HomeMy WebLinkAbout124-22 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 124-22
File Number: 2022-0376
BID #22-29 BENCHMARK CONSTRUCTION OF NWA, INC:
A RESOLUTION TO AWARD BID #22-29 AND AUTHORIZE A CONTRACT WITH
BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $2,995,576.53 FOR
THE CONSTRUCTION OF THE ARCHIBALD YELL BOULEVARD IMPROVEMENTS
PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $300,000.00,
AND TO APPROVE A BUDGET ADJUSTMENT - 2019 STREET IMPROVEMENT BOND
PROJECT
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 #22-29 and
authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount
of $2,995,576.53 for the construction of the Archibald Yell Boulevard Improvements Project, and
further approves a project contingency in the amount of $300,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
PASSED and APPROVED on 5/17/2022
Attest:
JV( _Cara Paxton, City Clerk Treasurer
Page 1
0
FAYETTE. '
i
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2022-0376
Agenda Date: 5/17/2022 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: C.2
BID #22-29 BENCHMARK CONSTRUCTION OF NWA, INC:
A RESOLUTION TO AWARD BID #22-29 AND AUTHORIZE A CONTRACT WITH BENCHMARK
CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $2,995,576.53 FOR THE
CONSTRUCTION OF THE ARCHIBALD YELL BOULEVARD IMPROVEMENTS PROJECT, TO
APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $300,000.00, AND TO APPROVE A
BUDGET ADJUSTMENT - 2019 STREET IMPROVEMENT BOND PROJECT
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 #22-29 and
authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of
$2,995,576.53 for the construction of the Archibald Yell Boulevard Improvements Project, and further
approves a project contingency in the amount of $300,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a
copy of which is attached to this Resolution.
City of Fayetteville, Arkansas Page 1 Printed on 511812022
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2022-0376
Legistar File ID
5/17/2022
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
4/21/2022 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of a contract in the amount of $2,995,576.53 with Benchmark Construction of NWA, Inc. for the
construction of the Archibald Yell Blvd. Improvements Project, approval of a project contingency of $300,000.00
(10%) and approval of a budget adjustment.
Budget Impact:
4602.860.7221-5809.00
5400.860.5700-5815.00
Streets Projects 2019 Bonds
Water and Sewer
Account Number Fund
46020.7221.1010 Hwy 71B Corridor - Archibald Yell Safety Impr
11011.2019.7221 Water/Sewer Relocates - 2019 Bonds - Archibald Yell
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$
1,522,651.00
$
1,301,336.47
221,314.53
$
3,295,576.53
$
3,295,578.00
$ 221,316.00
V20210527
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Approval Date:
Comments: Item cost includes construction contract in the amount of $2,995,576.53 plus contingency of $300,000.
—� CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MAY 17, 2022
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Casey, Engineering Design Manager
DATE: April 21, 2022
CITY COUNCIL MEMO
SUBJECT: Approval of a contract in the amount of $2,995,576.53 with Benchmark
Construction of NWA, Inc. for the construction of the Archibald Yell Blvd.
Improvements Project, approval of a project contingency of $300,000.00
(10%) and approval of a budget adjustment.
RECOMMENDATION:
Staff recommends approval of a contract in the amount of $2,995,576.53 with Benchmark
Construction of NWA, Inc. for the construction of the Archibald Yell Blvd. Improvements Project,
approval of a project contingency of $300,000.00 (10%) and approval of a budget adjustment.
BACKGROUND:
Archibald Yell Boulevard severs the historical downtown grid of streets south and east of the
downtown square, and the 4-lane high speed route is a barrier to pedestrians who want to move
from neighborhoods to the south and east to destinations around on and around the square and
entertainment district. This goal of this project is to reduce or eliminate these pedestrian
barriers and create a street that is safer for vulnerable users while still providing adequate
vehicular levels of service. Improvements will consist primarily of safety improvements to the
intersection with College Avenue/Rock Street with pedestrian & lighting improvements,
installation of a traffic signal at South Street, and pavement marking adjustments throughout the
corridor. This project was identified as a priority in the Fayetteville Mobility Plan. The City
Council approved a design contract with Garver, LLC in June of 2020 for this design.
DISCUSSION:
On April 5, 2022, the City received one (1) construction bid for this project. Benchmark
Construction of NWA, Inc. submitted the low bid of $2,995,576.53 for the total bid. Engineering
staff recommends awarding this contract to Benchmark Construction of NWA, Inc. The contract
time is 240 days (8 months) for substantial completion.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
The roadway and drainage improvements are funded by the 2019 Transportation Bond
Program. The water and sewer relocations in this project are funded by the Water and Sewer
Fund. The original allocation for this project was $700,000. The design and construction
management contract is $238,920.00. With this construction contract, it brings the current
project total to $2,917,631.32 for the Transportation Bond Program.
ACCOUNT
PROJECT
AMOUNT
4602.860.7221-5809.00
46020.7221.1010
$ 2,678,711.32
5400.860.5700-5815.00
11011.2019.7221
$ 316,865.21
Attachments:
Section 0500 Agreement
Bid Submittal
Budget Adjustment
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: ARCHIBALD YELL BLVD. IMPROVEMENTS
Contract No.: 22-29, Construction
THIS AGREEMENT is dated as of the ( —7 day of in the year 2022 by and
between The City of Fayetteville, Arkansas and
Contractor).
ARTICLE 1 - WORK
(hereinafter called
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
The construction of the Archibald Yell Boulevard Improvements project. Improvements consist of,
but are not limited to, Archibald Yell Boulevard striping and signage improvements from W.
Martin Luther King Jr. Blvd. to E. Rock St., intersection and signal improvements to the Archibald
Yell Blvd. and W. South St. intersection, and intersection realignment of and improvements to the
Archibald Yell Blvd., S. College Ave., and E. Rock St. intersection.
Any use of a third -party dumpster or roll off container shall be procured from the City of
Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off
container is not allowed.
Open burning is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued
permits shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements.
Refer to 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 270 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 290
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
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor and
the City Council in advance of the change in scope, cost or fees.
There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
00500 Agreement 00500-3
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT (continued)
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued)
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
I. 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: MISSOURI CREEK DRAINAGE IMPROVEMENTS
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 parry 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 — ACREEMENT (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 mo-j
Effective Date of the Agreement.
CONTRACTOR:
By'. Ste-ve_Smith
(Type or legibly print)
(Signature)
Title: -G Q
I 20.L4,which is the
CITY OF FAYETTEVILLE
By: Lioneld Jordan
/(Signature)
'Title: Mayor
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate
Resolution authorizing Contractor's signature and execution of Agreement.
Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy
of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of
00500 Agreement 00500- 10
DOCUMENT 00500 — AGREEMENT [continued]
State to document that the corporation, corporate entity or LLC is i n"ti.��ng
with the State of Arkansas and such entity is permitted to perform ®r M he State off nsas.
•. qR1i A��caP o�=`
(SEAL)
Attest Attest
00500 Agreement 00500 - 11
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
113 W. Mountain St.
Fayetteville, AR 72701
License No.
Agent for Service of process
(Type or legibly print)
Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor
is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Agent for Service process authority to sign.
(If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500 Agreement 00500- 12
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
BID 22-29, CONSTRUCTION - ARCHIBALD YELL REBID
DEADLINE: TUESDAY, APRIL 5, 2022 BEFORE 3:00 PM, LOCAL TIME
CERIFICATION OF FUNDS
Certified Funds $ 2,500,000.00
25% Additional Allowance Allowed Per State Law $ 625,000.00
Maximum Award Amount $ 3,125,000.00
SUMMARY OF A BID SCHEDULES
Benchmark Construction Company
(Benchmark Construction Company of NWA, Inc.)
BID SCHEDULE 1 - SCOPE OF WORK $ 2,995,576.53
BID SCHEDULE 2 - DEDUCTIVE ALTERNATE 1 $ 224,750.00
TOTAL BASE BID $ 2,995,576.53
Benchmark Construction Company (Benchmark
Construction Company of NWA, Inc.)
