Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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