Loading...
HomeMy WebLinkAbout268-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 268-19 File Number: 2019-0743 BID #19-4181 CONSTRUCTION GROUP, INC.: A RESOLUTION TO AWARD BID #19-41 AND AUTHORIZE A CONTRACT WITH 81 CONSTRUCTION GROUP, INC IN THE AMOUNT OF $135,129.00 FOR PARKING LOT IMPROVEMENTS ON DOWNTOWN LOTS E AND F, TOAPPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $33,783.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #19-41 and authorizes Mayor Jordan to sign a contract with 81 Construction Group, Inc. in the amount of $135,129.00 for parking lot improvements on Lot E and Lot F, which are owned by Off -Street Parking Development District No. 1 but managed by the City of Fayetteville, and further approves a project contingency in the amount of $33,783.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 12/3/2019 Attest: ``��� GOER K Qty•• CITY p;;,9JC. •� FA Y----- — —9w " Kara Paxton, City Clerk Treasure r'.;�'Q.'ANSPC•'a��.`� ,ON 0 O" Page 1 Printed on 1215119 _ City of Fayetteville Arkansas 113 West Mountain Street Fayetteville, AR 72701 r� (479) 575-8323 Text File File Number: 2019-0743 Agenda Date: 12/3/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 10 BID #19-41 81 CONSTRUCTION GROUP, INC.: A RESOLUTION TO AWARD BID #19-41 AND AUTHORIZE A CONTRACT WITH 81 CONSTRUCTION GROUP, INC IN THE AMOUNT OF $135,129.00 FOR PARKING LOT IMPROVEMENTS ON DOWNTOWN LOTS E AND F, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $33,783.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 # 19-41 and authorizes Mayor Jordan to sign a contract with 81 Construction Group, Inc. in the amount of $135,129.00 for parking lot improvements on Lot E and Lot F, which are owned by Off -Street Parking Development District No. 1 but managed by the City of Fayetteville, and further approves a project contingency in the amount of $33,783.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Paye 1 Printed on 121412019 City of Fayetteville Staff Review Form 2019-0743 Legistar File ID 12/3/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Justin Clay 11/14/2019 PARKING MANAGEMENT (430) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution awarding Bid 19-41 and authorizing a contract with 81 Construction Group, Inc. in the amount of $135,129.00 for parking lot improvements on Lot E and Lot F owned by Off -Street Parking Development District No. 1; to approve a project contingency in the amount of $33,783.00; and to approve a budget adjustment recognizing revenue from Off -Street Parking Development District No. 1 to fund this project. 2130.430.9133-5819.00 Account Number 19008.1 Project Number Budget Impact: 2130 - Parking Fund Fund Off -Street Parking Improvements Project Title Budgeted Item? No Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Purchase Order Number: Change Order Number: Original Contract Number: Comments: $ $ 168,912.00 $ 168,912.00 $ - Previous Ordinance or Resolution # Approval Date: V20180321 CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 3, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Peter Nierengarten, Environmental Director FROM: Justin Clay, Parking Manager DATE: November 14, 2019 CITY COUNCIL MEMO SUBJECT: Approval of a resolution awarding Bid 19-41 and authorizing a contract with 81 Construction Group in the amount of $135,129.00 for parking lot improvements on Lot E and Lot F owned by Off -Street Parking Development District No. 1; to approve a project contingency in the amount of $33,783.00; and to approve a budget adjustment recognizing revenue from Off -Street Parking Development District No. 1 to fund this project. RECOMMENDATION: Staff recommends approval of a resolution awarding Bid 19-41 and authorizing a contract with 81 Construction Group in the amount of $135,129.00 for milling, resurfacing, restriping, and replacement of retaining walls on two parking lots owned by Off -Street Parking Development District No. 1 (District); to approve a project contingency in the amount of $33,783.00; and to recognize revenue from the District to fund this project. Lot E is the surface parking located at the southeast corner of Block Avenue and Spring Street and