Line
Description
UOM
QTY jUnit
I Extended
1
Bid Schedule 1 - Scope of Work
EA
1
$2,995,576.53 $2,995,576.53
1.1
Insurance and Bonding
LS
1
$72,561.92
1.2
Roadway Construction Control
LS
1
$36,279.00
1.3
Trench and Excavation Systems
LS
1
$9,687.50
1.4
Clearing, Grubbing, and Demolition
LS
1
$371,560.00
1.5
Unclassified Excavation (Plan Quantity)
CY
1190
$27.03
1.6
Embankment (Plan Quantity)
CY
1880
$39.16
1.7
Select Embankment (Plan Quantity)
CY
677
$69.31
1.8
Undercut and Backfill
CY
600
$36.75
1.9
Rock Excavation
CY
10
$400.00
1.10
Subgrade Preparation (Plan Quantity)
SY
1786
$11.84
1.11
4" Topsoil Placement (Yard Areas)
SY
1990
$7.62
1.12
5'x4' Rectangular Curb Inlet
EA
1
$9,010.00
1.13
Concrete Channel Paving
SY
2
$355.00
1.14
6" Aggregate Base Course
SY
1786
$45.04
1.15
Asphalt Concrete Hot Mix Surface Course (PG 70-22)
TON
170
$487.88
1.16
Asphalt Concrete Hot Mix Binder Course (PG 64-22)
TON
314
$335.41
1.17
Concrete Curb and Gutter (Type A) (1'-6")
LF
1419
$73.60
1.18
Concrete Curb (Type A)
LF
259
$64.36
1.19
4" Thick Concrete Sidewalk
SY
539
$161.58
1.20
6" Thick Concrete Sidewalk
SY
114
$159.12
1.21
Concrete Driveway Aprons
SY
65
$326.24
1.22
Concrete Driveway
SY
154
$251.56
1.23
Solid Sod
SY
802
$6.24
1.24
Seeding
Acre
0.3
$9,896.04
1.25
Additional Watering
MG
22
$263.64
1.26
6" Pavement Marking (Thermoplastic)
LF
12703
$1.52
1.27
8" Pavement Marking (Thermoplastic)
LF
243
$3.47
1.28
12" Pavement Marking (Thermoplastic)
LF
137
$13.86
1.29
24" Pavement Marking (Thermoplastic) (White)
LF
708
$27.72
1.30
Yield Lines (Thermoplastic)
LF
12
$34.65
1.31
Pavement Symbols (Arrows - Thermoplastic)
EA
16
$485.10
1.32
Pavement Symbols (Words - Thermoplastic)
EA
7
$554.40
1.33
Standard Street Sign Installation
EA
32
$415.80
1.34
Custom Street Sign Installation
EA
2
$138.60
1.35
Erosion Control
LS
1
$14,364.43
1.36
Traffic Control and Maintenance
LS
1
$48,960.00
1.37
Mobilization
LS
1
$144,804.50
1.38
Cast -in -Place Detectable Warning Panel
SF
260
$117.44
1.39
Handicap Access Ramp
SY
90
$134.36
1.40
Project Sign
EA
2
$1,039.50
1.41
Cold Milling Pavement
SY
67
$248.09
1.42
ACHM Pavement Permanent Repair
SY
67
$388.08
1.43
4" Portland Cement Concrete Base
SY
92
$137.51
1.44
Concrete Island
SY
238
$199.59
1.45
Drop Inlet Adjusted to Grade
EA
1
$3,230.77
1.46
Rumble Strips
LF
1656
$34.65
1.47
Raised Pavement Markers
EA
364
$13.86
1.48
6" Thick Concrete Sidewalk with Integral Retaining Wall
SY
102
$540.99
1.49
6" Thick Handicap Access Ramp with Integral Retaining Wall
SY
25
$450.77
1.50
Cast -in -Place Concrete Retaining Wall
SF
25
$105.91
1.51
System Local Controller TS2-Type 2, E-Net (8 Phases)
EA
1
$36,225.00
1.52
Ethernet Switch, T100 Hardened (8-Port)
EA
1
$4,153.80
1.53
E-Net Cable (Exterior Cat 5e)
LF
70
$5.54
1.54
Local Radio (E-Net 5.8) with Antenna
EA
1
$5,405.50
1.55
Battery Backup System
EA
1
$13,181.30
1.56
Traffic Signal Head, LED, (3 Section, 1 Way)
EA
10
$1,351.25
1.57
Central Control Unit
EA
1
$7,798.15
1.58
Pole Mounted Assembly
EA
8
$2,875.00
1.59
Countdown Pedestrian Signal Head, LED
EA
8
$1,667.50
1.60
Traffic Signal Cable (5c/14 A.W.G.)
LF
1514
$2.59
1.61
Traffic Signal Cable (7c/14 A.W.G.)
LF
128
$3.16
1.62
Traffic Signal Cable (20c/14 A.W.G.)
LF
430
$4.60
1.63
Electrical Conductors -In -Conduit (1c/8 A.W.G., E.G.C.)
LF
481
$1.72
1.64
Electrical Conductors -In -Conduit (1c/12 A.W.G., E.G.C.)
LF
275
$0.86
1.65
Electrical Conductors -In -Conduit (2c/6 A.W.G.)
LF
37
$5.16
1.66
Electrical Conductors for Luminaires
LF
650
$2.30
1.67
Galvanized Steel Conduit (2")
LF
14
$34.50
1.68
Non -Metallic Conduit (2")
LF
37
$25.30
1.69
Non -Metallic Conduit (3")
LF
460
$46.00
1.70
Concrete Pull Box (Type 2)
EA
4
$862.50
1.71
Concrete Pull Box (Type 1 HD)
EA
1
$1,437.50
1.72
Concrete Pull Box (Type 2 HD)
EA
2
$1,437.50
1.73
Traffic Signal Mast Arm and Pole with Foundation (22')
EA
1
$31,470.90
1.74
Traffic Signal Mast Arm and Pole with Foundation (32')
EA
2
$33,018.80
1.75
Traffic Signal Mast Arm and Pole with Foundation (36')
EA
1
$34,517.25
1.76
LED Luminaire Assembly
EA
4
$1,007.40
1.77
Traffic Signal Pedestal Pole with Foundation
EA
2
$5,479.18
1.78
Service Point Assembly (2 Circuits)
EA
1
$4,025.00
1.79
18" Street Name Sign
EA
4
$977.50
1.80
Video Detector (CLR)
EA
7
$4,744.90
1.81
Video Cable
LF
901
$4.60
1.82
Video Monitor (CLR)
EA
1
$1,380.00
1.83
Edge Connect Card for Communications
EA
7
$6,844.80
1.84
Video Processor, Edge Card (1 Camera)
EA
1
$6,210.00
1.85
Vehicle Detector Rack (32 Channel)
EA
1
$4,916.25
1.86
2" Non -Metallic Conduit
LF
1000
$18.02
1.87
Composite Junction Box, Installed
EA
13
$284.13
1.88
Lighting Assembly Type A and Associated Hardware Installed
EA
12
$14,108.69
1.89
No. 10 AWG Copper Conductor, Installed in Light Pole
LF
600
$2.56
1.90
No. 6 AWG Copper Conductor, Installed in Conduit
LF
3150
$3.48
1.91
Water and Sewer Erosion Control
LS
1
$6,237.00
1.92
Water and Sewer Traffic Control
LS
1
$30,492.00
1.93
Water and Sewer Mobilization
LS
1
$10,395.00
1.94
Water and Sewer Trench Excavation Safety Systems
LS
1
$10,395.00
1.95
Water and Sewer Construction Staking and Record Drawing Data
LS
1
$11,781.00
1.96
Spot Dig and Verify Existing Utility Locations
LS
1
$10,400.00
1.97
Water and Sewer Material and Acceptance Testing
LS
1
$6,930.00
1.98
Flowable Fill for Abandoned Pipelines
LF
435
$16.52
1.99
8" PVC (SDR-26) Gravity Sewer
LF
450
$97.02
1.100
4' ID Manhole, 0' to 6' Depth
EA
5
$5,544.00
1.101
4' ID Manhole Additional Depth, Over 6'
VF
2
$920.00
1.102
Core Drill and Connect to Existing Manhole
EA
1
$1,730.00
1.103
Compacted Class 7 Aggregate Base Coarse for Backfill
CY
250
$92.08
1.104
Water and Sewer Undercut and Backfill
CY
50
$360.40
1.105
Water and Sewer Rock Excavation
CY
100
$325.00
1.106
8"X6" Tapping Sleeve and Fire Hydrant Assembly
EA
1
$18,360.00
1.107
Water Meter and Service Line Relocation
EA
2
$3,070.00
1.108
Adjust Valve Boxes and Meter Boxes to Finished Grade
LS
1
$1,530.00
1.109
Remove Fire Hydrant Assembly and Install 8" MJ Cap
EA
1
$9,210.00
1.110
Sewer Service Line Relocation
EA
6
$3,100.00
1.111
Water Service Tap
EA
3
$3,836.67
1.112
Sewer Service Tap
EA
3
$3,070.00
1.113
Thin Asphalt Overlay (4.75 mm) (PG64-22)
TON
775
$290.00
2
Bid Schedule 2 - Deductive Alternate 1
EA
1
-$224,750.00-$224,750.00
2.1
Thin Asphalt Overlay (4.75 mm) (PG64-22)
TON
775
-$290.00
Total
$2,770,826.53
Jonathan Smith
Jonathan Smith, Purchasing Agent
Digitally signed by Andrea
Andrea Foren Foren
Date: 2022.04.07 16:41:20
-05'00'
Digitally signed by Jonathan Smith
Date: 2022.04.06 13:28:00-05'00'
Date
Andrea Foren, Purchasing Manager Date
413JqC
More Than a Promise
5500 Euper Lane
PO Box 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca.com
Bid Bond
KNOW AT.1, MEN BY THFSF. PRRSFNTS. that we.
