Loading...
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