Loading...
HomeMy WebLinkAbout98-07 RESOLUTIONRESOLUTION NO, 98-07 A RESOLUTION AWARDING BID # 07-42 AND APPROVING A CONTRACT WITH MIDLAND CONSTRUCTION, INC. IN THE AMOUNT OF $117,332.00 FOR THE CONSTRUCTION OF THE GULLEY PARK BIOSWALE AND PARKING LOT PROJECT; APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $11,733.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $69,243.00 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 # 07-42 and approves a Contract with Midland Construction, Inc. in the amount of $117,332.00 for the construction of the Gulley Park Bioswale and Parking Lot Project. A copy of the Contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 10% project contingency in the amount of $11,733.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereb� approves a budget adjustment in the amount of $69,243.00. . `ARK' R ''%,, \ S e c���;••G\SY Oc •Gp�A? PASSED and APPROVED this 5w day of June, 2007. :FAYETTEVILLE• ATTEST: :9s •RKANS •'J y`v0'Ji'`oN1�0'�. SONDRA E. SMITH, City Clerk/Treasurer Section 00 52 13 Agreement BETWEEN CITY OF FAYETTEVELLE AND CONTRACTOR THIS AGREEMENT is dated as of the%day of June, in the year 2007 by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Midland Construction, Inc. (herein after called CONTRACTOR). CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: 'Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of the construction of site preparation, bicycle racks, bioswales including trees, shrubs and associated drainage structures for Gulley Park Improvements Re -bid; and all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by Mark Boyer, RLA University of Arkansas and City of Fayetteville Parks and Recreation Division 1455 South Happy Hollow Road Fayetteville, Arkansas 72701 Will be hereinafter called PARKS AND RECREATION DIVISION PROJECT MANAGER an who is to act as. CITY OF FAYETTEVILLE'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1 The Work for Gulley Park Improvements Construction shall be substantially completed within 60 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.13 & C of the General Conditions within 75 consecutive calendar days after the date when the Contract Time commences to run. 3.2 Liquidated Damages. CITY OF FAYETTEVILLE and CONTRACTOR recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by CITY OF FAYETEVILLE if the Work is not City of Fayetteville Page 00 52 13-1 5/17/2007 completed on time. Accordingly, instead of requiring any such proof, CITY OF FAYETTEVILLE and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3.1 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 3.1 for completion and readiness for final payment or any proper extension thereof granted by CITY OF FAYETTEVILLE, CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4, CONTRACT PRICE. CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents and amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1 For all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. City of Fayetteville Page 00 52 13-2 5/17/2007 I ITEM NUMBER 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 `DESCRIPTION PAYMENT ITEMS Midland UNIT EST. QTY. UNIT $ COST Mobilization 1 L.S. 1.00 $4,000.00 $4,000.00 Bonds and Insurances L.S. 1.00 $1,600.00 $19600.00 Temporary Silt Fence 6 L. F. 400.00 $4.50 $1,800.00 Construction Staking L.S. 1.00 $2,000.00 $29000.00 Site Preparation 10 L.S. 1.00 $22,000.00 $22,000.00 Demolition -asphalt trail 2 L.S. 1.00 $9,500.00 $9,500.00 Wheel Stops -recycled rubber (6 )(9) EA. 30.00 $67.00 $2,010.00 PVC sleeves -4" L. F. 256.00 $6.00 $19536.00 Asphalt Paving -2" thick S.Y. 160.00 $31.00 $49960.00 S132 Gravel Base C.Y. 425.00 $32.00 $13,600.00 Seed and Straw (4 )(8) AC 0.40 $43500.00 $13800.00 Stone - Boulders ton 15.00 $319.00 $4,785.00 Stone - River Rock 3" depth C.Y. 7.00 $90.00 $630.00 Ledge stone size 10'x 2'x 6" - check dams EA. 14.00 $600.00 $85400.00 Ledge stone size 11.25'x 2.5'x 6" - check dams EA. 4.00 $610.00 $25440.00 Ledge stone size -8.5'x 1.75'x 6" check dams EA. 2.00 $470.00 $940.00 Sign Installation EA. 2.00 $110.00 $220.00 Storm Drains stem - 6 L.S. 1.00 $10,000.00 $10,000.00 Parking Lot Striping L.S. 1.00 $350.00 $350.00 Bike Racks 6 9 EA. 2'00 $800.00 $1,600.00 Inkberr Holl - Ilex glabra - #3 EA. 6.00 $47.00 $282.00 S icebush - Cal canthus floridus - #3 EA. 6.00 $47.00 $282.00 Snowhill Hydrangea - Hydrangea arborescens 16.00 'snowhill' - #3 EA. $47.00 $752.00 Sweet Bay Magnolia - Magnolia vir iniana - #5 EA. 7.00 $68.00 $476.00 American Hornbeam - Carpinus cardiniana - #5 EA. 1.00 $68.00 $68.00 Paw Paw - Asimina triloba - #3 EA. 6.00 $47.00 $282.00 Sassafrass - Sassafrass albidum - #3 EA. 4.00 $47.00 $188.00 Hydrangea - Hydrangea macrophylla'lanarth 14.00 white'- #3 EA. $47.00 $658.00 Vanhoutte S rirea - S irea x vanhouttei #3 EA. 4.00 $47.00 $188.00 Dwarf Fountain Grass -Pennisetum alopecuroides 147.00 'Hameln' EA. $2.70 $396.90 Leather Leaf Sedge - Carex buchananii EA. 294.00 $2.70 $793.80 Orange New Zealand Sedge - Carex testacea EA. 707.00 $2.70 $13908.90 Horsetail Rush - E uisetum h emale EA, 653.00 $2.70 $1,763.10 City of Fayetteville Page 00 52 13-3 511712007 34 Spurge - Eu horbia m rsinites EA. 410.00 $2.70 $15107.00 35 Gazania- Gazania'colorado old' EA. 401.00 $2.70 $1,082.70 36 St. John's Wort - Hypericum patulurn EA. 29.00 $17.00 $493.00 37 Winter Jasmine -Jasmine nudiflorum #3 EA. 3.00 $47.00 $141.00 38 Yellow Flag Iris - Iris suedcorus'sun cascade' EA. 72.00 $10.00 $720.00 39 Blue Chip Juniper - Juniperous horizontalis 61.00 Wiltoni'Blue Chip' EA. $17.00 $1,037.00 40 Marlberr - Ardisia escallonioides EA. 553.00 $2,30 $1,271.90 41 Dwarf Mondo Grass - O hio 0 on japonicus EA. 1392.00 $2.30 $3,201.60 42 Balloon Flower - Platycodon grandiflorum 83.00 'Mareisii' EA. $2.70 $224.10 43 AnthonyWaterer S irea # 3 EA. 3.00 $47.00 $141.00 44 Wild Oats EA. 55.00 $2.70 $148.50 45 Compost (6 )(9) ton 22.00 $38.00 $836.00 46 Topsoil (6 )(9) ton 22.00 $38.00 $836.00 47 Course Sand (6 )(9) ton 33.00 $40.00 $1,320.00 48 Mulch (6 )(9) bas 427.00 $6.00 $29562.00 TOTAL $117,331.50 As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by PARKS AND RECREATION DIVISION PROJECT MANAGER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.13 of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by PARKS AND RECREATION DIVISION PRPOJECT MANAGER as provide in the General Conditions. 5.1 Progress Payments. 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 PARKS AND RECREATION DIVISION PROJECT MANAGER, on or about the 151 day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02. All such payments will be measured by the schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as PARKS AND RECREATION DIVISION PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.13.5 & 14.02.D of the General Conditions. City of Fayetteville Page 00 52 13-4 5/17/2007 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the PARKS AND RECREATION DIVISION PROJECT MANAGER, and if the character and progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER, CITY OF FAYETTEVILLE, on recommendation of PARKS AND RECREATION DIVISION PROJECT MANAGER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.B.5 & 14.02.D of the General, Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as PARKS AND RECREATION DIVISION PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.13 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by PARKS AND RECREATION DIVISION PROJECT MANAGER as provided in said paragraphs 14.07.13 & C. Article 6, CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement CONTRACTOR makes the following representations: 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including technical data. 6.2 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. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws ad Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface City of Fayetteville Page 00 52 13-5 5/17/2007 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 which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions. CONTRACTOR acknowledges that such reports and drawing are not Contract Documents and may not be complete for CONTRACTOR'S purposes. CONTRACTOR acknowledges that CITY OF FAYETTEVILLE AND PARKS AND RECREATION DIVISION PROJECT MANAGER 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. CONTRACTOR has obtained and carefully studied (or assumes responsibility for 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contact Documents. 