(Here insert full narne and address or legal title of Contractor)
Benchmark Construction of NWA, Inc.
333 West Poplar, Ste A
Fayetteville, AR 72703
as Principal, hereinafter called the Principal, and
(Hare in cart full rulmv unrl ndlyn'-s.s nr IPgal title of .SttrPty)
Westfield Insurance Company
P. O. Box 5001
Westfield Center, OH 44251-5001
a corporation duly organized under the laws of the State of Ohio
a3 Surety, hereinafter called the Surety, are held and firmly bound unto
(Here insert full name and address or legal title of Owner)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dullars ($ 5% ), fur the payment
of which sum welt and truly to be made, the said Principal and the said Surety, bind oucsolves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Archiball Yell Blvd. Improvements
(Here inserr full name, address and descriptfon of projecr)
NOW, THEREFORE, if the Obligee sbal) accept the bid of the Principal and the Principal shall enter into a Contract
with the Ohligee. in nannrdanrc with the terms of such bid, and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal
to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligce the difference riot to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with 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.
Signed and sealed this 5th day of April 2022
Benchmark Construction of NWA, Inc.
(Principal) (Seal)
(Title)
Westfield Insurance Com an
0C L, ' Surety)
� TirlP} {,CPrrll
Mary Ann Ju ce , Attorney-In-Facr-
AIA Document A31 OnA —1970. Copyright 0 1963 and 1970 by The American Insillute of Architects.
I HIS NUWEH UP Al IUHNtY SU1JtHCtU1:5 ANY NHtVIUUS PUWtK btAKINU I nw JAmt
POWER # AND ISSUED PRIOR TO 02125/21, FOR ANY PERSON OR PERSONS NAMED BELOW.
General POWER NO, 0320052 04
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know Air Man 6y These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinatler referred to Individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Chic, and having Its principal cf'Ire in Westfield Center, Medina Cct;nty, Ohlc, do by these
presents make, constitute and appoint
SCOTT R. CLARK, MARTY C. CLARK, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, MARY ANN JUSTICE, SCOTT
WHITTENBERG, LISA MCCLURE, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attorney (s)-i n-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - - - - - - - - - • - - - - - - - • - - - - - - - - - - - - - - - - - - - - - - - - . . . - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as hilly and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirmlrg all that the said Attorney(s)-In-Fact may do In
the premises- Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY;
Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attar ney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and in the name of and On behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seat of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' {Each adapted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 25th day of FEBRUARY A.D., 2021 .
�,,..11.IWIy„ N1111i i11..
Corporate gri h N WESTFIELD INSURANCE COMPANY
Seals 11t .... �!!� ', ,.= •t.'%1o..;!q3
p,. tie.• WESTFIELD NATIONAL INSURANCE COMPANY
Affixed I` .a.�� OHIO FARMERS INSURANCE COMPANY
49
1848
State of Ohio $yGary, W. tumper, Nationa Surety Leader and
County of Medina ss.; Senior Executive
On this 25th day of FEBRUARY A.D., 2021 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Hartford, CT; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which
executed the above Instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial NN11X1,
Seal PtAL!'
Affixedi 14r�
State of Ohio David A. Kotnik, Attorney at Law, Notary Public
=• 46 ` My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County of Medina ss.: y r*
TE OF Oda
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies' at Westfield Center, Ohio, this 5th day of
April A.U., 2622 .
{ E
5eciTtay
1848
+ '•• •�, = ' •= Frank A. Carrino, Secretary
BPOAC2 (combined) (06-02)
DOCUMENT 0400-BID FORM
Contract Name: ARCHIBALD YELL BLVD.IMPROVEMENTS
Bid Number: 22-29
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: Benchmark Construction
333 West Poplar St, Ste A
Fayetteville, AR 72703
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 0400-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:
A. Bidder has examined and carefully studied the Bid Documents, and the
following Addenda, receipt of all which is hereby acknowledged:
Number Date
#1 3-18-22
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 0400-BID FORM (continued)
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.
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 (continued)
Bidder has not sought by collusion to obtain for himself any advantage over
any other Bidder or over Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 — Subpart P — Excavations.
ARTICLE 4- BID PRICE
Bidders are required to provide pricing for all line items, including deductive
alternate items. Failure to provide deductive alternate pricing can result in
bid rejection.
The City intends to award this contract to the lowest qualified responsive
responsible bidder based on the total base bid as long as the base bid amount
falls within the amount of 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)
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
Dollars ($ 5% bid bond
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:
Benchmark Construction
Steve Smith
Email benchmarkconst@att.net
Phone No. 479-251-1316
Fax No. 479-251-1319
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. 0033500522
If Bidder is:
An Individual
Name (type or printed):
By: (SEA
(Individual's Signature)
Doing business as:
Business
Phone No: Fax No.
Email Address:
A Partnership
Partnership Name:
(SEAL)
By:
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):
Business
Phone N
Email Address:
N
0400-Bid Form 00400-9
DOCUMENT 040[1-BID FORM continued
A Co oration or LLC
Corporation Nairte : ��'+ � r k nb� ritC a d WA, SEAL)
State of incorporation:n
Type (General Business, Professional, Service, Limited Liability):
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):_ 51ephGn 43fVV;' b
Title: eco
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary)
Business address: 3 3 u) . ?a_plAr S $ -5u i +e A
Fagleffevi Ile, M2 72703
Phone No: *Iq - 25 I - 1: [o Fax No. -� 5 -131
Email Address: 5ertalnrno rk 0bri5tdj) Q.-Vt, n B�
Tax ID N►rmber (TK 1 - 0 4-17 3 2-
DUNS # i 1 - 66. - 42 5,q
Cage Code:
END OF DOCUMENT 00400
0400-Bid Form 00400-10
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT:
Contract Name: ARCHIBALD YELL BLVD. MPROVEMENTS
Bid #: 22-29
Date: April 5, 2022
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company Benchmark Construction
Name Steve Smith
Address 333 West Poplar St, Ste A
Principal Office Same
Corporation, partnership, individual, joint
venture, other Corporation
Arkansas State General Contractor's License Number
0033500522
(Type or legibly print)
EXPERIENCE STATEMENT
1. Bidder has been engaged as a General Contractor in construction for 45 years and
has performed work of the nature and magnitude of this Contract for 45 years.
Bidder has been in business under its present name for 16 years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet,
list project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion
date.)
00140-Bidder Qualifications 00140 — 1
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect
contact, amount of contract, surety, and date of completion and percentage of the cost
of the Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
5. Bidder normally performs the following work with his own forces:
Construction Admin, Supervision, Demolition, Dirtworks, Erosion Control, Agg Base
Concrete, Topsoil and Sod,
6. Construction experience of key individuals in the organization is as follows
(continued on attached sheets if needed):
See attached
7. 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:
See attached
8. Bidder's Workmen's Compensation Experience Modifier Factor is: .83
00140-Bidder Qualifications 00140 — 2
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED)
FINANCIAL STATEMENT
A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide
to the City of Fayetteville the following additional information:
Bidder possesses adequate financial resources as indicated by the following:
1. 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: NONE
Judgment Creditors Where Docketed and Date Amount
a.
Pei
00140-Bidder Qualifications 00140 — 3
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED)
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: April 5, 2022
Name of organization:
Benchmark Construction of NWA, Inc.
By Stephen Smith
(Type or legibly print)
By Stephen Smith
(Signature)
Title CEO
(Type or legibly print)
(OFFICIAL 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, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
END OF DOCUMENT 00140
00140-Bidder Qualifications 00140-4
AIA G703
Contractor's Qualification Statement
SUBMITTED TO: MR. SEAN SLAPE
SUBMITTED BY: STEPHEN SMITH, CEO
NAME: BENCHMARK CONSTRUCTION OF NWA, INC.
ADDRESS: 333 WEST POPLAR ST, STE 'A', FAYETTEVILLE, AR 72703
PRINCIPAL OFFICE: ABOVE
(XX) Corporation
NAME OF PROJECT: CRISIS BREWERY
§ 1. ORGANIZATION
§ 1.1 How many years has your organization been in business as a Contractor? 40 Years
§ 1.2 How many years has your organization been in business under its present business name? 14
years
§ 1.2.1 Under what other or former names has your organization operated? Marinoni
Construction Company, Inc.
§ 1.3 If your organization is a corporation, answer the following:
§ 1.3.1 Date of incorporation: June 1976
§ 1.3.2 State of incorporation: Arkansas
§ 1.3.3 President's name: Roger Ross
§ 1.3.4 Ceo name: Stephen Smith
§ 1.4 If your organization is a partnership, answer the following:
§ 1.4.1 Date of organization: Not Applicable
§ 1.4.2 Type of partnership (if applicable):
§ 1.5 If your organization is individually owned, answer the following:
§ 1.5.1 Date of organization: June 1976
§ 1.5.2 Name of Owners: Stephen Smith, Roger Ross
§ 1.6 If the form of your organization is other than those listed above, describe it and name the
principals: NA
§ 2. LICENSING
§ 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do
business, and indicate registration or license numbers, if applicable.