contains 35 parking spaces. Lot F is located on the southwest corner of Center Street and Church Avenue and contains 26 parking spaces. BACKGROUND: The City has leased three (3) parking lots owned by the District since 1990 and operates them as revenue producing off-street parking lots consistent with other lots in the Downtown Business District. The City equips the lots with parking equipment, provides enforcement, and remits collected net revenues back to the District. DISCUSSION: At its meeting of March 28, 2019, the District authorized funding of up to $305,772.00 for a renovation project for Lots E and F. At that meeting the District also approved a statement of intent that upon the successful completion of the renovation of Lots E and F and the fulfillment of all financial obligations associated with the renovation that the District intends to dissolve and turn over its three (3) parking lots and remaining funds and assets to the City of Fayetteville. On October 31, 2019, the City received six (6) construction bids for this project. 81 Construction Group submitted the low bid. BUDGET/STAFF IMPACT: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 This project will be paid with funds from Off -Street Parking Development District No. 1. Engineering staff will provide standard construction oversight of this project. Attachments: Site Map Bid 19-41 Agreement Bid Tab 19-41 Bid Submittal Budget Adjustment Fayetteville, AR wV bp -Ong str-1-1 W; E S*p-rino st� cj 17 toy, �123 di 241 OT -r- .0 1-:T.— Pi - . t' I b )e Z1 117 TIT )p .71 B, 114w. Ile nex c 4- L, 09 10 4� soa mir t' MY ,An Joe co "103 'P'r,' 2V 202, io4 71 W*Wfi'adow St .21 >E Meadow St Z - If! JR, , 77 city i C t7 r -V 'uh IT or o , jk AMIng ,Secu t -7 (,)p s 94 r �t a 11 7 3u) Oil stn in" IQ ; V. 'Ile co il. s' LO -0 Cwf "C --e- 0 jt-'-�-r si ZD 'P- I �-EC nk.w' y hQUARL r jk 4'AR 2 k 11/14/2019 8:24:04 AM 1:2,257 00.0175 0035 0.07 n,4 r�i 0.0'3 0.06 0A2 k. DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: PARKING LOT REHAB PROJECT, PARKING LOTS E & F Contract No.: 19-41, Construction r� THIS AGREEMENT is dated as of the 3 day of j)P_Ce_yv\.6 in the year 2019 by and between The City of Fayetteville, Arkansas and 81 Construction Group (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The removal and disposal of existing asphalt and concrete pavement, parking meter poles & foundations, retaining walls, trees, and tree stumps. The construction will include asphalt paving, retaining walls, concrete sidewalk, driveway aprons, curb and gutter, sign and parking meter installation, and parking lot striping. 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. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities. 00500 Agreement 00500- 1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) 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 any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 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. As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. I . There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (l) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: PARKING LOT REHAB PROJECT, PARKING LOTS E & F 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor.have signed this. Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts. each has been,retained by The. City of Fayetteville. All portions of the :Contract Documents have. been signed,, initialed, or identified by -The City of Fayetteville and.;Contractor. rd This Agreement will be effective on ��C�ri���Y- 3 , 20L, which is the Effective Date of the. Agreement. CONTRACTOR: By:'cf2Eryiv�:��}' (Type or. legibly print) CITY OF FAYETTEVILLE (Sia afore) Title: pjP iG,= r Title:. Mayor 00500 Agreement 00500-10 DOCUMENT 00500 — AGREEMENT (continued) Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall,attach Corporate .Resolution authorizing Contractor's signature and execution. of Agreement. Further if Contractor is a :comoration, 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 eiitity .or LLC: is in current "Good Standing" a `'* �Jvlth ffie'State of Arkansas -and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) /IERk � �1 / t nrrrrr� • J y •Fgke ( cn: �� Oir r i 0i Attest Attest 00500 Agreement 00500- 11 DOCUMENT 00500 — AGREEMENT (continued). Andress forgiving. notices Address for giving notices s 3 113 W. Mountain St. Fayetteville, AR 72701: License No, Agent for Service of process (Type or legibly print) Contractor shall attach evidenceof authority of Agent for Service process to sign. If Contractor Is a corporation, corporate entity or .LLC, Contractor shall attach Corporate Resolution authorizing.Agent. for Service process ,authority to sign.. (If Contractor is. a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500-12 CITY OK �WFAYETTEVILLE ARKANSAS Bid 19-41, Construction - Parking Lots E and F Rehab Official Bid Taindation Lioneld Jordan, Mayor Dates of Advertisement. Web -16.4.19, Ads -10.6 and 10.13.19 Issue Date: 10.4.19 Number of Addend- 0 Certification of Funds: 5 305,772.00 Max Award Amount: $ 382,215.00 Old No. 19.41 Date: 10.31.2019 Time: 2:06 PIA 81 Construelian Group Inc. A -CO 1-411cs, UC ADAC-Central, int. DIAMOND C CONSTnUC710N 7om6- A.phait Co. Jnr,. TriStar COntraclas CO. I'!EM ESTIMATED UNIT UNIT UNIT UNIT UNIT UNIT NO, DE5'CRIPIION UNIT, QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT Lot E Bid Schedule I 1 Mobilization (Shall not exceed 5% of LS 1 $ 2,862.00 $ 2,862.00 5 3,750.00 5 3,750.00 $10.000.00 $ 10,000.00 S 5,712.00 $ 5,712.00 S 4.000.00 5 4,000.00 S 5,215.79 5,215.79 Total Bid .$- 2 Insurance and Bonding LS - 1 S 2.743.00 $ 2,743.00 $ 2,700.00 5 2,700.00 $ 2,500.00 $ 2,500.00 $ 3,900.00 $ 3,900.00 S 6,500.00 S 6,500.00 S 3,715.77 $ 3,715.77 3 Clearing, Grubbing, & Demolition LS 1 S 8,424.00 $ 8,424.00 $ 17,290.00 $ 17,290.00 $ 35,000.00 $ 35,000.00 $12,320.00 $ 12,320.00 $ 44,000.00 $ 44,000.00 $15,000.00 $ 15,000.00 4 Asphalt Removal .SY 1,200 $ 3.73 S 3,756.00 5 2.50 S 3,000.00 5 7.00 5 8,400.00 S 8.31 $ 9,972.00 $ 9.00 $ 10,800,00 $ 5,00 $ 6,000.00 5 Recompact Existing Base SY 1,200 5 3.59 S 4,308.00 $ 3.00 $ 3,600.00 5 6,00 $ 7,200,00 5 3.08 $ 3,696.00 $ 10.50 $ 12,600.00 5 S.00 $ 6,000.00 6 '!Undercut and Stone Backfill CY 20 $ 46.50 $ 930.00 $ 48.00 $ 960.00 $ 120.00 $ 2,400.00 $ 84.00 S 1,680.00 S 100.00 $ 2.000.00 5 50.00 5 1,000.00 7 HMAC Surface Course. (PG64-22)12") SY 1,200 $ 1557 $ 18,684,00 $ 12.85 S 15,420.00 $ 18.65 $ 22,380.00 5 16.15 S 19,380.00 $- 17.60 S 21,120.00 5 14.00 $ 16,800.00 8 41 Thick Concrete Pavement w/Class 7 SY .60 5 44.19 $ 2,65140 $ 50.00 $ 3,OW.00 $ 150.00 $ 9,000.00 $ 71.12 $. 4,267.20 $ 72.00 $ 4,320.00 S 60.00 S 3,6W.00 Base Handicap Parking Area _ 9 Concrete Parking Curb (2') LF 375 S 15.81 $ 5,928.75 S 31.W S 11,625.00 $ 75.00 $ 28,125.00 $ 21.33 S 7,998.75 5 36.00 $ 13,500.00 S moo S 6,750.00 10 Concrete Curb (Type Cl LF $D $ 15.81 5 790.50 $ 31.00 $ 1,550.00 $ 125.00 $ 6,250.00 S 19.04 $ 9S2.00 $ 38.00 $ 1.900.00 S 19.00 $ 9S0.00 11 Ark. Native Stone Mass Gravity Ret. wall LS 1 $19,610.00 $ 79,610.00 522,550.00 $ 22,550.0 -585,000.00 $ 85,000.00 $ 42,560.00 S 42,560.00 $ 30,500.00 5 30,500.00 $ 20,000.00 S 2D,DD0.00 12 'Aggregate Base Course (Class 7) TON 50. 5 25.92 5 1.,296.(M $ 45.00 $ 2.25000 5 12000 5 6.000.00 $ 25.76 S 1,288.00 $ 70.00 $ 3,500.00 $ 26.00 $ 1.300.00 13 Pavement Markings i4" Painted Yellow). LF 700 $ 1.00 $ 700.00 S 1.75 5 1,225.00 $ 1.70 $ 1,190.00 5 1.85 $ 1,295.00 $ 1.60 $ 1,120.00 $ 3.00 S 2,100.00 14 Handicap Pavment Symbol!Painted) EA 2 $ 46.50 5 93.00 $ 125.00 $ 25D.00 $ 115.00 $ 230.00 S 12330 $ 246.40- S 110.00 $ 220.00 5 750.00 S 1,500.00 15 2" Galvanized meter Pole w/Foundation EA 39 $ 67.00 $ 2,613.00 $ 180.00 $ 7,020.00 5 245.00 $ 9,555.00 $ 105.97 S 4,132.83 $ 153.00 $ 5,967.00 $ 200.00 $. 7,800.00 16 Motorcycle/Scooter SigieI w/Support EA 1 5 414.00 S 414.00 5 285.00 S 285.00 5 280.00 5 280.00 .$ 420.00 S 420.00 $ 270.00 $ 270.00 S 200.00 S - 200.00 17 Handicap Sign w/Support EA 2 S 368.00 S 736.00 S 285.00 5 570.00 $ 280.00 $ 560.00 $ 420.00 $ 840.00 S 270.00 $ 540.00 $ 200.00 $ 400.00 18 4" Topsoil Placement. SY' 175 5 7.00 $ 1,225.00 $ 5.00 $ 875.00 $ 2.00 $ 350.00 $ 10.56 $ 1,848,00 $ 12.00 $ 2,100.00 $ 10.00 $ 1,750.00 19 Organic Hardwood Mulch (4') SY 175 $ 5,25 $ 918.75 $ 5.00 $ 875.00 $ 9.W S 1,575.00 $ 19.20 $ 3,360.00 5 7.00 S 7;225.00 $ 14.00 $ 2,450.00 20 Erosion Control LS 1 S 2,397.60 1 5 2,397.60 S 2,850.00 S 2,850.00 5 4,000.00 $ 4,00000 $ 2,072.00 $ 2,072.00- 5 5,500.00 5 5,500.00 5 7,000.00 $ 7,000.00 Total Amount Lot E Bid Schedule I: $ 81,081.00 $ 101,645.00 $ 239,995.00 $. 