6.5 CONTRACTOR is aware of the general nature of work to be performed by CITY OF FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 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, exploration, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given PARKS AND RECREATION DIVISION PROJECT MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Document and the written resolution thereof by PARKS AND RECREATION DIVISION PROJECT MANAGER is acceptable to CONTRACTOR and 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 The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE AND CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages 1-9, inclusive). City of Fayetteville Page 00 52 13-6 5/1712007 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). 7.3 Certificates of Insurance, (Exhibit C). 7.4 Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive). 7.6 Supplementary Conditions (pages 1 to13, inclusive). 7.7 Specifications consisting of Divisions 1 through 32 as listed in table of contents thereof. 7.8 Addenda numbers 1-4, inclusive. 7.9 One set of drawings (not attached hereto) consisting of: a cover sheet and additional sheets numbered two through nine with each sheet bearing the following general title: Gulley Park Improvements Re -Bid. 7.10 The following which maybe delivered or issued after the Effective Date of the agreement and are not attached hereto: 7.10.1 Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8, MISCELLANEOUS. 8.1 Terms used in the agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 CITY OF FAYETTEVILLE and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, City of Fayetteville Page 00 52 13-7 5/17/2007 and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5 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. 8.6 Freedom of Information Act. City contract 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, 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. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and CONTRACTOR or identified by PARKS AND PRECREATION DIVISION PROJECT MANAGER on their behalf. This Agreement will be effective on U�YI Q_ 2007 (which is the Effective Date of The Agreement). CITY OF FAYETTEVILLE: ICO By: ayor [CORPORATE SEAL] a " If a Corporation, atteMy the Secretary. Address for giving notices City of Fayetteville By: n ��S lire [CORPORATE SEAL] Address for giving notices Page 00 52 13-8 5/17/2007 (If CITY OF FAYETTEVILLE is a public body, attach License No. &U11�7D-7a/� evidence of authority to sign and resolution or other documents Agent for service of process: authorizing execution of Agreement. (If CONTRACTOR is a corporation, attach evidence of authority to sign) City of Fayetteville Page 00 52 13-9 511712007 City of Fayetteville, Arkansas Budget Adjustment Form Budget Year I Department: Sales Tax Capital Improvements 2007 Division: Program: Project or Item Added/Increased: Gulley Park Improvements Justification of this Increase: The bids for the Gulley Park Bioswale have been received. They came in overbudget by $69,243. This project is a joint effort with the U of A Landscape Architecture Department and the Arkansas Forestry Commisssion. Account Name Park improvements Date Requested I Adjustment Number 5/17/2007 roject or Item Deleted/Reduced: Lake Fayetteville Improvements Recognized $10,000 in State Cost Share Revenue from AR Forestry Commission istification of this Decrease: Detailed plans have not been developed for the Lake Projects and are not a priority at this time. The Bioswale Project is ready to move forward. Increase Expense Budget (Decrease Revenue Budget) Account Number 4470 9470 5806 00 Amount Project Number 791243 05001 1 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount Park improvements 4470 9470 5806 00 69243 4470 0947 4303 00 10,000 Approval Signatures equeste By D`te07-. L� z9 � udgeMiiiiger Date _ r � S-2�•o`7 ent D rector Date Finance & Internal Se7' �' rrviices Director // Date i"-U / tiYa e Project Number 02043 1 05001 1 Budget Office Use Only Type: A B C E Posted to General Ledger Initial Date Posted to Project Accounting Initial Date Entered in Category Log Initial Date City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Sales Tax Capital Improvements Date Requested Division: 2007 5/17/2007 Program: Project or Item Ad&d/Increase Gulley Park Improvements Justification of this Increase: The bids for the Gulley Park Bioswale have been received. They came in overbudget by $69,243. This project is a joint effort with the U of A Landscape Architecture Department and the Arkansas Forestry Commisssion. -oject or Item Deleted/Reduced: Lake Fayetteville Improvements Adjustment Number Justification of this Decrease: Detailed plans have not been developed for the Lake Projects and are not a priority at this time. The Bioswale Project is ready to move forward. Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Park improvements 4470 9470 5806 00 Account Name 69,243 Decrease Expense Budget (Increase Revenue Budget) Account Number Amount Park improvements 4470 9470 5806 00 6%243 02043 _1 Project Number 05001 1 ect Number Signatures west Date udget Maria Date Department Di�ec or . Date `?Qyjg i8•(J *� FinanceA Internal Services Director Date 10M Budget Office Use Only Type: A B C V E Posted to General Ledger Initial Date Posted to Project Accounting Initial Date Entered in Category Log Initial Date �rl! Alison Jumper/Connie E onston Submitted By City of Fayetteville Staff Review Form City Council Agenda Items Contracts June 5th, 2007 City Council Meeting Date Parks and Recreation Division Action Required: Dproval of a contract with Mid &s/ Operations Department amount 117,332 with a 10% project contingency of $11,733 for a total cost of $129,065. Approval of budget adjustment in le amount of $69,243 for the installation of Gulley Parking and Bioswale. $1299065.00 Cost of this request 4470.9470.5806.00 2250.9255.5806.00 Account Number 05001 05001.1 Project Number Budgeted Item $50,000 $29,000 Category/Project Budget $ 3,656 Funds Used to Date $50,000 $25,344 Remaining Balance Budget Adjustment Attached S 1807 Department Di ctor Date UkLIr 2110 City Attorney Finance and Internal Service Director Date Mayor Gulley Park Improvements Program Category / Project Name Sales Tax Park Improvements Program / Project Category Name Sales Tax Parks Development Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office ENR Received in Mayor's Offic ENT,ERE z Meeting of June 5, 2007 Agenda Item Number CITY COUNCIL AGENDA MEMO Mayor Dan Coody and City Council Gary Dumas, Operations Director Connie Edmonston, Parks and Recreation Directo Alison Jumper, Park Planner ar�> May 18th, 2007 Gulley Park Bioswale and Parking Project RECOMMENDATION A resolution awarding Bid #07-42 and approval of a contract with Midland Construction, Inc. in the amount of $117,332 with a 10% project contingency of $11,733 for a total cost of $129,065. Approval of budget adjustment in the amount of $69,243 for the installation of Gulley Parking and Bioswale. Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The current parking area on Township Road is not adequate to serve the the park users. The Parks and Recreation Division partnered with the.University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. Through a mutual memorandum of agreement between the Arkansas Forestry Commission, University of Arkansas and the City of Fayetteville, the Commission is providing funding in the amount of $12,000. A portion of this funding will be paid to the University of Arkansas and the remainder will be used for informational signage and vegetation. No funds from the Arkansas Forestry Commission will be received by the City. DISCUSSION The project was advertised in the Arkansas Democrat Gazette on March 2151 and the bid opened on April 12`h, 2006. The bids came in over the amount certified. The project was re -bid on April 201h and opened May 16`h. Changes made to the bid include omitting the asphalt paving and concrete curb for the parking lot which the Transportion Divison will construct for $15,522. This is a savings of $17,382 from the original bid. The re -bid includes site preparation and base work for the parking lot, relocation of a portion of asphalt trail, drainage structures and construction of the bioswales including vegetation. There were seven bidders and the low bidder was Midland Construction, Inc. in the amount of $117,332. If approved, the project will begin in June and be completed in City Council Meeting of June 5, 2007 Agenda Item Number BUDGETIMPACT This project is funded with Parks Development and Sales Tax funds. Total cost of the Gulley Park Bioswale and Parking Lot Project is $144,587 which includes Midland Construction Inc. contract in the amount of $117,332, project contingency of $11,733, and Transportation Division in-house cost of $15,522. The initial budget for this project was $75,344, leaving a deficit of $69,243 which is requested in the budget adjustment. Attachments: Bid Tabulation Sheet Contract Transportation cost estimate Memorandum of Agreement with Arkansas Forestry Commission RESOLUTION NO, A RESOLUTION AWARDING BID #07-42 AND APPROVING A CONTRACT WITH MIDLAND CONSTRUCTION, INC. IN THE AMOUNT OF $117,332.00 FOR THE CONSTRUCTION OF THE GULLEY PARK BIOSWALE AND PARKING LOT PROJECT; APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $11,733.