Jurisdictions: Arkansas. LICENSE NUMBER: 0033500522
Trade Categories: General Construction of Commercial, Industrial and
Institutional Projects with unlimited bidding capacity.
§ 2.2 List jurisdictions in which your organization's partnership or trade name is filed. Arkansas
Secretary of State
§ 3. EXPERIENCE
§ 3.1 List the categories of work that your organization normally performs with its own forces.
Site Work, Dirt Work, Concrete, Framing, Masonry, Supervision, Rough and Finish
Carpentry, Specialties
§3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details)
§ 3.2.1 Has your organization ever failed to complete any work awarded to it?: No
§ 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or
outstanding against your organization or its officers? No
§ 3.2.3 Has your organization filed any law suits or requested arbitration with regard to
construction contracts within the last five years? No
§ 3.3 Within the last five years, has any officer or principal of your organization ever been an officer
or principal of another organization when it failed to complete a construction contract? No
3.4 Projects Completed in the last 7 Years:
Northwest Arkansas Regional Airport —Rental Fleet Maintenance Facility and Car Wash
Dale Scarbrough, WDD Architects (479-442-6681)
City of Rogers Veteran's Park Concessions/Maintenance Buildings
Jim Swearingen Architect, Crafton Tull and Associates (479-636-4838)
City of Fayetteville Compost Facility
Lynn Hyke (479-466-7589)
Gravette Middle School Annex
David Swearingen, Crafton Tull and Associates Architect (479-636-4838)
University of Arkansas —Davis Hall Historical Renovation/Addition. LEED Certified.
Rob Sharp Architect (479-442-0229)
Lincoln Athletic Complex (Football field, field house, track, concession/restroom
building) Lewis Elliott Architects, Mary Ann Spears, Supt of Schools (479-824-7310)
City of Springdale —Shiloh Restroom/Basement Remodel
Don Mobley Architect (479-466-1746)
Highlands Oncology Cancer Treatement Facilities—Crafton Tull and Assoc Architects.
Wes Burgess Architect (479-878-2452) Kathey Parker, Owner (479-587-1700)
City of Fayetteville Water/Sewer Operation Improvements. Lynn Hyke
2
Starlight Skate Rink Renovation
Jim Key Architect (479-444-6066)
Black Hills Energy NWA Headquarters — Polk Stanley and Assoc, Craig Curzon
Architect (479-444-0473)
American Electric and Power/Swepco Office/Warehouse Addition
AFHJ Architects (Zed Johnson, Retired)
University of Arkansas—Brough Commons Dining Hall and Kitchen, Harrison French
Architects, Lance Weatherton, Architect (479-273-7780)
Univ of Arkansas NCREPT (Nat Center for Reliable Elect Transmission) Building
Modus Studios. Jason Wright
University of Arkansas Harmon Parking Garage Renovations —Polk Stanley and
Assoc,Craig Curzon Architect (479-444-0473). Jim Beatty Engineer.
Sequoyah Maison Condominiums —Rob Sharp Architect (442-0229)
Tyson Research Farm Broiler Houses/Operations Facility —Chris Hall
Bank of Fayetteville all Construction Needs
Jennifer Hardin, Vice -President (479-444-4444)
Harvey Dowell Concrete Bridge Renovations
McGoodwin Williams and Yates. Brad Hammond
Decatur School District FEMA Storm Shelter/Gymnasium—Jim Mayer Architect
(479-246-0055)
City of Fayetteville Transfer Station. LEED Certified —Brad Hammond at
Mcgoodwin, Williams and Yates
Ft Smith Airport Taxiway Paving —Brian Mauer, Engineer
Creekside Park and Bike Trail --Geoff Bates Engineer
Blowing Springs to Metfield Park Greenway Trail --Garver Engineers
Drake Field Taxiway B--Garver Engineers
§ 3.4.1 State total worth of work in progress and under contract:
Work in Progress: $6 million
Work under contract: Many projects are in negotiation and not under
contract terms at this time. A current 5 year Construction Program
with Black HIlls Energy.
§ 3.5.1 State average annual amount of construction work performed during the past five
years: $7 million
§ 3.6 List the construction experience and present commitments of the key individuals of your
3
organization.
Stephen Smith, owner, 34 years experience in commercial/industrial
construction
Roger Ross, owner, 31 years experience in commercial/industrial construction
Chuck Ketcher, Supt, 26 years experience in commercial/industrial construction
Rick Vasquez, Foreman, 25 years experience
Armando Vasquez, Foreman, 16 years experience
Roberto Sanchez, Foreman, 30 years experience
Thomas Sargent, Foreman, 25 years experience
The remaining personnel with an average of 12 years working in our company
consist of the rest of the construction team. All of our personnel carry skills to
self -perform projects that allow schedules and budgets to be met. Simply stated,
we are not a broker contractor.
Note: Our construction team, from the owners down to laborers, are 100
percent committed to satisfying each client. The ownership is not involved with
any outside investments (ie developing etc..) that would distract our
commitment to serving our clients!! The ownership also takes an active role in
the projects that we build. Project management/Supervision is handled by the
ownership, therefore a vested interest in client satisfaction is our objective.
§ 4. REFERENCES
§ 4.1 Trade References:
Brown Hiller Clark Insurance, Scott Clark, 452-4000
Tune Concrete 442-8251, Dennis Tune, 479-442-8251
Darragh Company, Ronnie McDaniel, 479-651-6800
Meeks Lumber Company, Tom Hamaker, 479-442-2351
Architects and Engineers: Have worked with all major firms in the NWA area over the last 33 years.
§ 4.2 Bank References:
Bank of Fayetteville (Bob King VP, MaryBeth Brooks President) 479-444-4444
§ 4.3 Surety:
§4.3.1 Name of bonding company: Westfield Insurance Company
§ 4.3.2 Name and address of agent:
M
Brown Hiller Clark
5500 Euper Lane
Ft Smith, Ar 72913
Scott Clark 479-452-4000
§ 6. SIGNATURE
§ 6.1 Dated at this 5th Day of April, 2022
Name of Organization: Benchmark Construction of NWA, Inc.
By: StiW2&2 L Stephen Smith
Title: CEO
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for:
ARCHIBALD YELL BLVD. IMPROVEMENTS
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name
and Address
Clearing/Demolition Benchmark Construction
Benchmark Construction
Tomlinson Asphalt
Benchmark Construction
Benchmark Construction
By Owner
SWPPP/Erosion Control
Asphalt
Concrete
Landscaping
Material Testing
Other (designate)
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bidder's Signature
END OF DOCUMENT 00430
Expected Percentage
or Value
12%
2%
00430-List of Subcontractors 00430-1
CITY OF
W;% FAYETTEVILLE
ARKANSA
Bid 22-29 Addendum 1
Benchmark Construction Company
Benchmark Construction Company of NWA,
Inc.
Supplier Response
Event Information
Number: Bid 22-29 Addendum 1
Title: Bid 22-29, Construction - Archibald Yell Rebid
Type: Invitation to Bid
Issue Date: 3/6/2022
Deadline: 4/5/2022 03.00 PM (CT)
Notes: The city of Fayetteville, Arkansas is accepting sealed bids from
properly licensed firms for Archibald Yell Boulevard improvements.
The work under this contract includes, but is not limited to, the
Archibald Yell Boulevard striping and signage improvements from W.
Martin Luther King Jr. Blvd to E. Rock St., intersection and signal
improvements to the Archibald Yell Blvd. and W. South St. intersection,
and intersection realignment of and improvements to the Archibald Yell
Blvd., S. College Ave., and E. Rock St. intersection. Questions should
be addressed to Jonathan Smith, Purchasing Agent,
at jonsmith@fayetteville-ar.gov.
Contact Information
Contact:
Jonathan Smith
Address:
Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Phone:
(479) 575-8220
Email:
jonsmith@fayetteville-ar.gov
Page 1 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
Benchmark Construction Company Information
Contact: Steve Smith
Address: 333 W. POPLAR ST., STE A
Fayetteville, AR 72703
Phone: (479) 251-1316
Email: benchmarkconst@att.net
Web Address: None
By submitting your response, you certify that you are authorized to represent and bind your company.
Steve Smith
Signature
Submitted at 4/5/2022 1:33:14 PM
Requested Attachments
benchmarkconst@att.net
Email
Bid 22-29, Required Signature Required Signature Forms and Bid Form with Addenda Acknowledgement. pdf
Forms
Please sign and attach the required bid signature forms. You can find these forms under attachments in the Project
Manual.
Bid 22-29, Bid Bond
Please attach a signed copy of your bid bond.
Bid Attributes
BID BOND ARCHIBALD YELL IMPROVEMENTS.pdf
1
Bid 22-29, Arkansas Contractor's License Number
Please provide your Arkansas Contractors License Number.