127,940.18 $ 171,682.00 $ 109,531.56 'ITEM TO ONLY BE USED AT THE DIRECTION OF THE ENGINEER 1 4" Thick Concrete Pavement w/Class 7 Base Sidewalk) SY 175 $ 44.19 $ 7,733.25 5 50.00 5 8,750.00 S 150.00 5 26,250.00 $ 7200 $ 12,600.00 $ 81.00 S 14,175.00 $ 42.00 S 7,350.00 2 6" Thick Concrete Pavement w/ Class 7 Base Deivewavl SY 30 $ 47.84 $ 1.435.20 $ 65.00 $ 1,950.00 $ 275.00 $ 8,250.00 $ 104.54 $ 3,136.20 5 .125.00 $ 3,750.00 $ 60.00 5 1,800.00 3 Concrete Curb and Gutter(Standard) 2' LF 70 S 15.83 S 1,106,70 5 3100 5 2,170.00 5 55.00 S 3.850.00 S 20.16 $ 1,411.20 S 3&00 S 2,660.00 5 18.00 5 1,260.00 4 Solid Sod (Bermuda) SY 95 5 8.28 5 786.60 $ 4.00 $ 380.00 $ 4.00 $ 380.00 $ 6A9 S 616.55 5 5.00 S 475.00 S 5.00 $ 475.00 5 4" Topsoil Placement SY 95 $ 7.00 $ 665!70 5 5.00 S 475.00 5 2.00 5 19(1.00 5 10.62 5 1,008.90 S 15.00 $ 1,425.00 $ 10.00 5 950.00 6 ADA Handicap Ramp SY 10 $ 55.20 5 552.00 $ 130.00 S 1,300.00 38S.W $ 3850.00 $ 84.00 S 840.00 $ 150.00 S 1,500.00 $ 750.00 S 7,500.W 7 Cast -in -Place Detectable Warning SF 27 S e 60.00 $ 1,620.00 $ 25.00 S 675.00 S 75.00 $ 2.025.00 5 52.89 $ 1428.03 $ 25.00 S 675.00 5 27.00 5 729.00 Device (Truncated Domes) Total Amount Lot E Schedule it: $ 13,898.75 $ 15,700.00 S 44,795.00 $ 21,040.88 $ 24,660.00 $ 20,064,00 'total Amount Lot E Schedule I & II; $ 94,979.75 $ 117,345.00 $ 284,790.00 $ 148,981.06 $ 196,342.00 $ 129,595.56 Lot F Bid Schedule 3 Mobilization {Shall not exceed 5%of Total Bid) LS 1 S 500.(70 S 500.00 $ 2.000 00 5 2,WD00 S 5,a11U.W $ 5,000.00 $ 2.3.52.00 $ 2,352.00 5 2.800.010 $ 2,800.00 $ 2,780.48 5 2,780.48 2 Ins.,ance and Bonding LS 1 S 1,169.W 5 7.169.00 $ 1,34000 $ 1,340.00 $ 2,S00.00 5 2,500.00 $ 2,027.20 S 2,027.20 S 5.000.00 5 5.000.00 $ 1,534.65 5 1,534.65 3 Clearing, Grubbing, & Demolition LS 1 $ 3,22(1.00 5 3,220.00 S 2.500.00 $ 2.500.00 5 25,C00.00 5 25,000.60 5 8.400.00 $ 8.400.00 $ 7,000.00 $ 7,000.00 $ 10,000.00 $ 10,000.00 4 Asphalt Removal SY 800 S 3.13 $ 2,504.00 $ 300 S 2,40000 S 7.00 5 5,600.00 8:26 5 6.608.00 $ 75.00 $ 12,000.00 5.00 5 4,000.00 5 Recunylact Casting Base SY 800 $ 3.59 $ 2,872.00 5 4110 S 3,200.00 $ 6.W S 4,800.00 S 3 1S S 2,520.00 S 1000 S 8,000.00 5 500 S 4,000.00 6 'Undercut and Stone sackfi€I CY 20 S 4650 930.00 $ a8,00 $ 96000 120,00 $ 2400.00 $ 54.00 S 1,680.00 5 100.75 1.000.00 $ $000 $ 1,(NX1.(1l7 CERTIFIED:, Les McGaugh, ///N/lei Date 81 Construction Group W. ALO Services, LLC APAC-Cenlral, Inc. DIAMOND C CONSTRUCTION lomlin5on Asphalt Co. Inc. Tri Star Contractors CO. ITEM ESTIMATED UNIT UNIT UNIT UNIT UNIT UNIT NO. L'ESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 7 I4MAC Surface Course (PG64-22)12") SY 800 $ 16.15 S 12,920.00 5. 12.85 S 10,280.00 $ 22.40 $ 17,920.00 5 -16.80 S 13,440.00 S 20.00 $ 16,000.00 $ 14.00 $ 11,200.00 8 Concrete Parkin Curb Parking LF 250 $. 15.81 $ 3,952.50 S 31.00 S 7,75000 $ 75.170 $ 18.75000 S 21.17 $ 8;292.50 .,$, 40.00 $ 10,000,00 $ 18.00 $ 4,500,00 9 4' Thick Concrete Pavement w/Class7 Aare. Hand:cao Parkin. Areal Sy -35. $ 44.19 S 1,546.65 $ 60.00 S 2,100.00 $ 150.00 $ 5,250.00 $ 71.20 $ '2;492.00 .$ 75,00 $ 2,625.00 $ 60.00 $ 2,100.00 20 1k Concrete Pavement w/Class7 Base Base S SY 25, 5. 44.]9 .$ 1,104.75 .$ 50.00 5 1,250.00 $ 150.00 $ 3,750.00 $ 72.13 S 1,803.25 S 75.00. $ 1,875.00 $ 50.00 S 1,250.00 11 6'Thick Concrete Pavement w(Class 7. Base Dr"rvewav SY 20 $ 41.84 5 956.80 5 65.00 5 1,300.00 $ 275.00 $ 5,500.00 $ 1]2.60 $ 2,240.00 S- 130.00 S 2,600.00 $ 60:00 u. 1,200.00 12 •Aggregate ease Course (CUSS 7) TON 50 $: 25.92 $ 1,296.00 $ 45.00 5 2,250.00 5 120.00 $ 6,000.00 5 25.76 5 1,288.00 $ 75.00 $ 3,754.00 $ 27.00 $ 1,350.00 13 Concrete Curb and Gutter(Standard) LF 40 S 16.56 $ 662.40 $ 31.00 5 1,240.00 $ 60.00 $ 2,400.00 $ 19.04 5 761.60 $ 60.00 $ 2,400.00 $ 19.00 S 760.00 12.5'r 14 Concrete Curb (Type C) LF 30 $ 1.5.81 $ 474.30 $ 31.00 5 930.00 S 125.00 $ 3.750.00 5- 19.04 5 571.20 $ 70.00 $ 2,100.00 $ 1800 S 540.00 15 Pavement Markipgs(4" Painted Yellow) LF 525 'S' 1.00 $ 525.00 $ '1.75 5 918.75 $ 1.70 $ 892.50 ,$ 1.85 $ 971.25 S 1.65 S 866.25 5 3.00 $ 1,575.00 16 Handicap Pavement Symbol (Painted) EA. 1 5 46.50 S 46.50 5 125,00 $ 125.00 $ 115.OU $ . 