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $69,243.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the Cityor hereby awards Bid #07-42 and approves a ContractInc. in the amount of $117,332.00 for the constructioy Paand Parking Lot Project. A copy of the Coact, mark "A," hereto and made a part hereof. Section 2. hereby approves DAN COODY, Mayor City of $1 oft 'e"";. '6�of Fayetteville, Arkansas the unt of $69,243.00. 5th day of June, 2007. ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer Section 00 52 13 Agreement BETWEEN CITY OF FAYETTEVELLE AND CONTRACTOR THIS AGREEMENT is dated as of the 4, day of in the year 2007 by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Midland Construction, Inc. (herein after called CONTRACTOR). CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1, WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of the construction of site preparation, bicycle racks, bioswales including trees, shrubs and associated drainage structures for Gulley Park Improvements Re -bid; and all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by Mark Boyer, RLA University of Arkansas and City of Fayetteville Parks and Recreation Division 1455 South Happy Hollow Road Fayetteville, Arkansas 72701 Will be hereinafter called PARKS AND RECREATION DIVISION PROJECT MANAGER an who is to act as CITY OF FAYETTEVILLE'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1 The Work for Gulley Park Improvements Construction shall be substantially completed within 60 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.6 & C of the General Conditions within 75 consecutive calendar days after the date when the Contract Time commences to run. 3.2 Liquidated Damages. CITY OF FAYETTEVILLE and CONTRACTOR recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by CITY OF FAYETEVILLE if the Work is not City of Fayetteville Page 00 52 13-1 5/18/2007 completed on time. Accordingly, instead of requiring any such proof, CITY OF FAYETTEVILLE and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3.1 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 3.1 for completion and readiness for final payment or any proper extension thereof granted by CITY OF FAYETTEVILLE, CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE, CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents and amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1 For all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. City of Fayetteville Page 00 52 13-2 5/18/2007 ITEM NUMBER 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 PAYMENT ITEMS Mobilization 1 L.S. 1.00 Midland DESCRIPTION" UNIT EST.`QTY' $4,000.00 UNIT $ COST Mobilization 1 L.S. 1.00 $4,000.00 $4,000.00 Bonds and Insurances L.S. 1.00 $1,600.00 $1,600.00 Temporary Silt Fence 6 L.F. 400.00 $4.50 $1,800.00 Construction Staking L.S. 1.00 $2,000.00 $2,000.00 Site Preparation 10 L.S. 1.00 $22,000.00 $229000.00 Demolition -asphalt trail 2 L.S. 1.00 $9,500.00 $99500.00 Wheel Stops -recycled rubber (6 )(9) EA. 30.00 $67.00 $2,010.00 PVC sleeves -4" L.F. 256.00 $6.00 $13536.00 Asphalt Paving -2" thick S.Y. 160.00 $31.00 $45960.00 S132 Gravel Base C.Y. 425.00 $32.00 $13,600.00 Seed and Straw (4 )(8) AC 0.40 $4,500.00 $1,800.00 Stone - Boulders ton 15.00 $319.00 $4,785.00 Stone - River Rock 3" depth C.Y. 7.00 $90.00 $630.00 Ledge stone size 10'x 2'x 6" - check dams EA. 14.00 $600.00 $81400.00 Ledge stone size 11.25'x 2.5'x 6" - check dams EA. 4.00 $610.00 $2,440.00 Ledge stone size -8.5'x 1.75' x 6" check dams EA. 2.00 $470.00 $940.00 Sin Installation EA. 2.00 $110.00 $220.00 Storm Drains stem - 6 L.S. 1.00 $10,000.00 $10,000.00 Parking Lot Striping L.S. 1.00 $350.00 $350.00 Bike Racks 6 9 EA. 2.00 $800.00 $15600.00 Inkberry Holl - Ilex glabra - #3 EA. 6.00 $47.00 $282.00 S icebush - Cal canthus floridus - #3 EA, 6.00 $47.00 $282.00 Snowhill Hydrangea - Hydrangea arborescens 16.00 'snowhill' - #3 EA. $47.00 $752.00 Sweet Bay Magnolia - Magnolia vir iniana - #5 EA. 7.00 $68.00 $476.00 American Hornbeam - Carpinus cardiniana - #5 EA. 1'00 $68.00 $68.00 Paw Paw - Asimina triloba - #3 EA. 6.00 $47.00 $282.00 Sassafrass - Sassafrass albidum - #3 EA. 4.00 $47.00 $188.00 Hydrangea - Hydrangea macrophylla'lanarth 14.00 white'- #3 EA. $47.00 $658.00 Vanhoutte S rirea - S irea x vanhouttei #3 EA. 4.00 $47.00 $188.00 Dwarf Fountain Grass -Pennisetum alopecuroides 147.00 'Hameln' EA. $2.70 $396.90 Leather Leaf Sedge - Carex buchananii EA. 294.00 $2.70 $793.80 Orange New Zealand Sedge - Carex testacea EA. 707.00 $2.70 $1,908.90 Horsetail Rush - E uisetum h emale EA. 653.00 $2.70 $19763.10 City of Fayetteville Page 00 52 13-3 5/18/2007 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Spurge - Eu horbia m rsinites EA. 410.00 $2.70 $1,107.00 Gazania - Gazania 'colorado old' EA. 401.00 $2.70 $1,082.70 St. John's Wort - Hypericurn patulum.. EA. 29.00 $17.00 $493.00 Winter Jasmine -Jasmine nudiflorum #3 EA. 3.00 $47.00 $141.00 Yellow Flag Iris - Iris suedcorus'sun cascade' EA. 72.00 $10.00 $720.00 Blue Chip Juniper - Juniperous horizontalis 61.00 'Wiltoni"Blue Chip' EA. $17.00 $1,037.00 Marlber - Ardisia escallonioides EA. 553.00 $2.30 $1,271.90 Dwarf Mondo Grass - O hio 0 on japonicus EA. 1392.00 $2.30 $3,201.60 Balloon Flower - Platycodon grandiflorum 83.00 'Mareisii' EA. $2.70 $224.10 AnthonyWaterer S irea # 3 EA. 3.00 $47.00 $141.00 Wild Oats EA. 55.00 $2.70 $148.50 Compost (6 )(9) ton 22.00 $38.00 $836.00 Topsoil (6 )(9) ton 22.00 $38.00 $836.00 Course Sand (6 )(9) ton 33.00 $40.00 $1,320.00 Mulch 6 9 bas 427.00 $6.00 $2,562.00 TOTAL $117,331.50 As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by PARKS AND RECREATION DIVISION PROJECT MANAGER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.6 of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by PARKS AND RECREATION DIVISION PRPOJECT MANAGER as provide in the General Conditions. 5.1 Progress Payments. 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 PARKS AND RECREATION DIVISION PROJECT MANAGER, on or about the 1s' day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02. All such payments will be measured by the schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as PARKS AND RECREATION DIVISION PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.13.5 & 14.02.D of the General Conditions. City of Fayetteville Page 00 52 13-4 5/18/2007 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the PARKS AND RECREATION DIVISION PROJECT MANAGER, and if the character and progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER, CITY OF FAYETTEVILLE, on recommendation of PARKS AND RECREATION DIVISION PROJECT MANAGER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.8.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as PARKS AND RECREATION DIVISION PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.1D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.B & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by PARKS AND RECREATION DIVISION PROJECT MANAGER as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement CONTRACTOR makes the following representations: 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including technical data. 6.2 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. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws ad Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface City of Fayetteville Page 00 52 13-5 5/18/2007 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 which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions. CONTRACTOR acknowledges that such reports and drawing are not Contract Documents and may not be complete for CONTRACTOR'S purposes. CONTRACTOR acknowledges that CITY OF FAYETTEVILLE AND PARKS AND RECREATION DIVISION PROJECT MANAGER 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. CONTRACTOR has obtained and carefully studied (or assumes responsibility for 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contact Documents. 6.5 CONTRACTOR is aware of the general nature of work to be performed by CITY OF FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 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, exploration, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given PARKS AND RECREATION DIVISION PROJECT MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Document and the written resolution thereof by PARKS AND RECREATION DIVISION PROJECT MANAGER is acceptable to CONTRACTOR and 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 The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE AND CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages 1-9, inclusive). City of Fayetteville Page 00 52 13-6 5/18/2007 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). 7.3 Certificates of Insurance, (Exhibit C). 7.4 Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive). 7.6 Supplementary Conditions (pages 1 to13, inclusive). 7.7 Specifications consisting of Divisions 1 through 32 as listed in table of contents thereof. 7.8 Addenda numbers 1-4, inclusive. 7.9 One set of drawings (not attached hereto) consisting of: a cover sheet and additional sheets numbered two through nine with each sheet bearing the following general title: Gulley Park Improvements Re -Bid. 7.10 The following which may be delivered or issued after the Effective Date of the agreement and are not attached hereto: 7.10.1 Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8, MISCELLANEOUS. 8.1 Terms used in the agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 CITY OF FAYETTEVILLE and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, City of Fayetteville Page 00 52 13-7 5/18/2007 and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5 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. 8.6 Freedom of Information Act. City contract 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, 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. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and CONTRACTOR or identified by PARKS AND PRECREATION DIVISION PROJECT MANAGER on their behalf. This Agreement will be effective on 2007 (which is the Effective Date of The Agreement). CITY OF FAYETTEVILLE: CONTRACTOR By: Mayor By: [CORPORATE SEAL] [CORPORATE SEAL] Attest "Attest If a Corporation, attest by the Secretary. Address for giving notices Address for giving notices City of Fayetteville Page 00 52 13-8 5/18/2007 (If CITY OF FAYETTEVILLE is a public body, attach License No. evidence of authority to sign and resolution or other documents Agent for service of process: authorizing execution of Agreement. (If CONTRACTOR is a corporation, attach evidence of authority to sign) City of Fayetteville Page 00 52 13-9 5/18/2007 W J J LU FW W Q LL LL O a T z O N O Z O Q O CL U) Z Pe, 00008888888880000808888885 Qon00000000000000000000000n F mmv eo O 'D ee ~ w 00 ° S ~ O M N M O U U J Q coo � K < (U„ ik D W Q W J N O W W F- 3 N o l m Jr �o0S�mm �-000 0O OmoN 0oo 00 w ON r 0 N O N U r UII R m m m m R m m x r N W x NN V OU u� w S a r O z WW W a s w W Y 13 m Em m `��° m o 2 m�-'m rn � 3 n UOLLM000 Q.Oa�MUmN o W 0000000000000SSS888888888' 0000000000000 0 00000000000aoaaaa0000a000aa OO mw o01 N U cy w u5mmm m w x U)"WU N f to w W O U #a w O w 5 LU uj OEUj L Q J } y > > W J U } ��I > w W W J _J LU ui r W Q LL LL O Z _O a Q H H d' a N 9 F 111 a F- W F U) O U O M e w uj w 0 O w 0 m N N SSSSSSSSSSSSSSSSSSSSSSSSSo Qa000aa0000000aaa0000aaaoao N N O� 0 II O F O^ O U U J s O N d' w ~ H # D 0 U.1 J F O< w LU w CL F < im c 0 U M �MonoSSSSSnOQOOOO m o00000c0000000coo N 00 Q M II x F- N u -x N U OU # Z W a IL w Ww O -oda Q w FV 3Em���v��F����d; o2m=�'o0. U Uu. m C7 U' aHa0acc 2U wU) w 00000000000 0000000888 no N00000000000000000000000000 0 V N N U (A M'Mm x x II U) ANN w y u >- U 00 #i 0 LU 3 W W o CL a aMNa F w W U2iMW m N N MEMORANDUM OF AGREEMENT 13 DIMIJBI31►1 THE ARKANSAS FORESTRY COMMISSION MI UNIVERSITY OF ARKANSAS DEPARTMENT OF LANDSCAPE ARCHITECTURE W CITY OF FAYETTEVILLE PARKS & RECREATION Whereas the Arkansas Forestry Commission ("AFC") desires to partner with the University of Arkansas Department of Landscape Architecture (UADLA) and the City of Fayetteville Parks & Recreation Division to develop a project (CFPR) which helps promote the benefits of trees within communities. More specifically, UADLA and CFPR will demonstrate the importance of bioswales with trees in parking lots. UADLA will prepare a design for a demonstration bioswale in association with a new city park parking lot exemplifying best ecological design practices. The goal of the design study is to improve ecological services in parking lot design. Ecological services related to reduction of stormwater runoff; improvement of water quality; reduction of the heat island effect; protection of downstream aquatic habitat; and, enhancement of aesthetics are key considerations as well as overall public education in creating a demonstration parking lot. UADLA will collaborate with CFPR for this demonstration project. Project deliverables will include drawings that illustrate a solution (at the level of design development) for a parking lot and bioswale in Gulley Park, and drawings that describe the general applicability of the solutions for use in other lot designs. Drawings will include a scaled site plan, site sections and site details. Diagrams describing essential landscape components will accompany the site plans. The funding for this project will be under the administration of the Urban Forestry Coordinator of AFC, the Director of Research and Sponsored Programs and the Director of Parks and Recreation. The performance of the Program will be determined by the above mentioned deliverables and implementation by CFPR which can then be used as a model for future developments across Arkansas and the southern region. AFC agrees to provide funding in the amount of $12,000. CFPR will provide cost -share matching funds through staff time and cost of materials for the parking lot. UADLA will submit a Project report based on approved expenditures for the deliverables mentioned above to AFC as mutually agreed upon by the parties. . r The Project will begin on approximately March 1, 2006 and end on approximately December 1, 2006. AGREED TO BY: Name TC.L�� . U&CF Program Coordinator CD / l a OCP Date r AGREED TO BY: Name / �1�7iIf - // ID/JS7b� arks & Recreation Director Date AGREED TO BY: Rosemary Ruff Research & Sponsored Program Director Date Lou § ( Homa d &AJ+ 6J, Cc1 5fc41ay City Council Meeting of June 5, 2007 Agenda Item Number CITY COUNCIL AGENDA MEMO To: Mayor Dan Coody and City Council Thru: Gary Dumas, Operations Director Connie Edmonston, Parks and Recreation Dir to From: Alison Jumper, Park Planner Date: May 29th, 2007 RE: Gulley Park Bioswale and Parking Project RECOMMENDATION A resolution awarding Bid #07-42 and approval of a contract with Midland Construction, Inc. in the amount of $117,332 with a 10% project contingency of $11,733 for a total cost of $129,065. Approval of budget adjustment in the amount of $69,243 for the installation of Gulley Parking and Bioswale. BACKGROUND Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The current parking area on Township Road is not adequate to serve the the park users. The Parks and Recreation Division partnered with the University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. Through a mutual memorandum of agreement for cost share between the Arkansas Forestry Commission, University of Arkansas and the City of Fayetteville, the Commission is providing funding in the amount of $12,000. Up to $10,000 of this funding will be reimbursed to the City for the layout of