0033500522
2
Bid 22-29, Arkansas Secretary of State Filing Number
Please provide your Arkansas Secretary of State Filing Number.
5381670002
3
Bid 22-29, Company Point of Contact
Please provide us with a company phone number and email address.
Phone number: 479-251-1316 Email: benchmarkconst@att.net
4
Bid 22-29, Arkansas Code Annotated §25-1-503
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.
Agree and Certify
Bid Lines
11 Packaae Header
Page 2 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
Bid Schedule 1 - Scope of Work
Quantity: 1 UOM: EA
Package Items
Total:
$2,995,576.53
1.1 Insurance and Bonding
Quantity: 1 UOM: LS
Price: $72,561.92
Total: $72,561.92
1.2 Roadway Construction Control
Quantity: 1 UOM: LS
Price: $36,279.00
Total: $36,279.00
1.3 Trench and Excavation Systems
Quantity: 1 UOM: LS
Price: $9,687.50
Total: $9,687.50
1.4 Clearing, Grubbing, and Demolition
Quantity: 1 UOM: LS
Price: $371,560.00
Total: $371,560.00
1.5 Unclassified Excavation (Plan Quantity)
Quantity: 1190 UOM: CY
Price: $27.03
Total: $32,165.70
1.6 Embankment (Plan Quantity)
Quantity: 1880 UOM: CY
Price: $39.16
Total: $73,620.80
1.7 Select Embankment (Plan Quantity)
Quantity: 677 UOM: CY
Price: $69.31
Total: $46,922.87
1.8 Undercut and Backfill
Quantity: 600 UOM: CY
Price: $36.75
Total: $22,050.00
1.9 Rock Excavation
Quantity: 10 UOM: CY
Price: $400.00
Total: $4,000.00
1.10 Subgrade Preparation (Plan Quantity)
Quantity: 1786 UOM: SY
Price: $11.84
Total: $21,146.24
1.11 4" Topsoil Placement (Yard Areas)
Quantity: 1990 UOM: SY
Price: $7.62
Total: $15,163.80
1.12 5'x4' Rectangular Curb Inlet
Quantity: 1 UOM: EA
Price: $9,010.00
Total: $9,010.00
1.13 Concrete Channel Paving
Quantity: 2 UOM: SY
Price: $355.00
Total: $710.00
1.14 6" Aggregate Base Course
Quantity: 1786 UOM: SY
Price: $45.04
Total: $80,441.44
1.15 Asphalt Concrete Hot Mix Surface Course (PG 70-22)
Quantity: 170 UOM: TON
Price: $487.88
Total: $82,939.60
1.16 Asphalt Concrete Hot Mix Binder Course (PG
64-22)
Quantity: 314 UOM: TON
Price: $335.41
Total: $105,318.74
1.17 Concrete Curb and Gutter (Type A) (1'-6")
Quantity: 1419 UOM: LF
Price: $73.60
Total: $104,438.40
1.18 Concrete Curb (Type A)
Quantity: 259 UOM: LF
Price: $64.36
Total: $16,669.24
Page 3 of 9 pages Vendor: Benchmark Construction Company
Bid 22-29 Addendum 1
1.19 4" Thick Concrete Sidewalk
Quantity: 539 UOM: SY
1.20 6" Thick Concrete Sidewalk
Quantity: 114 UOM: SY
1.21 Concrete Driveway Aprons
Quantity: 65 UOM: SY
1.22 Concrete Driveway
Quantity: 154 UOM: SY
1.23 Solid Sod
Quantity: 802 UOM: SY
1.24 Seeding
Quantity: 0.3 UOM: Acre
1.25 Additional Watering
Quantity: 22 UOM: MG
1.26 6" Pavement Marking (Thermoplastic)
Quantity: 12703 UOM: LF
1.27 8" Pavement Marking (Thermoplastic)
Quantity: 243 UOM: LF
1.28 12" Pavement Marking (Thermoplastic)
Quantity: 137 UOM: LF
1.29 24" Pavement Marking (Thermoplastic) (White)
Quantity: 708 UOM: LF
1.30 Yield Lines (Thermoplastic)
Quantity: 12 UOM: LF
1.31 Pavement Symbols (Arrows - Thermoplastic)
Quantity: 16 UOM: EA
1.32 Pavement Symbols (Words - Thermoplastic)
Quantity: 7 UOM: EA
1.33 Standard Street Sign Installation
Quantity: 32 UOM: EA
1.34 Custom Street Sign Installation
Quantity: 2 UOM: EA
1.35 Erosion Control
Quantity: 1 UOM: LS
1.36 Traffic Control and Maintenance
Quantity: 1 UOM: LS
1.37 Mobilization
Quantity: 1 UOM: LS
Price: I Total: 1 $87,091.62
Price: I Total: 1 $18,139.68
Price: I Total: 1 $21,205.60
Price: I Total: 1 $38,740.24
Price: I Total: 1 $5,004.48
Price: 1 Total: 1 $2,968.81
Price: I Total: 1 $5,800.08
Price: I Total: 1 $19,308.56
Price: I Total: 1 $843.21
Price: I Total: 1 $1,898.82
Price: I Total: 1 $19,625.76
Price: I Total: 1 $415.80
Price: I Total: 1 $7,761.60
Price: I Total: 1 $3,880.80
Price: I Total: 1 $13,305.60
Price: I Total: 1 $277.20
Price: 1 $14,364.43
Price: 1 $48,960.00
Price: 1 $144,804.50
Total: 1 $14,364.43
Total: 1 $48,960.00
Total: 1 $144,804.50
Page 4 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
1.38 Cast -in -Place Detectable Warning Panel
Quantity: 260 UOM: SF
Price: $117.44
Total: $30,534.40
1.39 Handicap Access Ramp
Quantity: 90 UOM: SY
Price: $134.36
Total: $12,092.40
1.40 Project Sign
Quantity: 2 UOM: EA
Price: $1,039.50
Total: $2,079.00
1.41 Cold Milling Pavement
Quantity: 67 UOM: SY
Price: $248.09
Total: $16,622.03
1.42 ACHM Pavement Permanent Repair
Quantity: 67 UOM: SY
Price: $388.08
Total: $26,001.36
1.43 4" Portland Cement Concrete Base
Quantity: 92 UOM: SY
Price: $137.51
Total: $12,650.92
1.44 Concrete Island
Quantity: 238 UOM: SY
Price: $199.59
Total: $47,502.42
1.45 Drop Inlet Adjusted to Grade
Quantity: 1 UOM: EA
Price: $3,230.77
Total: $3,230.77
1.46 Rumble Strips
Quantity: 1656 UOM: LF
Price: $34.65
Total: $57,380.40
1.47 Raised Pavement Markers
Quantity: 364 UOM: EA
Price: $13.86
Total: $5,045.04
1.48 6" Thick Concrete Sidewalk with Integral Retaining
Wall
Quantity: 102 UOM: SY
Price: $540.99
Total: $55,180.98
1.49 6" Thick Handicap Access Ramp with Integral
Retaining Wall
Quantity: 25 UOM: SY
Price: $450.77
Total: $11,269.25
1.50 Cast -in -Place Concrete Retaining Wall
Quantity: 25 UOM: SF
Price: $105.91
Total: $2,647.75
1.51 System Local Controller TS2-Type 2, E-Net (8 Phases)
Quantity: 1 UOM: EA
Price: $36,225.00
Total: $36,225.00
1.52 Ethernet Switch, T100 Hardened (8-Port)
Quantity: 1 UOM: EA
Price: $4,153.80
Total: $4,153.80
1.53 E-Net Cable (Exterior Cat 5e)
Quantity: 70 UOM: LF
Price: $5.54
Total: $387.80
1.54 Local Radio (E-Net 5.8) with Antenna
Quantity: 1 UOM: EA
Price: $5,405.50
Total: $5,405.50
1.55 Battery Backup System
Quantity: 1 UOM: EA
Price: $13,181.30
Total: $13,181.30
1.56 Traffic Signal Head, LED, (3 Section, 1 Way)
Quantity: 10 UOM: EA
Price:
$1,351.25
Total:
$13,512.50
Page 5 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
1.57 Central Control Unit
Quantity: 1 UOM: EA
Price: $7,798.15
Total: $7,798.15
1.58 Pole Mounted Assembly
Quantity: 8 UOM: EA
Price: $2,875.00
Total: $23,000.00
1.59 Countdown Pedestrian Signal Head, LED
Quantity: 8 UOM: EA
Price: $1,667.50
Total: $13,340.00
1.60 Traffic Signal Cable (5c/14 A.W.G.)
Quantity: 1514 UOM: LF
Price: $2.59
Total: $3,921.26
1.61 Traffic Signal Cable (7c/14 A.W.G.)
Quantity: 128 UOM: LF
Price: $3.16
Total: $404.48
1.62 Traffic Signal Cable (20c/14 A.W.G.)
Quantity: 430 UOM: LF
Price: $4.60
Total: $1,978.00
1.63 Electrical Conductors -In -Conduit (1c/8 A.W.G., E.G.C.)
Quantity: 481 UOM: LF
Price: $1.72
Total: $827.32
1.64 Electrical Conductors -In -Conduit (1c/12 A.W.G.,
E.G.C.)
