 110.00 LF 73.00 8,030.00 TUBING, TYPE 5490 5.49 WATER SERVICE LINE (I" COPPER 1,540.00 LF 83.00 127,820.00 TUBING, TYPE K) 5500 5.50 WATER SERVICE LINE (2" COPPER 225.00 LF 133.00 29,925.00 TUBING, TYPE K) Page 4 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 5510 5.51 5/8 "X 3/4" SINGLE WATER METER BOX 9.00 EA 2,250.00 20,250.00 5520 5.52 5/8 "X 3/4" DOUBLE WATER METER BOX 2.00 EA 3,485.00 6,970.00 5530 5.53 1" SINGLE WATER METER BOX 14.00 EA 2,675.00 37,450.00 5540 5.54 2" SINGLE WATER METER BOX 3.00 EA 7,955.00 23,865.00 6010 6.1 INSTALL MODULAR WALL 40.00 LF 316.00 12,640.00 6020 6.2 REMOVE & REPLACE 18" CMP 30.00 LF 158.00 4,740.00 6030 6.3 REMOVE & REPLACE 18" RCP CLASS 111 10.00 I.,F 187.00 1,870.00 6040 6.4 REMOVE & REPLACE 24" RCP CLASS III 32.00 LF 204.00 6,528.00 6050 6.5 REMOVE & REPLACE 40" CMP 10.00 I..F 470.00 4,700.00 6060 6.6 REMOVE & REPLACE CONCRETE DITCII PAVING 205.00 SY 120.00 24,600.00 6070 6.7 REMOVE & REPLACE RIP RAP (STABILIZE BANK) 20.00 CY 105.00 2,100.00 6080 6.8 REMOVE & REPLACE CONCRETE INLETS AND JUNCTION 2.00 EA 7,735,00 15,470.00 7010 7.1 REMOVE AND REPLACE FENCE (6' OR 8' "PALL, WOOD 152.00 LF 69.00 10,488.00 7020 7.2 REMOVE AND REPLACE FENCE (6' TALL., CHAIN LINK 10.00 LF 69.00 690.00 7030 7.3 REMOVE AND REPLACE SIGN (NON- STRUCTURAL) 4.00 EA 175.00 700.00 7040 7.4 REMOVE AND REPLACE/ PROTECT LIGHT POLE 8.00 EA 1,750.00 14,000.00 7050 7.5 SEEDING, FERTILIZING AND MULCHING 1,000.00 SY 9.00 9,000.00 7060 7.6 SOLID SODDING 9,000.00 SY 11.00 99,000.00 GRAND TOTAL $13,969,179.50 Page 5 of 6 City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for 1-49/MLK Interchange HWEI Project No. 2022129 MDOT Job 040846 (Utilities) SECTION 00410 — BID BOND KNOW ALL MEN BY "THESE PRESENTS: that we Nabholz Construction Corporation 625 Kerr Street Van Buren, AR 72956 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company One Hartford Plaza Hartford, CT 06155 a corporation duly organized under the laws of the State of Connecticut called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Surety, hereinafter as Obligee, hereinafter called Owner, in the sum of Five Percent of Amount Bid** Dollars ($5% of Amount Bid ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: Utility Relocations for 1-49/MLK Interchange Bid 25-29, Construction. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful perfonnance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to rernain in full force and effect. Signed and sealed this 18th day of February_ 2025 00410 Bid Bond 00410-1 January 2025 City of Fayetteville, Arkansas Utility Relocations for I-49/MLK Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00410 — BID BOND (continued) PRINCIPAL Nabholz Construction Corporation By (Si lure) 3tr'I (Type or print) SURETY Hartford Fire Insurance Company ♦ • � � s CIA (Signature) Sherese Escovedo (Type or print) ATTORNEY -IN -FACT Hartford Fire Insurance Com 11 By ,\�Q J4 k (Signature) Sherese Escovedo - Attorney -in -Fact (Type or print) (CORPORATE SEAL) .�' F�AE•f ��(i� cC ; ; n spy''•. .� 'b. RA This Bond shall be accompanied with Attorney-in-Fact's authority from Surety END OF SECTION 00410 00410 Bid Bond 00410 2 January 2025 THE HARTFORD POWER OF ATTORNEY B°"°,T_„ One Hartford Plaza Hartford, Connecticut 06155 Bond.Claims(d-)thehartford.com call: 888-266-3488 or lax. 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: STEPHENS INSURANCE LLC Agency Code: 38-591883 and 38-593062 OHartford Fire Insurance Company, a corporation duly organized under the laws of the Stale of Connecticut I " I Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized wider the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana OHartford Insurance Company of Illinois, a corporation duly organized tinder the laws of the State of Illinois OHartford Insurance Company of the Midwest, a corporation duly organized under the laws of (lie State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under (lie laws of the Slate of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Ami Ashmore, J.R. Bizzell, Sherese Escovedo, Ted Grace, Kathy Jones, Cathy Kelley, Stephanie Lively, Stanley Guy Payne, Felecia M. Prince, of LITTLE ROCK, Arkansas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one Is named above, to sign its name as surely(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by Its Assistant Vice President and Its corporate seals to be hereto affixed, duly attested by Its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. •� 1 ., 46 4r•• �`r� y`�r.11ll.rrJ" hr,•rtlM :,� Ir17� � �:f7f� !f?f Shelby Wiggins, Assistant Secretary Joelle L. aPierre, Asslslant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above Instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. � Jessica ciccone •�,�0r�1 c`h`` My Commission Hit 122280 Expires tune 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoingg is a true and correct copy of the Power of Attorney executed by said Companies, which is still In full force effective as of February 18th, 2025 Signed and sealed In Lake Mary, Florida. •r 'too r ��I`I�fi.lr,w *40 Z870•/r :977f6Ise 1f1f • I �► . ►� • �rrmr, •►rw• Keith D. Dozois, Assistant Vice President