the plan, printings costs for informational brochure, informational signage, trees and vegetation. DISCUSSION The project was advertised in the Arkansas Democrat Gazette on March 2151 and the bid opened on April 12`h, 2006. The bids came in over the amount certified. The project was re -bid on April 201h and opened May 161h. Changes made to the bid include omitting the asphalt paving and concrete curb for the parking lot which the Transportion Divison will construct for $15,522. This is a savings of $17,382 from the original bid. The re -bid includes site preparation and base work for the parking lot, relocation of a portion of asphalt trail, drainage structures and construction of the bioswales including vegetation. There were seven bidders and the low bidder was Midland Construction, Inc. in the amount of $117,332. If approved, the project will begin in June and be completed in September. City Council Meeting of June 5, 2007 Agenda Item Number BUDGETIMPACT This project is funded with Parks Development and Sales Tax funds. Total cost of the Gulley Park Bioswale and Parking Lot Project is $144,587 which includes Midland Construction Inc. contract in the amount of $117,332, project contingency of $11,733, and Transportation Division in-house cost of $15,522. The initial budget for this project was $75,344, leaving a deficit of $69,243 which is requested in the budget adjustment. Attachments: Bid Tabulation Sheet Contract Transportation cost estimate Memorandum of Agreement with Arkansas Forestry Commission ,License No. 0015340208 State of Arkansas Contractors Licensing Board MIDLAND CONSTRUCTION, INC. YO BOX 369 ROGERS, AR 72757-0369 This is to Certify That MIDLAND CONSTRUCTION, INC. is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classification: BUILDING RESIDENTIAL, with the following suggested bid limit UNLIMITED from February 23, 2007 Until February 29, 2008 when this Certificate expires. Witness our hands of tire Board. dated at NmYh Little Rock. Arkansas: t�EgSTq� CHAIRMAN fid,��- i SECRETARY ���� February 23, 2007 REV 2/99 CERTIFIED COPY OF THE RESOLUTION OF THE BOARD OF. DIRECTORS AUTHORIZING CONSENT _TO SERVICE OF.PROCESS FOR THE CORPORATION At a regular/special meeting of the Board of Directors of 1,1 134, n5.faxi1011, (NAME OF.00RPORATION) duly called and held on the day of M ro Resolution was adopted: is quorum being present, the following I "WHEREAS, this Company desires to enter into one or more contracts as a contractor, as defined in Section 48-13-30 through 48-13-38 of the Official Code of Georgia annotated, and for the purpose of employing with said Act agrees to irrevocably appoint the Secretary of State, or his successor in office, its duly authorized agent for service of process with respect to claims arising out of.the performance of any of said contracts. THEREFORE, BE IT RESOLVED, that �J�CnL7, C8PAC (' M(LR President and �V1_ 0011 ° 7 mrn'(`Ma..A ,.Secretary of the Company be and hereby are authorized to execute on behalf of the Company,a Non -Resident Contractor's Consent to Service of Process in this regard, and the proper attesting officer of the Company be and hereby is authorized to affix the corporate seal to such consent and. subscribe his name thereto, attesting the same'. I, Twx LI P l) IMWOf PYMCLYI , Secretary of ml CI IapOnY15Tf 11PTSO lrvG (NAME OFOORPORATION) have compared the:foregoing Resolution with the original thereof, as recorded in the Minute Book of said Company, and do certify that the same is a correct and true transcript therefrom and the wholeof said original Resolution. iven under, my hand and seal of the Company, Mid L1d&AP1AA'0n* h6n the City of State of Ar ko Y15 QS this day of maty \ (Seal) THIS RESOLUTION MUST BE ATTACHED TO THE NONRESIDENT CONTRACTOR'S CONSENT TO SERVICE OF PROCESS. ,..Letter of Transmittal Midland Construction, Inc. To: City of Fayetteville Parks and Recreation Division 1455 South Happy Hollow Road Fayetteville , Arkansas 72701 Attn: Allison Jumper From: Midland Construction, Inc. P.O. Box 369 Rogers, AR 72757 Phone #: 479.925-1639 Fax # 479.925-1680 E -Mail: mldlandconst@cox.net ------------------ —---------------------------------------------------------- --------------- --- A Q D < a O N < 6 d C Ro m O F. O n C m y O S a m 3 y a nn N M a - m m � p � � o a p m m a 3 � n _ p o W Z d x 3 C D MW m m m o n N M C W Q C C m OY O 3 N O o n O m m ? m CD < < j x _ m o N O O O O O O O O O O L.f m d O O ^ O ? � N T a v n o a J o_ y N N c N � m N m O C A N m c m ti N 3 v 6 w Q S m a m # e a 'o m + # m Z 0 0 m m O V m V V m W W O m O m 0 0 # n � d m T m n N Z m From: Clarice Pearman To: Edmonston, Connie; Jumper, Alison Date: 6.8.07 10:34 AM Subject: Res. 98-07 Attachments: 98-07 Midland Construction.pcif CC: Audit; Fell, Barbara; Vice, Peggy Connie & Allison: Attached is a copy of the above resolution regarding Midland Construction. I will forward to Purchasing your original requisition and the original budget adjustments to Budget & Research. I say budget adjustments because there are two in the packet. You can hash out with Budget which is correct. Have a good day. Thanks: Clarice Clarice Buffalohead-Peannan, CMC City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 coearman(a)ci.favetteville ar us R THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. 3965451 Premium Amount Based on Final Contract Amount AIA Document A312 Performance Bond Any UrWIar rererence m Ccrerwor, Surety, Omer or Muer party sMI W mnstt plural where applic&le. CONTRACTOR (Name and Address): SURETY (Name and Principle Place of Business): MIDLAND CONSTRUCTION, INC. OHIO CASUALTY INSURANCE COMPANY 14571 ZIMMERMAN LANE 136 NORTH THIRD STREET ROGERS, AR 72756 HAMILTON, OH 45025 OWNER (Name and Address) CITY OF FAYETTEVILLE U 9 1O»` 113 WEST MOUNTAIN, ROOM 372 FAYETTEVILLE, AR 72701 ry4� PC(uEPT, CONSTRUCTION CONTRACT UN 1 9 1001 Date: June 5th, 2007 a Amount: $ 117,331.50 FAYWTY LCE Description (Name and Location): mid GULLEY PARK IMPROVEMENTS zt „ 9 BOND Date (Not earlier than Construction Contract Date): June 14th, 2007 Amount: $ 1172331.50 Mcdifications to this Bond: [X] None Lj See Page 3 CONTRACTOR A$ PRNi CIPAL SURETY COMPANY: - (Corporate Seal) COMPANY: (Corporate Seal) MID _ _ ION INC. OHIO CASUALTY IN CE COMPAN - =Signature_ Signature: ?Name antl li Name an e: KIMBERLY L. BABB , Attorney -in -Fact (Any additionai signatures appear on page 3) FOR INFORMATION ONLY -Name, Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: or Engineer or other party): Babb Bonding, Inc Mark Boyer, RLA U of A and P.O. Box 6255 City of Fayetteville Parks & RED Sherwood, AR 72124 Fayetteville, AR 72701, ?7, ?? AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIA o THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20086 THIRD PRINTING - MARCH 1987 A 312-1984 IVIIV 111111111 Vln Vfl VII ILII IIIV IIIII IIIII IIIII IVI VIII IIIII V� Ilh Doc ID: 011265260007 TVD9: LIE Recorded: 08/19/2007 at 03:00:58 Pm Fee Amt: $6.00 Paoe 1 of 7 Mashlnoton Countv. AR Bette Stamps Clrcult Clerk F1IeB028-00000468 ,1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, E succbssors, and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract, 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, or successors. 6. The Surely hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years aftter the Surety refuses or fails to perform its obligations under this Bond, whichever oc- 4.4 Waive its rights to perform and complete, arrange curs first. If the provisions of this Paragraph are void or for completion, or obtain a new contractor and with prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1884 ED., AIA a A 312-1984 2 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 288a8 THIRD PRINTING - MARCH 1887 ,able to sureties as a aerense In the tunsalctlon or the suit shall be applicable. i 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor or any amounts receivea or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. ;Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PR1_NCIPAL Company: (Corporate Seal) MIpEANU�ONS TION, INC. OHI6 CA TY RANCE COMPAN Signature: me ani*40 aw Address: .