Quantity: 275 UOM: LF
Price: $0.86
Total: $236.50
1.65 Electrical Conductors -In -Conduit (2c/6 A.W.G.)
Quantity: 37 UOM: LF
Price: $5.16
Total: $190.92
1.66 Electrical Conductors for Luminaires
Quantity: 650 UOM: LF
Price: $2.30
Total: $1,495.00
1.67 Galvanized Steel Conduit (2")
Quantity: 14 UOM: LF
Price: $34.50
Total: $483.00
1.68 Non -Metallic Conduit (2")
Quantity: 37 UOM: LF
Price: $25.30
Total: $936.10
1.69 Non -Metallic Conduit (Y)
Quantity: 460 UOM: LF
Price: $46.00
Total: $21,160.00
1.70 Concrete Pull Box (Type 2)
Quantity: 4 UOM: EA
Price: $862.50
Total: $3,450.00
1.71 Concrete Pull Box (Type 1 HD)
Quantity: 1 UOM: EA
Price: $1,437.50
Total: $1,437.50
1.72 Concrete Pull Box (Type 2 HD)
Quantity: 2 UOM: EA
Price: $1,437.50
Total: $2,875.00
1.73 Traffic Signal Mast Arm and Pole with Foundation (22')
Quantity: 1 UOM: EA
Price: $31,470.90
Total: $31,470.90
1.74 Traffic Signal Mast Arm and Pole with Foundation (32')
Quantity: 2 UOM: EA
Price: $33,018.80
Total: $66,037.60
1.75 Traffic Signal Mast Arm and Pole with Foundation (36')
Quantity: 1 UOM: EA
Price: $34,517.25
Total: $34,517.25
Page 6 of 9 pages Vendor: Benchmark
Construction Company
Bid 22-29 Addendum 1
1.76 LED Luminaire Assembly
Quantity: 4 UOM: EA
Price: $1,007.40
Total: $4,029.60
1.77 Traffic Signal Pedestal Pole with Foundation
Quantity: 2 UOM: EA
Price: $5,479.18
Total: $10,958.36
1.78 Service Point Assembly (2 Circuits)
Quantity: 1 UOM: EA
Price: $4,025.00
Total: $4,025.00
1.79 18" Street Name Sign
Quantity: 4 UOM: EA
Price:
$977.50
Total:
$3,910.00
1.80 Video Detector (CLR)
Quantity: 7 UOM: EA
Price: $4,744.90
Total: $33,214.30
1.81 Video Cable
Quantity: 901 UOM: LF
Price: $4.60
Total: $4,144.60
1.82 Video Monitor (CLR)
Quantity: 1 UOM: EA
Price: $1,380.00
Total: $1,380.00
1.83 Edge Connect Card for Communications
Quantity: 7 UOM: EA
Price: $6,844.80
Total: $47,913.60
1.84 Video Processor, Edge Card (1 Camera)
Quantity: 1 UOM: EA
Price: $6,210.00
Total: $6,210.00
1.85 Vehicle Detector Rack (32 Channel)
Quantity: 1 UOM: EA
Price: $4,916.25
Total: $4,916.25
1.86 2" Non -Metallic Conduit
Quantity: 1000 UOM: LF
Price: $18.02
Total: $18,020.00
1.87 Composite Junction Box, Installed
Quantity: 13 UOM: EA
Price: $284.13
Total: $3,693.69
1.88 Lighting Assembly Type A and Associated Hardware Installed
Quantity: 12 UOM: EA
Price: $14,108.69
Total: $169,304.28
1.89 No. 10 AWG Copper Conductor, Installed in Light
Pole
Quantity: 600 UOM: LF
Price: $2.56
Total: $1,536.00
1.90 No. 6 AWG Copper Conductor, Installed in Conduit
Quantity: 3150 UOM: LF
Price: $3.48
Total: $10,962.00
1.91 Water and Sewer Erosion Control
Quantity: 1 UOM: LS
Price: $6,237.00
Total: $6,237.00
1.92 Water and Sewer Traffic Control
Quantity: 1 UOM: LS
Price: $30,492.00
Total: $30,492.00
1.93 Water and Sewer Mobilization
Quantity: 1 UOM: LS
Price: $10,395.00
Total: $10,395.00
1.94 Water and Sewer Trench Excavation Safety Systems
Quantity: 1 UOM: LS Price: $10,395.00 Total: $10,395.00
Page 7 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
1.95 Water and Sewer Construction Staking and Record Drawing Data
Quantity: 1 UOM: LS
Price: $11,781.00
Total: $11,781.00
1.96 Spot Dig and Verify Existing Utility Locations
Quantity: 1 UOM: LS
Price: $10,400.00
Total: $10,400.00
1.97 Water and Sewer Material and Acceptance Testing
Quantity: 1 UOM: LS
Price: $6,930.00
Total: $6,930.00
1.98 Flowable Fill for Abandoned Pipelines
Quantity: 435 UOM: LF
Price: $16.52
Total: $7,186.20
1.99 8" PVC (SDR-26) Gravity Sewer
Quantity: 450 UOM: LF
Price: $97.02
Total: $43,659.00
1.100 4' ID Manhole, 0' to 6' Depth
Quantity: 5 UOM: EA
Price: $5,544.00
Total: $27,720.00
1.101 4' ID Manhole Additional Depth, Over 6'
Quantity: 2 UOM: VF Price: $920.00 Total: $1,840.00
1.102 Core Drill and Connect to Existing Manhole
Quantity: 1 UOM: EA Price: $1,730.00 Total: $1,730.00
1.103 Compacted Class 7 Aggregate Base Coarse for Backfill
Quantity: 250 UOM: CY Price: $92.08 Total: $23,020.00
1.104 Water and Sewer Undercut and Backfill
Quantity: 50 UOM: CY
Price: $360.40
Total: $18,020.00
1.105 Water and Sewer Rock Excavation
Quantity: 100 UOM: CY
Price: $325.00
Total: $32,500.00
1.106 8"X6" Tapping Sleeve and Fire Hydrant Assembly
Quantity: 1 UOM: EA
Price: $18,360.00
Total: $18,360.00
1.107 Water Meter and Service Line Relocation
Quantity: 2 UOM: EA
Price: $3,070.00
Total: $6,140.00
1.108 Adjust Valve Boxes and Meter Boxes to Finished
Grade
Quantity: 1 UOM: LS
Price: $1,530.00
Total: $1,530.00
1.109 Remove Fire Hydrant Assembly and Install 8"
MJ Cap
Quantity: 1 UOM: EA
Price: $9,210.00
Total: $9,210.00
1.110 Sewer Service Line Relocation
Quantity: 6 UOM: EA
Price: $3,100.00
Total: $18,600.00
1.111 Water Service Tap
Quantity: 3 UOM: EA
Price: $3,836.67
Total: $11,510.01
1.112 Sewer Service Tap
Quantity: 3 UOM: EA
Price: $3,070.00
Total: $9,210.00
1.113 Thin Asphalt Overlay (4.75 mm) (PG64-22)
Quantity: 775 UOM: TON
Price:
$290.00
Total:
$224,750.00
Page 8 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
2 Package Header
Bid Schedule 2 - Deductive Alternate 1
Quantity: 1 UOM: EA
Package Items
2.1 Thin Asphalt Overlay (4.75 mm) (PG64-22)
Quantity: 775 UOM: TON
Total: $-224, 750.00
Price: I Total: 1 $-224,750.00
Response Total: $2,770,826.53
Page 9 of 9 pages Vendor: Benchmark Construction Company Bid 22-29 Addendum 1
LJLIIJJJLL� ���0 ❑o
F7°E:i°0nnF7�l
MAPLE ST. rr ui L
❑ ❑L w I FT ❑ LAFAYE�, STwC
El 1❑HO > o ❑❑❑
C)
DICKSON ST z []�
L ¢ Lul I E [ISPRING ST.
❑I[]
❑iIF oow u
CENTER ❑❑❑��'❑❑� /�
E \1,
UNTAIN� ST. ❑
❑ ❑❑❑❑❑ ROCK ST.
FT-
SOUTH❑D
ST.
❑per CGti
a ❑ ❑ PROJECT ��<<<c�
MLK BLVD ❑ ❑ ❑ SITE
�V
❑❑��� �(L
D J
ui
0
w
co > >
U'
m W N
❑ Z
15TH ST.
a o
15TH ST.