115.00 5 123.20 $ 123.20 $ 310.00 S 110.00 $ 750.00 S 750.00. 17 2"Galvanised Meter Pole w/Foundation EA 28 5 67.00 5 1,876.00 $ -180.00 S 5,040.00 $ 245.00 $ 6,860.00 5 106.00 S 2,968.00 S 155.00 $ 4,340.00 5 200.00 .$ 5,600:00 18 Motorcycle/Scooter Sign w%Support EA 2 $ 414.00 S 828.00 $. 285.00 5 570.00 S 280.00 S 560.00 5 420.06 $ 840.00 S 270.00 S 540.00 $ 25000 $ 500.00 19 Handicap Sign w/Supporl EA 1' $ 368.00 $, 368.00 S 28500 S 185.00 $ 280.00 $ 280.00 $ 420.00 $ 420.00 S 270.00 S 270.00 $ 250.00 $ 250.00 20 Erosion Control LS 1 5 2,397.60 $ 2,397.60 5 I,SODAO 5 3;500.00 $ 2,000.00 5 2,000.00 $ 2,184.00 $ 2,184.00 $ 6,200.00 $ 6,200.00 S- 3,500.00 S. 3,500.00 - Total Amount Lot F Bid Schedule $ 40,149.50 $ 47,938,75 S 119,327.50 $ 58,982.20 $ 90,476.25 S 58,390.13 Total Amount of Lot E I + II & Lot F: $ 135,129.25 $ 165,283.75 $ 404;117.S0 .$ 907,963.26 $ 286,818.2.5 $ 187,985.69 CERTIFIED:, Les McGaugh, ///N/lei Date DOCUMENT 0400-13ID FORM Contract Name: PARKING LOT REHAB PROJECT, PARKING LOTS E & F Bid Number: 19-41, CONSTRUCTION BID TO'-, Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: 84 Construction Group Inc; .PO. Box 849... Siloam Sminas_Arkansas 72769 -ARTICLE 1- INTENT.. 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400 -Bid Form 00400-1 DOCUMENT 0446 -BID FORM:(golitfitued). ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number. Date. B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400 -Bid Form 00400-2 DOCUMENT i? O -'Bili FOk1VI kontinued) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F:, Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G: Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400 -Bid Form 00400-3 DOCUMENT 0400 -BID. FORM :(continii 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 PRICK Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%.. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400 -Bid Form 00400-4 DOCUMENT 0400 -BID: FORM (continued) LOT E BID SCHEDULE 1 ITEM NO. . ........... .... DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 Mobilization (Shall not exceed 5% of Total Bid) LS 1 $2,862.00 $2,862.00 2 Insurance and Bonding LS 1 $2.743-00 $2,743.00 3 Clearing, Grubbing, & Demolition LS 1 $8,424.00 $8,424.00 4 Asphalt Removal Sy 1200 $3.13 $3,756.00 5 Recompact Existing Base SY 1200 $3.59 $4,308.00 6 *Undercut and Stone Backfill Cy 20 $46.50 $930.00 7 IHMAC Surface Course (PG64-22)(2") Sy 1200 $15.57 $18,684.00 `8 4" Thick Concrete Pavement w/Class 7 Base (Handicap Parking Area) Sy 60 $44-19 $2,651.40 9 Concrete Parking Curb (2') LF 375 1, $15.81 $5,928.75 10 Concrete Curb (Type C) LF 50 $15.81 $790.50 11 Ark. Native Stone Mass Gravity Ret. Wall LS 1 $19,610.00 $19,610.00 12 *Aggregate Base Course (Class 7) . TON. 50 $25.92 $1,296.00 13 Pavement Markings (4" Painted Yellow) LF 700 $1.00 $700.00 14 Handicap Pavement Symbol (Painted) EA 2 $46.50 $93.00 15 2" Galvanized meter Pole w/Foundation EA 39 $67.00 $2,613.00 16 Motorcycle/Scooter Sign w/Support EA 1 $414.00 $414-00 17 Handicap Sign w/Support EA 2 $368.00 $736.00 18 4" Topsoil Placement Sy 175 $7-00 $1,225.00 19 Organic Hardwood Mulch (4") Sy 1 175 $5.25 $918.75 20 Erosion Control LS 1 $2,397.60 $2,397.60 TOTAL AMOUNT LOT E BID SCHEDULE 1: $ 81,081.00 *ITEM TO ONLY BE USED AT THE DIRECTION OF THE ENGINEER 0400 -Bid Form 00400-5 DOCUMENT 0400 -BID FORM fcontinued) LOT E BID SCHEDULE 2 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 4" Thick Concrete Pavement w/Class 7 Base (Sidewalk) SY 175 $44.19 $7,733.25 2 6" Thick Concrete Pavmeent w/Class 7 Base (Driveway) SY 30 $47.84 $1,435.20 3 Concrete Curb and Gutter (Standard) (2') LF 70 $15.81 $1,106.70 4 Solid Sod (Bermuda) SY 95 $8.28 $786.60 5 4" Topsoil Placement SY 95 $7.00 $665.00 6 ADA Handicap Ramp SY 10 $55.20 $552.00 7 Cast -in -Place Detectable Warning Device (Truncated Domes) SF T27 $60.00 $1,620.00 TOTAL AMOUNT LOT E BID SCHEDULE 2: $ 13,898.75 TOTAL AMOUNT LOT E BID SCHEDULES I + 2: $ 94,979.75 LOT F BID SCHEDULE ITEM NO.. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL I Mobilization (Shall not exceed 5% of Total Bid) LS 1 $500.00 $500.00 2 Insurance and Bonding LS 1 $1,169.00 $1,169.00 3 Clearing, Grubbing, & Demolition LS 1 $3,220.00 $3,220.00 4 Asphalt Removal SY 800 $3.13 $2,504.00 5 Recompact Existing Base SY 800 $3.59 $2,872.00 6 *Undercut and Stone Backfill CY 20 $46.50 $930.00 7 HMAC Surface Course (PG64-22)(2") SY 800 $16.15 $12,920.00 8 Concrete Parking Curb (2') LF 250 $15.81 $3,952.50 9 4" Thick Concrete Pavement w/Class 7 Base (Handicap Parking Area) SY 35 $44.19 $1,546.45 10 Thick Concrete Pavement w/Class 7 Base (Sidewalk) SY 25 T;4-19 $1,104.74" 5 0400 -Bid Form 00400-6 DOCUMENT 0400 -BID FORM (continued) LOT F BID SCHEDULE Il 6" Thick Concrete Pavement w/Class 7 Base (Driveway) SY 20 $47.84 $956.80 12 *Aggregate Base Course (Class 7) TON 50 $25.92 $1,296.00 13 Concrete Curb and Gutter (Standard) (2.5') LF 40 $16.56 $662.40 14 Concrete Curb (Type Q LF 30 $15.81 $474.30 15 Pavement Markings ( 4" Painted Yellow) LF 525 $1.00 $525.00 16 Handicap Pavement Symbol (Painted). EA 1 $46.50 $46.50 17 2" Galvanized Meter Pole w/Foundation EA28 $67.00 $1,876.00 18 Motorcycle/Scooter Sign w/Support EA 2 $414.00 $828.00 19 Handicap Sign_w/Support EA 1 $368.00 $368.00 20 Erosion Control LS 1 $2,397.60 $2,397.60 TOTAL AMOUNT LOT F BID SCHEDULE; $ 40,149.50 *ITEM TO ONLY BE USED AT THE DIRECTION OF THE ENGINEER TOTAL AMOUNT LOT E SCH. 1+2 & LOT F: $ 135,129.25 0400 -Bid Form 00400-7 DOCUMENT 04MBID FORMIcontilfiiM) 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: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of Six thousand seven hundred fif#ysix dollars anii.for ty s'►.x certtsD:ollars ($ 6,756.46 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: 0400 -Bid Form 00400-8 DOCUMENT 0400 -BID FORM (continued) ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. 0366420520_ If Bidder is: An Individual Name (type or printed): By;,.. (SEAL) (Individual's Signature) Doing business as: Business address; Phone No: Fax No. Email Address:. A.P'atnershib Partnership Name :.-:. (SEAL) Bya: (Signature of general partner -attach evidence of authority to sign) Name (type or-priiietl); Business address: Phone Nos Fax No. Email Address's 0400 -Bid Form 00400-9 DOCUMENT 0400 -BID FORM.fc6atinued A Corporation or LLC Corporation Name z , 81 Construction. Group Inc . (SEAL) .. ........ . State of Incorporation: s -Corp Type (General Business, Professional, Service, Limited Liability): General -C ontrnntcar BY: dew (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Jeremy Wesson Title: _ President. (CORPORATE SEAL) Attest: -- '-. (Signature of Corporate Secretary) Business address: PO Box.844 Siloam Sprin.as.Arkansas 72761 - -- Phone No: 479.935-0381 .. Fax No. 479 524-6692 Email Address:_ 81construction@omail.com Tax ID Number (TIN) 82-1574608 DUNS # 100338145 Cage Code: END OF DOCUMENT 00400 0400 -Bid Form 00400-10 GRANITE RE, INC. Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we 81 Construction Group, Inc. as principal, hereinafter called the Principal, and Granite Re, Inc., 14001 Quailbrook Drive, Oklahoma City, OK 73134 a corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville as Obligee, hereinafter called the Obligee, in the sum of Five ....._ .. Percent of the Bid Amount, Dollars ($ 5°l ofBid Amount for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Project: Parking Lots E & F Rehab Project Bid 19-41 Bid Date: 10/31/2019 The conditions of this Bond are such that if the Obligee accepts the bid of the Principal within the time specified in the bid documents or within such time period as may be agreed to by the Obligee and Principal, and the Principal either (1) enters into a contract with the Obligee in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Obligee, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Obligee the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Obligee and Principal to extend the time in which the Obligee may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids, and the Obligee and Principal shall obtain the Surety's consent for an extension beyond sixty (60) days. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so famished, the intent is that this bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of October 2019 d 81 Construction Group, Inc. Witness Title (Seal) Granite Re_ Inc. r Attorney in .Fac Billy Eugene Bennett, Jr. al) GR0614-2 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: PAT A. GIRARD: BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L. LINDSEY its true and lawful Attorney -in -Facts) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and ail acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE. INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney: and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL: JACQUE L. LINDSEY may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 141h day of June, 2017. '►'s(t,Q 'yam' � �-L�"'w�� f"""-'-� Kenneth D. Whittin President STATE OF OKLAHOMA ) s E-:� 'i E on, SS:— COUNTY OF OKLAHOMA ) Kyi P. McDonald, Treasurer On this 14th day of June, 2017, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth 0. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. v� My Commission Expires: August 8, 2021 Commission #: 01013257 2j;��Aa 6,e . Nota Public GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this Mth day of __QCtQber__ , 20_1 —G'22✓ S E A L ,, �• Kyle P. McDonald, Secretary/Treasurer GR0800-1 PARKING LOT REHAB PROJECT PARKING LOTS E 8& F for the City of Fayetteville INDEX OF SHEETS sNEEr vo. oEscTarpN f ' `3vam,gA-. ' �' Eu _ 001 GUIERAI NOTESI IEGCNO aa ��Y3 - • - .. . Pt RAN. PAkA LOT E- N PLAN'. PMA'NG LOT 'I YW/, IMAehaA _; i Eo, FAOSpN00NiROlP .PAR¢ LOTE;' pp ARK.HWY.DIST.N0.4 FG2 EROSIONf ROLRAN. PARIONGLOTP -� .— •V/1AHppw Sl, t L- —^ L _ F 01 .2 RTE TA - OTL2 WE OEWTAULs OTL4 EMYSgN00NTROLOETµsLVnd—S, .l on. FRosancatraa UETAL$ L "il ':,i �t - �. B.I.D .SET ..._ -.wcs Lsl- " x r t4nat oAp.w4Paw«»+a,wPww+ x AN AS ' w E -.F. D. VICINITY MAP JUKnow whays below. . Call before you dig. Aft CITY OF FAYETTEVILLE ARKANSAS ENGINEERING DIVISION PHDNE: N19Ts2S4300 F. (In)515 == W, . t.— tuq Moct*W.rcnLrucnvaw taacau [uuAaaO•ncw�a cuuLoou.weu�o2w •,anm. Euirrtia'Frcau tNvi ¢r _ rwdwo uw. Wl' �FRAGuwwzx YidM.fE, tuu nrtt .t� xcov � wu ucwtL,IIt„tmnu.u,4w t�uta�,>•wwuo0t mmvtt-acw GENET— NOTES EROSION CONTROL NOTES: LEGEND LIVETYPES � SttAEOLS � r w� n � 'M V.+c: � • ,pro `�_: t�5rs xnf I �— as !� ix o Z O S N S LLwQ �� OHz x Ua¢ Zo W a W W 1 002 1 X ! LU 0 P / \ —j f SOA•: t'•p_--_ � /) // +PI.1�:G vT. /1 // /• /M^EANOCSPOSE / / \ \ �W DEAIOEDPOLE / COrlSiR11L'frrEw fi i I / RENUVEECOMIE OA MD NETEas rnvaEs ORhEvuY,APaw, / // / ROOtS. QtECpDIEAOEO BY // aENArrvE Roc. // ) { W 0 f 1 lliEAq.E T✓£O B110 TREE ARO URB FMESTERI / / ) I 6fOUN0A qNS \ FECON EAED BY 1 / RE .WALL 6 REIURN NETERS TV+WE B'NpR \ CONPtEIEIYRENOVE ALL fURMISR N,O W51All �! i Z PROP.;,ETERP01E.1 ORESIER) �\ ARK NAIM SLaK S0". IAPER(rn.1 } m i TOOWNER CaNCAETE CURB ;i/• \ STUMPS BENNOEREI. WAIL QJ 1 �\ _ I �' Aro BAoSkL Nw aACTED wsswAN REI \ 1 Q = C CLASS i BASE _ wN115EE 0Ei.LL) \', �W I t 1 j Oo TYPE'C -•- •1 • ! J V tr I {-•. _ - _ S 7 ._BEEOW EK GRIDS Q 1 PENouEAVMUT , 6. Ir / ! W°nBI�t1FMESIEPAVEWK R a /' / ..... r- lt 'I 401�RCIRE6 Wt�l[ffilf✓IGlT19.1111 \` -•- { \ . I // $COOIE9 PAPYJAB 1 ( NRMfNANO .• { ' -.•• \ rt�s�g�• ',."'�:. I _ =r, / f WiW NNtOIALL WSfALI i `RE-G4AOE t.ORtR . 11'��''' f AfrK NATNE 'IaE r 'OL CONCRETE PARI SPACES •'•�Y': YASBCaAYTTY RET. ( A/1OW400 I TORENAN r OT!Al�TOWARDS t,�(� :" CONSTRUCT IDA PAIOQ,D ww(SKEET.) � —CN BERING /"" SPACES S AISLE, CAN= BOC I / ECEED °'A 113%IYP.1M / - � 1 J I � ! 'i IF . ANY dRECIION, PAVENEM seelaeasawssr°ASEa 'ClA55A WNCRETE �. a / tCCURB. . /' ../ TYPE i t.'•7 (`•••• ,' _l. \' � I ItAEV D:G•"t _ �eElav EX GRADE. I I.AU. uLTSRUIBEKMOVEDArm .. ,1:'•\` I..-'�{`---- • ' / w Z SMIIADE SNKLBE CdIPACTEDBY 1 . { 1 CINR TO BE _ • r EXCAVATE STIaI M I/ J 1 / w TMII ER BEfOfiE NSiALLATgN \' T ` { I' `•..-�I•RWiANTERY.L• i f N // .• �. ! /; I Of NEWAypWUT(z SURFACE COURSE) 1 I' I I AC WAC TO %�✓-,_ / ANDC CUSSI V // - wQ �jOwQ : / {I UJ j 5 .f• Tf, -__- j—__.._ -/. _._ __._._.