�. SURETY Company: (Corporate Seal) Sign Name and Title: KIMBERLY L. ABB Attorney -in -Fact Address: AIA DOCUMENT A312 PERFORMANE BOND AN PAYMENT BOND DECEMBER 1984 3D.. AIA O A312-1984 3 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 28088 THIRD PRINTING - MARCH 1987 Bond No. 3965451 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Payment Bond Airy aiNular Manna to Contractor, Surety, Oe r or o party shall ba conaid retl plural where applicable. CONTRACTOR (Name and Address): MIDLAND CONSTRUCTION, INC. 14571 ZIMMERMAN LANE ROGERS, AR 72756 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN, ROOM 372 FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: June 5th, 2007 Amount: $ 117,331.50 Description (Name and Location): GULLEY PARK IMPROVEMENTS BOND Date (Not earlier than Construction Contract Date): Amount: $ 117$31.50 Modificatians to this Bond: x None CONTRACTORAS PRINCIPAL SURETY (Name and Principle Place of Business): OHIO CASUALTY INSURANCE COMPANY 136 NORTH THIRD STREET HAMILTON, OH 45025 June 14th, 2007 COMPANY. (Corporate Seal) - - - MIDL _ N, INC. signature: Name and ii7n�FiCrr7iry (Any additional signatures appear on page 6) See Page 6 SURETY COMPANY: orporate Seal) OHIO CASUALTY I NCE COMPA Signature: Name and Title: KIMBERLY L. BABB, Attorney -in -Fact FOR INFORMATION ONLY -Name, Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: Engineer or other party): Babb Bonding, Inc Mark Boyer, RLA U of A and P.O. Box 6255 City of Fayetteville Parks 8 Rec Sherwood, AR 72124 Fayetteville, AR 72701, ??, ?? AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 19M ED., AIAO THE AMERICAN INSTITUTE OF ARCHITECTS. 1135 NEW YORK AVE., N.W. WASHINGTON, D.C. 20066 A312-1964 4 THIRD PRINTING - MARCH 1987 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2. With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly, or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials, or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the addres described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 6. If a notice required by Paragraph 4 is gven by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1738 NEW YORK AVE., N.W., WASHINGTON, D.C. 28888 THIRD PRINTING - MARCH 1987 A312-1984 5 'Bond shall be construed as a statutory bond and not as a common law bond. 14. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR"AS PRINCI PAL -Companyt- MIDLAN�&, INC. 0474.1 . 'b SURETY (Corporate Seal) Company: (Corporate Seal) OHIO CASUALTY INSURA E COMPANY i ame and Ile: IMBERLY L. BB, Attorney -in -Fact dress: 136 NORTH THIRD STREET HAMILTON, OH 45025 AIA DGCUMKft A312 PERFORMANCE BOND AND PAYMENT BONO DECEMBER 1984 ED. AIAO A312-1984 6 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 28086 THIRD PRINTING - MARCH 1987 CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY No. 36-699 Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation, and WEST AMERICAN INSURANCE COMPANY, an Indiana Corporation, in pursuance of authority granted by Article VI, Section 7 of the By -Laws of The Ohio Casualty Insurance Company and Article VI, Section I of West American Insurance Company, do hereby nominate, constitute and appoint:Daniel Michael Babb, Kimberly L. Babb, James Alan Rogers or Miki Jean Rogers of Sherwood, Arkansas its We and lawful agent (s) and attorney (s) -in -fact, to make, execute, seal and deliver for and on its behalf m surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance SIX MILLION ($6,000,000.00) DOLLARS, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment df notes and interest thereon And the execution ofsuch bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s}in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company and West American Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of each Company this 291h day of January, 2003. STATE OF OHIO, COUNTY OF BUT7,ER Sam Lawrence, Assistant Secretary On this 29th day of January, 2003 before the subscriber a Notary Public of the State of Ohio, in and for the County of Buder, duly commissioned and qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly swoon deposeth and saith, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and his signature as ofur-r were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TE511MONY WHE:2EOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above written Notary Pubf in and for County dYButler, late of Ohio My Commission expires August 6.2007. IRIS power Of attorney is granted under and by aumonl American Insurance Company, extracts from which read: Article VI, Section 7. APPOINTMENT OF ATTORNEYS -IN -FACT, ETC. "The chairman of the board, the president, any vice-president, the secretary or any assistant secretary of each of these Companies shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Companies as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political subdivision." Article VI, Section 1. APPOINTMENT OF RESIDENT OFFICERS. "rhe Chairman of the Board, the Resident, any Vice President, a Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognisances, stipulations, undertakings or other instruments of surety -ship or guarantee, and policies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to any other political subdivision." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the respective directors of the Companies (adopted May 27, 1970 -The Ohio Casualty Insurance Company; adopted April 24,1980 -West American Insurance Company): "RESOLVED that the signature of any officer of the Company authorized by the By-Lawso appoint attorneys in fact, dre signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed " CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company and West American Insurance Company, do hereby certify that the foregoing power of attorney, the referenced By -Laws of the Companies and the above Resolution of their Boards of Directors are PF d correct copies and 14 in full force and effect on this da IN WITNESS WHEREOF, I have hereunto set my hand and the seals of the Companies this day of ` NA -12- 67 ) tl 5-4300 Mark E. Schmidt, Assistant Secretary Alison Jumper Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts n/a City Council Meeting Date Parks and Recreation Division Action Required: ftiUd/MY 4.s P Ao" col Operations Department $7,370 $ 1449587.00 Cost of this request Category / Project Budget 2250.9255.5806.00 4470.9470.5806.00 $ 117,332.00 Account Number Funds Used to Date 05001.3 05001.3 $ 27,255.00 Project Number Remaining Balance Budgeted Item �x Budget Adjustment Attached Ll'. '1 , 0 Department irector Date Gulley Park Improvements Program Category / Project Name Park Improvments Sales Tax Program / Project Category Name Sales Tax Parks Development Fund Name Previous Ordinance or Resolution Original Contract Date: r' Original Contract Number: 2 Citv Attorne DJte 6/5/2007 CHANGE ORDER NO. 1 Cost Plus Project Name and Number: Gulley Park Improvements Name of Contractor: Midland Construction, Inc Address of Contractor: P.O Box 369 Roeers, AR Date of Contract: June 5th, 2007 Original Contract Sum: Total Amount of All Previous Approved Change Orders: Contract Sum prior to this Change Order: Construct Sum increase this Change Order: New Contract Sum including this Change Order: Subject and Reason For This Change order: Additional Time Requested: 7Calendar Days Dated this 10th day of July. 2007 CITY OF FAYETTEVILLE Parks & Recreation Division Park PI?TTe,- - Pre -Agreed Unit Price X 117.332 $ 0.00 $ 117,332 $ - 7370.00 $ 124,702 FAY ETT EVILLE ' .