Zil
VI C I NI T Y MAP
ARCHIBALD YELL BLVD
I1M19:Z01VI21M1201�
2019 BOND PROGRAM
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2022
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of a contract in the amount of $2,995,576.53 with Benchmark Construction of NWA, Inc. for the construction
of the Archibald Yell Blvd. Improvements Project, approval of a project contingency of $300,000.00 (10%) and approval
of a budget adjustment.
RESOLUTION/ORDINANCE
COUNCIL DATE: 5/1 7/2022
LEGISTAR FILE ID#: 2022-0376
Hovy 3lack�
412112022 10:34 AM
Budget Director Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE: 5/17/2022
CHKD/POSTED:
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Proiect.Sub#
Project Sub.Detl AT
v.20220314
Account Name
4602.860.7221-5809.00
2,678,712 -
46020 7221.1010 EX
Improvements - Street
4602.860.7221-5911.99
4602.860.7999-5899.00
300,000 -
(2,978,712) -
46020 7221.1010 EX
46020 7999 EX
Contingency -Capital Project
Unallocated - Budget
5400.860.5700-5815.00
316,866 -
11011 2019.7221 EX
Improvements - Sewer
5400.720.5600-5808.00
(316,866) -
11011 1 EX
Improvements - Water Line
H:\Budget Adjustments\2022_Budget\CITY COUNCIL\05-17-22\2022-0376 BA Archibald Yell Benchmark Construction Contract 1 of 1
Benchmark Construction Change Order No. 1
City of Fayetteville Staff Review Form
2023-0022
Item ID ARCHIVED
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Matt Casey 1/3/2023 ENGINEERING(621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order 1 with Benchmark Construction for the Archibald Yell Blvd.
Improvements Project which will increase the contract amount by $9,402.00 and the contract time by 4 days.
4602.860.7221-5809.00
5400.860.5700-5815.00
Account Number
46020.7221.1010
11011.2019.7221
Project Number
Budgeted Rem? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Budget Impact:
Streets Projects 2019 Bonds
Water and Sewer
Fund
Hwy 71B Corridor -Archibald Yell Safety Impr
Water/Sewer Relocates - 2019 Bonds -Archibald Yell
Total Amended Budget
Expenses(Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 3,392,708.00
$ 3,070,429.17
$ 322,278.83
$ 9,402.00
$ 312,876.83
M221130
Purchase Order Number: 2022-424 Previous Ordinance or Resolution 4 124-22
Change Order Number:
Original Contract Number:
Comments:
1 Approval Date:
2022-27
01/10/2023
CITY OF
�' FAYETTEVILLE STAFF MEMO
ARKANSAS
TO:
Mayor Lioneld Jordan
THRU:
Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM:
Matt Casey, Engineering Design Manager
DATE:
January 3, 2023
SUBJECT: Approval of Change Order 1 with Benchmark Construction for the
Archibald Yell Blvd. Improvements Project
RECOMMENDATION:
Staff recommends approval of Change Order 1 with Benchmark Construction for the Archibald
Yell Blvd. Improvements Project which will increase the contract amount by $9,402.00 and the
contract time by 4 days.
BACKGROUND:
On May 17, 2022, the City Council approved a contract with Benchmark Construction of NWA,
Inc. for the construction of this project. Construction began in July of 2022 and is expected to
be complete by May 2023.
DISCUSSION:
After the start of construction for this project, the contractor discovered the retaining wall
elevations at 200 S. College were incorrect, causing the sidewalk to drain towards the wall
instead of the street. The wall forms that were already set to the plan elevations needed to be
increased to achieve positive slope toward the street. Also, in another location on the project, a
proposed curb inlet needed to be changed to a grated inlet because the existing pipe was in the
roadway instead of behind the curb. Staff also decided to add a new sewer tap for one of the
properties to avoid the potential for a future street cut when the property redevelops. The
contractor has provided a cost of $9,402.00 for this additional work.
BUDGETISTAFF IMPACT:
The City Council approved a construction contingency of $300,000 for this project, of which
$270,000 is allocated to the transportation portion of the project and $30,000.00 for the water
and sewer portion. This contingency will be used to cover the cost of this change order. The
transportation portion is $4,437.00 and the water and sewer portion is $4,965.00 leaving
$265,563.00 for transportation and $25,035.00 for water and sewer.
The roadway and drainage improvements are funded by the 2019 Transportation Bond
Program. The water and sewer relocations in this project are funded by the Water and Sewer
Fund. With this change order, it brings the current project total to $3,004,978.53.
Mailing Address:
113 W Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ACCOUNT
PROJECT
AMOUNT
4602.860.7221-5809.00
146020.7221.1010
$4,437.00
5400.860.5700-5815.00
1 11011.2019.7221
$ 4,965.00
Attachments:
Change Order 1
Vicinity Map
City of Fayetteville, Arkansas - Budget Adjustment Form
Budget Year I Division ENGINEERING (621) Adjustment Number
2023 /Org2
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of Change Order 1 with Benchmark Construction for the Archibald Yell Blvd. Improvements
Project which will increase the contract amount by $9,402.00 and the contract time by 4 days.
Division Head
Date
Department Director Date
Chief Financial Officer Date
REQUEST DATE: 1/3/2023
Budget Division Date
TYPE:
JOURNALM
GLDATE:
Chief of Staff
Date
CHKD/POSTED:
TOTAL
v.202313
Increase (Decrease)
Prolect.SubN
Amount Number
Expense Revenue
Project
Sub.Ded AT
Account Name
4602.860.7221-5911.99
(4,437) -
46020
7221.1010 EX
Contingency -Capital Project
4602.860.7221-5809.00
4,437 -
46020
7221.1010 EX
Improvements -Street
5400.860.5700-5911.99 (4,965) - 11011 2019.7221 EX Contingency -Capital Project
5400.860.5700-5815.00 4,965 - 11011 2019.7221 EX Improvements - Sewer
G:\Divs\Engineering\Engineenng Design Services\Pmlects\BOND PROGRAM\2019 Bond Program\Archibald Yell Safely
Improvements\Council and Committee Items\Change Order I\BA COI Benchmark Const Archibald Yell I of I
CHANGE ORDER
,�+'`` crtv of
A R K E E V I L L E
ARRContract Tide: Archibald Yell Boulevard Im
ANTS Pmvements
Change Order No. I Date of Issuance December 29, M22
To Cromer— Benchmark Constre6an OROINANCEIRE.WLUCON: 12422
The Contract is changed as follows: EBective
Bid
Bevies
Unit
Contract
RcvibW
Revised
Original
Revised
Contract
Item
Estimamd
of
Unit
Estltnamd
Unit
EmimetM
E,imated
Chen s
Descripaion
Quantity
Measure
price
Quantity
Pace
Cost
C.
M14
Raisee Av, Wall m2W $.
RuieColleReturning Ave.
0
$OW
1
$2.0BO.W
$2.11W,00
Ommd lnkl Instllation
0
IS
slip
1
$2A3].W
$2,437M
2W S. Code, 4"Sewer sere.
0
LS
$0.00
1
$4,%5W
$4.9b500
timnmation of CneI - 10,40200
Net Crest for lhle Change Cadge $9A02.00
Net charge by previously aulhonaed change orders $
The Convect Price prior to this Change Omer was $ 29953y6.53
The Contrazt Price will be adjusted by $ 9i0200
The new Cntmct Pnce including Nis Change Order will be $ 3A%A.'m.0
The Conan Tigi will be increased by 4 caletWardan
Required darn of Completion sa of the date ofthis Change Order therefore are:
Subdmtdal Completion SApr2M
Farml Completion $-May-2I
NOTE'. This rumnury don rot rtlkct Blades in dw Contract Prce or Timels) which line been authoncd by Woh Charge Oumdeesmiwmparnetl
in tbia or pevnus Chgge OMert,
BENCHMARK CONSTRUCTION C OF FA Y
By S 12-29-22 a ovlo/2023
BY DAIS Bt DATE
Benchmark Construction Change
Order 2 (Archibald Yell Blvd)
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
LV Ld-VV.JV
Item ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
5/17/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of Change Order 2 with Benchmark Construction for the Archibald Yell Blvd. Improvements Project
Budget Impact:
4602.860.7221-5809.00
Streets Projects 2019 Bonds
Account Number
Fund
46020.7221.1010
Hwy 71B Corridor - Archibald Yell Safety Impr
Project Number
Project Title
Budgeted Item? Yes
Total Amended Budget
$ 1,878,583.00
Expenses (Actual+Encum)
$ 1,611,715.78
Available Budget
$ 266,867.22
Does item have a direct cost? Yes
Item Cost
$ 3,600.00
Is a Budget Adjustment attached? No
Budget Adjustment
$ -
Remaining Budget
$ 263,267.22
V20221130
Purchase Order Number: 2022-424
Previous Ordinance or Resolution # 124-22
Change Order Number: 1
Approval Date:
05/18/2023
Original Contract Number: 2022-27
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Casey, Engineering Design Manager
DATE: January 3, 2023
STAFF MEMO
SUBJECT: Approval of Change Order 2 with Benchmark Construction for the
Archibald Yell Blvd. Improvements Project
RECOMMENDATION:
Staff recommends approval of Change Order 2 with Benchmark Construction for the Archibald
Yell Blvd. Improvements Project which will increase the contract amount by $3,600.00 and the
contract time by 12 days.