% ._ I 1 I Ili // . Z T / � / / -/'a' •• .r••% BEfOfE I RYRAB i " % ., ! ,•• / / i ' >S-ESIS GPAR�OVG SPACES I ' I / s:..-PDsi RENAe V/ Jul 29, 2019 f I IB•PROP.PXI1SPACES :. pRpp, ADA VANACCESSIBIE SPACE i % / ! �• �'� / / / / / I-vaoP. AOA ACCE556IE VACS i I! / / I ,.mDP.NDToacvaescoorERSPACE amrlmf- TOSEME�D "�TOR Am AmROVED By ENGLICER SIP-, ST. k94'Uk"EEL SED#AEMT CONTROL MEASURES AS DOM -M PIAN MAY -11M. TERE., AIMIO ORMETED =D G'�OTZ�.. =1 .1 =EWRwG SEMEW DONfROES J.1 �29. 201 EC -1 OXM ERCSM Eft OREW 'A W 11 11 SIP-, ST. k94'Uk"EEL SED#AEMT CONTROL MEASURES AS DOM -M PIAN MAY -11M. TERE., AIMIO ORMETED =D G'�OTZ�.. =1 .1 =EWRwG SEMEW DONfROES J.1 �29. 201 EC -1 u- 2 ow Zvi V :0 _ _ __ ___ _ _ \ _l J A"PROMBY l - I'd_I F 4 _- � - -___. '-__ -_ _--T -\.- �-__�• w:•�•rR+A.im�:w�Gni•:n�:+r�Lwr•:nr_I I '•\ \ / / \ WME tEL BIDSFT O"m Ld 0 BE ERED. O TO, OR DE ------ =TW�W"D USEVOR ROD—PRAVI —OTW 5;,n Ln a ; < IT o= 1 COVStRUCTg, W P" it < PMTML SED&V�Ot$ R KTtM 12IT MK� Mn COL"NDATKM 0 LAJ -Jul 29, 2019 EC -2 mm OSDIA EROSM LU O� _EEOWH 0 u- 2 ow Zvi V :0 _ _ __ ___ _ _ \ _l J A"PROMBY l - I'd_I F 4 _- � - -___. '-__ -_ _--T -\.- �-__�• w:•�•rR+A.im�:w�Gni•:n�:+r�Lwr•:nr_I I '•\ \ / / \ WME tEL BIDSFT Ld \1Ld 5;,n Ln a ; < IT o= 1 W P" it < LAJ -Jul 29, 2019 EC -2 .ce..n.nucar�x'D;rzw.. ,�oo+.tiro.x.rzew..sxw, I�R,now Bm:wr xcx ,xs�L�oro.rA„saLEa "` — ''=11 L= I1=111= SDB;BAOE� -i�l_ J w p Wd / soEcvlcnnoxs ~ Q J W x ,«wjxores eBurcuL*Du+..n. 7--j= cexxs,E;cussa,�px E ' ;we �Z > irvlu;xcE.Eu, coMEM«s,cesvx,a.ve reixsrm..+ w,Ealu a+.uL De LEE„aLoxEa:,w, L,x,xixET=,xEcao—Tl-or,xE Y a. ESE..n;x.,soD,�x�.ESLx„EMnaEDa.V..a. V a VSE;a;ssc,oix,s,uxEE;ED. —.1—io,rrt s rL --s-ALL wvE o-E,uL11. D eaa Irl— Tl HE '^�'VEnc,VaEas lru,aVc,axs. PAKKIIG CLUB . E DEW}�{OEiAR _ _ e cvN nrouxWs lxka%`a ttxxn. t5 iB a WpYt 1 L �l A T � 5.3 BW SET au nc[[cl.v. r.al ..Y`iy./ �B�EmursnEroxwa Z .1 T- vxEa. O rvPE a•wPa vIML cwLa; LLAQ �� A N .,x,Dlx,sF^,wr,i,o snuDDaD,oiM65xuL 1—IFT.T. )o FLLa Z� () i µnaw II—_=1''r �,�, ,xpMULCLEsx+,x,xEcwsLi (7n� ncM,zmnwre n..x«.Lc,uaeo rn x. «Eo,aMz. n.: rvEE«D..ccoa;x„ 0 BE VSED,o sE, a I�::'.IT --i F— WCL 1 ,xE..rvin.ciDBrxslxsixu<noxs_ c;aD.Sc«,s,axc,Ec Ju129. 2019 DTL- GMB S GU RDFAILS PaPo'BIG MEiEB P0.F V514LLAiID11 RESERVED PARKING VAN ACCESSIBLE iYPIUL 1Z"NIB —CAP PABI]NG SIGN PARKING FOR SCOOTERS AND MOTORCYCLES ONLY iYPlf l IZ•%IB'MO(OPCYGf/SCOORN p Mio vic ioiw� rxril r.wBw c�Pe� �pGVcv+wFrx ABB • -a 1.�- SEUMA.A srzBl-Bsx cxroecmc ck DR"AY DEIAIL (PANNNG Loi PI �.u[xvnB M[^rW[.'Ymam.._.vc [m[�c✓r�r'x O° O °0 IST o000 TRUNCATED DMIE SPACING TNDNCATED DWE SECTION OET[CIABLF wAPMxIIIG DtVF[tti.R Jul 29.2019 DTL-2 I .n IeArnusm Uj "A .0 tu I;K, z U. < m 0 z 2 0 NO W E—DN RLS MN DV DETAIL DMC�RGE MuRS �M— BID SET V) Y i or. CIE .................... Z I vm: Tk du Sm Jul 29.2019 STAR10.PRDDM.fOR —ul 1R RPLFDDVFRMAflO -F- —I x I TZ w .+cecn.n.na —u�J W 0 OW Ey J ... .. ... m .. s _ Z r-..��—:•.rte N a � Li Ow w 4 wexrc a, x.s.tiixe-a.ne. o-.,wwae rn.rr.vM Ju129.2019 � SAI lF�L['xrtxx'RE BFLri�IG rm City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 BUDGET &INFORMATION MGMT (133) 2019 Requestor: Kevin Springer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a resolution awarding Bid 19-41 and authorizing a contract with 81 Construction Group, Inc. in the amount of $135,129.00 for parking lot maintenance on Lot E and Lot F owned by Off -Street Parking Development District No. 1; to approve a project contingency in the amount of $33,783.00; and to approve a budget adjustment recognizing revenue from Off -Street Parking Development District No. 1 to fund this project. COUNCIL DATE: 12/3/2019 LEGISTAR FILE ID#: 2019-0743 Matthew Mad&oPp 11/14/2019 9:29 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: RESOLUTION/ORDINANCE GLDATE: I CHKD/POSTED: 12/3/2019 TOTAL Account Number 168,912 168,912 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20191113 Account Name 2130.430.9133-5819.00 168,912 - 19008 1 EX Parking Lot Improvements 2130.430.9133-4812.04 - 168,912 19008 1 RE Contribution - Off -Street Parking H:\Budget Adjustments\2019_Budget\City Council\12-03-2019\2019-0743 BA Off -Street Parking Improvements 1 of 1