• r_.F Page I of 1 Paylrngvua.r T1 �' ? .ti 1 ARKANSAS 113W. Mountain St. )Y F\ V 1- TTI't I Fayetteville, AR 72701 Telephone: (479) 444-3469 PARKS AND RECREATION DIVISION CORRESPONDENCE To: Mayor Dan Coody Thru: Gary Dumas, Director of Operations /1 Connie Edmonston, Director of Parks and Recreationf � �- From: Alison Jumper, Park Planner (� Date: July 10, 2007 Subject: Gulley Park Improvements Change Order No. I BACKGROUND Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The Parks and Recreation Division partnered with the University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. DISCUSSION Resolution number 98-07 was approved at the June 5, 2007 City Council meeting for construction of the project. Notice to proceed was issued on June 201h. Unsuitable soils were discovered while excavating for the parking area. Approximately 18" of additional excavation and structural fill are needed under the parking area to provide an adequate base. Fill material will be purchased and hauled to the site using the bulk materials contract. City staff will be used to remove excavated materials. The contractor will excavate and load approximately 1,100 c.y. of unsuitable material at the rate of 3.75 c.y. and place and compact approximately 1,100 c.y. of imported soil at the rate of $5.75 / c.y totaling $10,450. During negotiations staff determined city crew could be used to place seed and straw on the disturbed areas, resulting in a deduction of line item # 11, Seed and Straw in the amount of $1,800. Additionally, line item # 10, SB2 Gravel Base is in excess of the quantity required, resulting in a deduction of 40 c.y. of gravel in the amount of $1,280. Total added cost to the contract will be $7,370. Parks and Recreation Staff recommends approving Change Order #1 resulting in an increase of $7, 370. This amount is within the project contingency of $11,733, leaving a balance of $4,363 in contingency. (7/11/2007) Alison Jumper -Re: Change Order # 1 -Back upPage 1 From: "midlandconst" <midlandconst@cox.net> To: "Alison Jumper" <ajumper@ci.fayetteville.ar.us> Date: 7/11/2007 8:38 AM Subject: Re: Change Order # 1 -Back up Allison, The excavation should also be 1100 CY. When you excavate the unsuitable materials will be loosens just like the red dirt will when dug out of the hillside quarry. Yes, additional days are needed -7 calendar days. The net amount of the change order should be $7370.00 as follows: 1. Add red dirt qty. of 1100 CY @ $9.50= $10450.00 2. Deduct bid item #11 -Seed & Straw = 1800.00 3. Deduct partial bid item #10-SB2 Gravel Base 40 CY @ $32.00 = 1280.00 Grand Total Add ............_ $7370.00 Please expedite this change order. The machinery is waiting for a go Thanks, Steve Zimmerman, Pres. Midland Construction, Inc. Phone #479-925-1639 Fax #479-925-1680 midiandconst@cox.net ----- Original Message ----- From: "Alison Jumper" <ajumper@ci.fayetteville.ar.us> To: <midlandconst@cox.net> Sent: Tuesday, July 10, 2007 3:31 PM Subject: Change Order # 1 Steve, attached is the change order for your review. There is a slight change from our discussion. I have listed the excavation as 850 cy. I think we roughly figured for the 1100 c.y. which was the number for the compacted fill. Take a look and see if I need to change anything before signing. Will you need any additional days? Excavate and load approximately 850 c.y. of unsuitable material at the rate of 3.75/ c.y. and place and compact approximately 1,100 c.y. of imported soil at the rate of $5.75/ c.y totaling $9,513. 7.17.07 Clarice Pearman - Midland Construction Page 1 From: Clarice Pearman To: Jumper, Alison Date: 7.17.07 3:33 PM Subject: Midland Construction Alison: I received your contract review item back and the change order attached is a copy. Do you have the original change order for signature? Please let me know. Thanks. Clarice (717.07 Clarice Pearman - Re: Midland Construction Page~1 From: Clarice Pearman To: Jumper, Alison Date: 7.17.07 3:38 PM Subject: Re: Midland Construction Yes please. The faxed copy is good to get your item start through the process but I need the original agreement for signature. Thanks I appreciate your help. Have a good day. Clarice >>> Alison Jumper 7.17.07 3:36 PM >>> I can get one If you need it. I had them fax it so we could get it started. >>> Clarice Peannan 7/17/2007 3:33 PM >>> Alison: I received your contract review item back and the change order attached is a copy. Do you have the original change order for signature? Please let me know. Thanks. Clarice 0.23.07 Clarice Pearman - Midland Constr. Page 1 ! From: Clarice Pearman To: Jumper, Alison Date: 7.23.07 3:42 PM Subject: Midland Constr. Attachments: 07.16.07 Midland Construction Inc. COI.pdf CC: Audit Alison: Paul: Attached Is a copy of the change order for Midland Construction Inc. Please let me know if there is anything else needed. Have a good day. Thanks. Clarice Clarice Buffalohead-Pearman, C.A.M.C., C.M.C. City Clerkrrreasurer Division 113 West Mountain Fayetteville, AR 72701 479.575-8309 coea rm an(a)ci.favettevil le. a r. us City of Fayetteville Staff Review Form City Council Agenda Items or Contracts n/a City Council Meeting Date Alison Jumper Parks and Recreation Submitted By Division $1,500 Cost of this request 2250.9255.5806.00 4470.9470.5806.00 Account Number 05001.3 05001.3 Project Number Budgeted Item �x Action Required: #2 (see attached) to Midland Construction, Inc. p<� ��r5�09 COQ Add" Int, C001� Operations Department $ 1441587.00 Gulley Park Improvements Category / Project Budget $ 124,702.00 Funds Used to Date $ 19,885.00 Remaining Balance Budget Adjustment Attached �3• o7 Departmel Date City Attornel Date Finance and Internal Service Director Mayor Date I� Program Category / Project Name Park Improvments Sales Tax Program / Project Category Name Sales Tax Parks Development Fund Name Previous Ordinance or Resolution # 98-07 Original Contract Date: 6/5/2007 Original Contract Number: Received in City e Received in Mayor's Offi EAE .`.T v ? ARKANSAS 113 W. Mountain St. Fayetteville, AR 72701 -1.1110 (` I TY O F I`AYY FIT, V 11. L i•-. 1 R k A t ti 1 r Telephone: (479) 444-3469 PARKS AND RECREATION DIVISION CORRESPONDENCE To: Mayor Dan Coody Thru: Gary Dumas, Director of Operations f Connie Edmonston, Director of Parks and Recreation�� From: Alison Jumper, Park Planner 9 Date: August 6, 2007 J Subject: Gulley Park Improvements Change Order No. 2 BACKGROUND Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The Parks and Recreation Division partnered with the University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. DISCUSSION Resolution number 98-07 was approved at the June 5, 2007 City Council meeting for construction of the project. Notice to proceed was issued on June 20`h. Change order No. 1 in the amount of $7,370 and 7 extra days was approved on July 11 `h 2007. The depth of the storm drain system requires modification to accommodate the existing sanitary sewer line. Additional materials are needed to install the inlet boxes at the required elevations. Total costs for additional material is $1,500. Ten additional days are reghuested for manufacturing and delivery making the new contract end date September 25` 1 2007. Parks and Recreation Staff recommends approving Change Order #2 resulting in an increase of $1,500. This amount is within the project contingency of $11,733, leaving a balance of $2,863 in contingency. CHANGE ORDER NO. 2 Cost Plus Project Name and Number: Gulley Park Improvements Name of Contractor: Midland Construction . Inc Address of Contractor:_ P.O. Box 369 Rogers, AR Date of Contract: lune 5th 2007 Original Contract Sum: Total Amount of All Previous Approved Change Orders: Contract Sum prior to this Change Order: Contract Sum increase this Change Order. New Contract Sum including this Change Order: Pre -Agreed Unit Price X 117.332 $ 7.370 $ 124.702 $ 1.500.00 S 126.202 enrr:rn:wat Subject and Reason For This Change order: Depths of storm drain system area require modification to accommodate existing sanitary sewer pipe. Additional materials are needed in install inlets to required elevations. An additional 10 days is need for manufacturing and delivery. Additional Time Requested: 10 Calendar Days Dated this 6th day of August. 2007 CITY OF FAYETTEVILLE D _ Parks & Recreation Division) By: Park Planner CITY OF V J ;FAYETTEVILLE• �•. .e. _c.:X Page 1 of REQUEST FOR INFORMATION NAME OF PROJECT: Gulley Park DATE: 8/512007 RFI NO: TO: City of Fayetteville PROJECT NO: Allison Jumper FROM: Midland Construction, Inc (General Contractor) Shane Zimmerman (Project Superintendent) 479-633-5106 (Job Site Phone Number) 479-925-1680 (Job Site Fax Number) PROJECT NAME: Gulley Park Parking Improvements SPEC. SECTION: DRAWING/DETAIL: Sheet 7 Of 9 INFORMATION REQUESTED: Allison, The changes made to the drainage structures per site visit on 7/31107 will result in a price increase of $1500.00. The 12" x 12" area inlet extends from 1'-8" to approx. T-0". And the 18" x 18" area inlet extends from 3'-0" to approx. 