BACKGROUND:
On May 17, 2022, the City Council approved a contract with Benchmark Construction of NWA,
Inc. for the construction of this project. Construction began in July of 2022 and is expected to
be complete by May 2023.
DISCUSSION:
After the start of construction for this project, the contractor discovered that an existing retaining
wall that was in poor condition would not survive the construction of the new wall and sidewalk
adjacent to it. During construction, a portion of the wall fell. Staff worked with the contractor to
develop a solution to the problem. The fallen portion of the wall will be removed and the yard
adjacent to it will be sloped back. At the top of the slope, a small berm will be added that will
direct runoff towards the street instead of into the yard of the adjacent property. The contractor
has submitted a cost of $3,600.00 for this additional work.
BUDGET/STAFF IMPACT:
The City Council approved a construction contingency of $300,000 for this project, of which
$270,000 is allocated to the transportation portion of the project and $30,000.00 for the water
and sewer portion. This contingency will be used to cover the cost of this change order. The
$3,600 cost will come from the Transportation portion of this contingency leaving $261,963.00
for transportation and $25,035.00 for water and sewer.
The roadway and drainage improvements are funded by the 2019 Transportation Bond
Program. The water and sewer relocations in this project are funded by the Water and Sewer
Fund. With this change order, it brings the current project total to $3,008,578.53.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ACCOUNT
PROJECT
AMOUNT
4602.860.7221-5809.00
46020.7221.1010
$ 3,600.00
Attachments:
Change Order 2
CHANGE ORDER
�
t"E t°r� iV9LiE
APX � «t q yl S AS Contract Title: Archibald Yell Boulevard Improvements
Change Order No 2 Date of Issuance May 4, 2023
To Contractor: Benchmark Construction ORDINANCE/RESOLUTION: [24--22
uie Contract is changed as follows:
Effective May 4,2023
Bidrm.
Bid
Previous
Unit
Contract
Revised
Revised
Original
Revised
Contract
item➢cm
Estimated
of
Unit
F_slimatcd
Unit
Estimated
Estimated
Chanecs
Noescription
Quantity
Mcasure
Price
Quantity
Price
Cost
Cost
l :7
ruction with
all Demo (222 S
.)
0
$0.00
I
$3,6011-00
j:r 611f100
Summation of Cost
$3,600.00
Net Cost for this Uhanue Order
$3,6011.110
Nol wild until Mitow l by the Ovtner
T.% cnetr• l C ✓nt.ALI I'r:rc Wdc
Net change by previously authorized change orders
$
9.402.00
The Contract Price prior to this Change Order was
$
3,004,978.53
The Contract Price will be adjusted by
$
3.600.00
The new Contract Price including this Change Order will be
$
3,008,578.53
The Contract Time(s) will be increased by
12-
calendar days
Required dales of Completion as of the date of this Change Order therefore are:
Substantial Completion
17-Apr-23
Final Completion
•------____-----�_---_�—.._--"----------------------------
17-May-23
NOTE: This summary does not reflect changes in (he Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated
in this or previous Change Orders
BENCHMARK CONSTRUCTION 11Cl•Y I� 'AYEi,rEVI I-
9-/1- 7t ,-%-� 05/18/2023
BY DATE WrYO,
DATE
ioneld Jordan
Benchmark Construction Change Order No. 3
City of Fayetteville Staff Review Form
2023-0811
Item ID
ARCHIVED
N/A
City Council Meeting Date -Agenda Item Only
N/A for Nan -Agenda Item
Matt Casey 7/25/2023 ENGINEERING(621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Budget Impact:
4602.860.7221-5809.00 Streets Projects 2019 Bonds
Account Number Fund
46020.7221.1010 Hwy 71B Corridor - Archibald Yell Safety Impr
Project Number
Budgeted Item? Yes Total Amended Budget
Expenses(Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? No Budget Adjustment
Remaining Budget
Project Title
$ 1,894,563.00
$ 1,625,440.70
$ 269,122.30
$ 264,217.41
$ 4,904.89
V20221130
Purchase Order Number: 2022-424 Previous Ordinance or Resolution g 124-22
Change Order Number:
Original Contract: Number:
Comments:
3 Approval Date:
2022-27
08/03/2023
CITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
TO:
Mayor Lioneld Jordan
THRU:
Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM:
Matt Casey, Engineering Design Manager
DATE:
July 25, 2023
STAFF MEMO
SUBJECT: Approval of Change Order 3 with Benchmark Construction for the
Archibald Yell Blvd. Improvements Project
Staff recommends approval of Change Order 3 with Benchmark Construction for the Archibald
Yell Blvd. Improvements Project which will increase the contract amount by $264,217.41 and
the contract time by 2 days.
BACKGROUND:
On May 17, 2022, the City Council approved a contract with Benchmark Construction of NWA,
Inc. for the construction of this project. Construction began in July of 2022 and is currently
substantially complete.
DISCUSSION:
After the bid was awarded to Benchmark Construction, their asphalt sub -contractor proposed a
reduction in the unit cost price of asphalt overlay if we would consider a 1.5" overlay instead of a
thinner %" overlay of Archibald Yell from MLK Blvd. to Rock Street. Staff evaluated the
condition of the existing asphalt and the cost of this proposal. It was determined that this
change would be a good benefit to the City. The contractor was authorized to proceed with this
change.
BUDGETISTAFF IMPACT:
The City Council approved a construction contingency of $300,000 for this project. This
contingency will be used to cover the cost of this change order. There is currently $286,998.00
remaining of this contingency. After this change order, there will be $22,780.59 remaining in
contingency.
The roadway and drainage improvements are funded by the 2019 Transportation Bond
Program. The water and sewer relocations in this project are funded by the Water and Sewer
Fund. With this change order, it brings the current project total to $3,272,795.94.
ACCOUNT
PROJECT
AMOUNT
4602.860.7221-5809.00
146020.7221.1010
$ 264,217,41
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville. AR 72701
CITY OF CHANGE ORDER
FAYETTE
ARKANMtvfL`E Contmd Title. Archibald Yell Boulevard Improvements
Change Order No. 3 Date of Issuance July 3. 2023
To Cnnhactoc Berchmark ConstmcllOn OROINANCF/RFSOLLTI0V:134—
The Conlrect Is changed as follows'. EfI live May 12, 2022
Bid
Bid
Previous
Unit
Contract
Revised
Revised
Original
Revised
Contreet
Item
Item
Emigatcd
of
Unit
Eminaled
Unit
E,t,.ted
Estinmted
Clwnges
No.
DxscriPtion
Condor,
Measure
Price
Quantity
Price
Cost
Cost
Asp at .-crate d a
IS
Surface Course
170
Ton
M87 88
160
S480.88
82,93960
$7694080
(125.XPG20.22)
Tin Asp I0verlay
U3
(4 75.) (PG64 2'_)
225
Ton
S29000
1636
$28300
224,75000
$46;98800
119
Additional I raffic Control
0
ITS
0
1
5050
S5,050W
Additional Labor Is man crew
120
a$29,hr)
0
LS
0
1
3315
-
53,315.W
121
Overtime Fay for Crew
0
LS
0
1
1In,
51,865 W
122
Supervision
0
LS
0
1
2049
$2,049 W
123
Gcncml Conditions
0
LS
0
1
29W
$2,900.00
124
Temporary Sniping de Mrials
0
LS
0
1
495
U95 W
Overhead and Rolil(159roo
121
Item s "I floough 1241
0
LS
O
I
$2,351.10
-
$2,351.10
Bons and Insurance For
126
Increase In Contract
0
LS
0
1
$13,953.11
-
$13,953.11
$ommotion of Cast 307,61Y60 E521,9%.01
NH Cost for this Change Order $261.217.41
ongnm'rignaet tinge was
a
na�raas
Net change by previously amhmiaed change orders _ —
_ E
13.002.00
_..__....__.._..._...._.._......_._....._._...._....
The Contract Price prior o this Change Order was
E
3,0*8578.E3
The Contract Price will be adjusted by -_ - � -...._....
E
26 17.41
The new Contract Price including this CFangeONer will be --_------
_.._—..._...._
E
3,2);195.94
.................--
The Contract Tl y
b 2
'mdslw1116eiin
calendar clans
Required dates ofCompletion ss 0fthe date of Iris CM1ange Order thmel'ore me:
Ohr
Substedial Completion
19-AprBJ
Final Completion
19-Ma'23
NOTE. This wmmary Ices not reflect changes in he C., Pnu or Tisgsl which love been iich.nuoq�y Woh Class, OUee6ree nd ow.rougard
in fiis m pmious Change (Ad —
BENCHMARK CONSTRUCTION
5t '5'Np� July 24, 2023
By DATE