3'-6". Both inlets to have 6" walls. Please see shop drawings for further info. Please notify as soon as possible if this option is going to be excepted, followed by a notice to proceed. Thank you Shane Zimmerman Requested By: Answered By: Date: REPLY: Approved By: Date: Architect's response shall not be considered as a Change Order or Change Directive, nor does it authorize changes in the Contract Sum or Contract Time. (8.15.07) Clarice Pearman - Midland Construction CO2 Page 1 From: Clarice Pearman To: Jumper, Alison Date: 8.15.07 4:23 PM Subject: Midland Construction CO2 Attachments: 08.15.07 Midland Construction Inc CO2.pdf CC: Audit Alison: Attached is a copy of the change for the above company. I am forwarding to you via interoffice mail one of the two original change orders. If there is anything needed for this item please let me know. Have a good evening. Thanks. Garice Alison Jumper Submitted By Cost of this request 2250.9255.5806.00 4470.9470.5806.00___ Account Number 05001.3 05001.3 Project Number Budgeted Item City of Fayetteville Staff Review Form City Council Agenda Items or Contracts n/a City Council Meeting Date Parks and Recreation Division $ 144,587.00 Category / Project Budget $ 135,369.00 Funds Used to Date $ 9,218.00 Remaining Balance Budget Adjustment Attached L- �`I ,101 % 0-� Department D rector Date Finance and Internal Service Director Date Mayor 1 �le (//P P03 Operations Department Gulley Park Improvements Program Category / Project Name Park Improvments Sales Tax Program / Project Category Name Sales Tax Parks Development Fund Name Previous Ordinance or Resolution Original Contract Date: 6/5/2007 Original Contract Number: Received in t&141 fice Received in Mayor's Office TaveTe;iile ARKANSAS 113W. Mountain St. FayettevR 72701 THE CITY OF FAYETTEVILLE ARKANSAS Telephone: > Telephone: (479) 444-3469 PARKS AND RECREATION DIVISION CORRESPONDENCE To: Mayor Dan Coody Thru: Gary Dumas, Director of Operations Connie Edmonton, Director of Parks and Recreation From: Alison Jumper, Park Planner 6 ) Date: November 15, 2007 Subject: Gulley Park Improvements Change Order No. 3 BACKGROUND Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The Parks and Recreation Division partnered with the University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. Resolution number 98-07 was approved at the June 5, 2007 City Council meeting for construction of the project. Notice to proceed was issued on June 20th. Change order No. 1 in the amount of $7,370 and 7 extra days was approved on July 11th 2007. Change order No. 2 in the amount of $1,500 and 10 extra days was approved on August 13th, 2007. Additional sleeving is needed to allow for the irrigation system. Irrigation system is being installed by in-house staff.. Total costs for additional material is $981. Thirty six additional days are requested to accommodate the time needed for the coordination and construction of asphalt paving and concrete curbing by City crews, making the end date November 30th, 2007. Parks and Recreation Staff recommends approving Change Order #3 resulting in an increase of $981 and 36 additional days. This amount is within the project contingency of $11,733, leaving a balance of $1,882 in contingency. Parks and Recreation Staff recommends approving Change Order #3 resulting in an increase of $981 and 36 additional days. This amount is within the project contingency of $11,733, leaving a balance of $1,882 in contingency. CHANGE ORDER NO. 3 Cost Plus _ Project Name and Number: Gulley Park Imorovements Name of Contractor: Midland Construction . Inc Address of Contractor. P.O. Box 369 Rogers, AR Date of Contract: June 5th, 2007 Original Contract Sum: Total Amount of All Previous Approved Change Orders: Contract Sum prior to this Change Order: Contract Sum increase this Change Order: New Contract Sum including this Change Order: Pre -Agreed Unit Price X 117.332 $ 8.870 $ 126202 $ 981 $ 127;183 i:ilHeri. Subject and Reason For This Change order: Additional sleeving is necessary to provide access for irrigation installation by in-house staff. Additional days are needed to allow for the coordination and construction of the asphalt paving and concrete curbing by City crews as well as 7 days for weather. Additional Time y� Requested: 36 Calendar Days Dated this day of November. 2007 CITY OF FAYETPEVILLE Page 1 of I (11.26.07) Clarice Pearman - Midland Const Page 1 From: Clarice Pearman To: Jumper, Alison Date: 11.26.07 4:58 PM Subject: Midland Const Attachments: 11.20.07 Midland Construction Inc CO3.pdf CC: Audit Alison: Attached is a copy of the change order for Midland Construction. Please let me know if there is anything else needed. Have a good evening. Thanks. Clarice AlisonJumper4 Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts n/a City Council Meeting Date Parks and Recreation Division Action 1�2 fn 5j61 aol Mid10AA n, X04 Operations Department $774 Cost of this request 2250.9255.5806.00 4470.9470.5806.00_ Account Number 05001.3 05001.3_ Project Number $ 144, 587.00 Category / Project Budget $ 136,350.00 Funds Used to Date $ 8,237.00 Remaining Balance Gulley Park Improvements Program Category I Project Name Park Improvments Sales Tax Program / Project Category Name Sales Tax Parks Development Fund Name Budgeted Item = Budget Adjustment Attached = Previous Ordinance or Resolution # 98-07 \1, 0S7 Department irector Date Original Contract Date: 6/5/2007 Original Contract Number: City Attorney tDate - Received in Ci ice Ck Finance mal In al Service irector Date � � Received in Mayor's Office n,n Mayor V// Date ir� �a e ev y ARKANSAS 113 W. Mountain St. Fayetteville, AR 72701 THE CITY OF FAYETTEVILLE, ARKANSAS Telephone: (479) 444-3469 PARKS AND RECREATION DIVISION CORRESPONDENCE To: Mayor Dan Coody Thru: Gary Dumas, Director of Operations / Connie Edmonston, Director of Parks and Recreation iyX From: Alison Jumper, Park Planner q/0 Date: November 29, 2007 // Subject: Gulley Park Improvements Change Order No. 4 BACKGROUND Gulley Park is one of Fayetteville's flagship parks offering play areas, restrooms and vast open space. Additionally it is the venue of the annual Gulley Park Concert series. The Parks and Recreation Division partnered with the University of Arkansas Landscape Architecture Department and the Arkansas Forestry Commission to create a parking area and bioswale project. Students in the Landscape Architecture program along with Mark Boyer, Landscape Architecture Professor, designed a parking area with 30 spaces and three bioswales located on Old Wire Road south of the Gulley house. The project will serve as an educational demonstration for alternative stormwater management and will provide much needed parking for the park. DISCUSSION Resolution number 98-07 was approved at the June 5, 2007 City Council meeting for construction of the project. Notice to proceed was issued on June 20th. Change order No. I in the amount of $7,370 and 7 extra days was approved on July I I'h 2007. Change order No. 2 in the amount of $1,500 and 10 extra days was approved on August l3th, 2007 and Change Order No. 3 in the amount of $987 was approved on November 19th 2007. Additional asphalt paving is needed to accommodate the ADA access from the parking area to the trail. Five additional days are requested to construct the trail and connection to the parking area making the end date December 5th, 2007. kW Parks and Recreation Staff recommends approving Change Order #4 resulting in an increase of $774 and 5 additional days. This amount is within the project contingency of $11,733, leaving a balance of $1,108 in contingency. CHANGE ORDER NO. 4 Cost Plus Pre -Agreed Unit Price X Project Name and Number: Gulley Park Improvements Name of Contractor: Midland Construction , Inc Address of Contractor: P.O. Box 369 Ro eg rsAR Date of Contract: June 5th, 2007 Original Contract Sum: $ 117.332 Total Amount of All Previous Approved Change Orders: $ 9,851 Contract Sum prior to this Change Order: $ 127.183 Contract Sum increase this Change Order: $ 744 New Contract Sum including this Change Order: $ 127.927 Subject and Reason For This Change order: Additional asphalt paving is necessary to accommodate ADA access from the parking area to the trail. Additional Time Requested: 5Calendar Days Dated this 29th day of _November. 2007 CITY OF FAYETTEVILLE FAYE TEVILLE; Page 1 of 1 (12.10.07) Clarice Pearman - Midland Constr Page 1 From: Clarice Pearman To: Jumper, Alison Date: 12.10.07 12:25 PM Subject: Midland Constr Attachments: 12.05.07 Midland Construction Inc C04.pdf CC: Audit Alison: Attached is a copy of Change Order No. 4 for Midland Construction. Please let me know if there is anything else needed for this item. Have a good day. Thanks. Clarice