HomeMy WebLinkAbout169-13 RESOLUTIONRESOLUTION NO.169-13
A RESOLUTION AWARDING BID #13-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$403,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
#13-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6"' day of August, 2013.
APPROVED:
ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
%0%J11r1fn
FAYETTEVILLE;�'w
4
rl�i�J',5,• A N • • J=,�v
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
8/6/2013
City Council Meeting Date
Agenda hems Only
Carole Jones Park Planning Parks
Submitted y Division Department
P=en
aff recommends a resolution approving Bid #13-37 between the City of Fayetteville and Pick -It Construction, Inc.
an amount of $403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585 for the
)nstruction of Wilson Park Pool Buildings Renovation.
$464,585.00
Cost of this request
2250.9256.5315.00
Account Number
13001.1101
Project Number
Budgeted Item
$ 609,776.00
Category I Project Budget
$ 82,924.20
Funds Used to Date
$ 526,851.80
Remaining Balance
Budget Adjustment Attached i�IJ
C y lel 4 2V4CA
0
Department Director Da e
Attorney Date
Finance and Internal Services Director
Community Paris Improvements
Program Category / Project Name
Wilson Park Improvements
Program 1 Project Category Name
PLDO SW Quadrant
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
7- 2.ti- Wi
Date Received in City - i ;i - i 3 <`: u > V
Clerk's Office
7-7-2--
Date ER in
Mayor's Office l[
Date
Revised January 15, 2009
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
CITY COUNCIL AGENDA MEMO
To: Mayor Lioneld Jordan and City Council
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
If
Alison Jumper, Park Planning Superintendent sl)
From: Carole Jones, Park Planner II C
Date: July 19, 2013
Subject: Bid #13-37, Construction — Wilson Park Pool Buildings Renovation
Agenda Request for August 6, 2013 Meeting
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over 20,000
visitors in 2012 during the eight week summer season. The original Wilson Park pool buildings were built
between the 1930s and the 1960s. The last significant renovation of the buildings was in 1983.
In 2012, the pool and deck surfaces were repaired and resurfaced as the first phase of the Wilson Park Pool
renovation. The renovation of the buildings was approved as part of the 2013 CIP as the next phase of the pool
renovation project. Improvements to the pool house and concession building will increase effeciency in use of
space, increase ventilation, provide better ADA access and update the restroom and shower facilities.
The project includes the renovation of the office 1 locker room building, pump house, and concession building.
The construction includes structural additions, wall modifications, finishes, mechanical, plumbing, and
electrical items.
The project was advertised on June 19 and 26, and bids were opened on July 17, 2013. Five vendors submitted
bids as shown in the following table:
Bidder
Total Base Bid
Benchmark Construction of NWA
$442,000
Cornerstone Construction of Russellville, Inc.
$456,300
General Construction Solutions, Inc.
$418,444
Heckathorn Construction Company, Inc.
$438,800
Pick -It Construction Inc.
$403 987
Pick -It Construction, Inc. was the low bid in the amount of $403,987. (See attached certified bid tabulation.) If
approved, the construction of the project is anticipated to begin in early September after the pool closes for the
season.
THE CITY OF FAYETTEVILLE, ARKANSAS
RECOMMENDATION:
Staff recommends a resolution approving Bid #13-37 between the City of Fayetteville and Pick -It Construction,
Inc. in an amount of $403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585
for the Construction of Wilson Park Pool Buildings Renovation.
BUDGET IMPACT:
This project is funded with Park Land Dedication (SW Quadrant) fiends. The cost of $464,585 is accounted for
in project number 13001.1101 - Wilson Park Improvements.
Attachments:
Staff Review Form
Bid Submittal — Pick -It Construction, Inc.
Certified Bid Tabulation
Agreement Signed by Contractor
Purchase Requisition
RESOLUTION NO.
A RESOLUTION AWARDING BID #13-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$403,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
#13-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6`" day of August, 2013.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
Revised Section 00 41 13
BID FORM
To: City of Fayetteville
Fayetteville, Arkansas
Project: Wilson Park Pool Buildings Renovation
Fayetteville, Arkansas
Date:
Submitted By: (full name) [,,�� - C _G5AJ
Full Business Address: /ooL /�. (fAA013611- i2OA.D
i•'yt-rrFV1uF , 4k 7,-�70%
Note:
A Contractor's License is required to bid this project.
This project requires a five (5) percent Bid Bond at time of bid opening.
After contract award, a one hundred (100) percent performance and payment bond is required
along with proof of insurance before construction begins.
License Number: D/IV4Z16 /,4/3
( ) A partnership consisting of
( ) An individual trading as
(4 corporation organized under the laws of the State of 4Rr" + S.
1. ADDENDA
The following Addenda have been received. The modifications to the Bid Documents
noted below have been considered and all costs are included in the Bid Sum.
Addendum # _ Dated 6 ,27 a%3.
Addendum # _ Dated ao,3
Addendum # _ Dated 7 f0%Qo13
2. APPENDICES
The following document(s) are attached to and made a condition of the Bid:
Bid security in form of 18AD 18OND
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 41 13 Revised -1 June 27, 2013
3. OFFER
The undersigned, in compliance with your Notice For Bids for Construction of Wilson Park Pool
Buildings Renovation Fayetteville, Arkansas, having examined plans and specifications with
related documents and the site of the proposed work and being familiar with all conditions
surrounding construction of the proposed building, including the availability of labor, hereby
proposes to furnish all labor, materials and supplies and to construct the project in accordance
with Contract Documents within the time set forth therein at prices stated below. These prices
are to cover all expenses incurred in performing the work required under the Contract
Documents of which this proposal is a part.
Base Bid:.
700
amount written in words in figures
Deductive Alternates (The price of the Bid for each alternate will be the amount to be deducted
from the price of the Total Base Bid if the City of Fayetteville selects any of the alternates):
Deductive Alternate No. 'I - for work associated with installing the native stone planter wall as
identified in the Drawings.
�JFT �h�yS<bvm rli,2& 17ov1?a?/&4rY1,3vP_ aaw /5, 33-/
amount written in words in figures
Deductive Alternate No. 2 - for work associated with installing the Architectural entrance wail as
identified in the Drawings.
_ f� R
$ /w irTyl as A,vD_ er:0 Awa e4 $ P Si �/- 43 - -
amount written in words in figures
Unit Prices:
For removing and replacing existing unsound plywood roof deck in preparation for new roof
installation:
$ ONE /�01J>Alib ICkr-TY per 4x8 sheet of plywood /$ per 4x8 sheet of plywood
amount written in words in figures
We have included security as required by the Instruction to Bidders.
All applicable federal taxes are included and State and City taxes are included in the Bid Sum.
City of Fayetteville
Bid 13-37, Construction -Wilson Park
Pool Buildings Renovation Page 00 41 13 Revised -2 June 27, 2013
"*NOTICE: BIDDERS ARE REQUIRED TO PROVIDE PRICING FOR ALL LINE ITEMS. FAILURE
TO PROVIDE DEDUCTIVE ALTERNATE PRICING CAN RESULT IN BID BEING REJECTED.
**THE CITY WILL AWARD THIS CONTRACT TO THE LOWEST QUALIFIED RESPONSIVE
RESPONSIBLE BIDDER BASED ON THE LUMP SUM BID AS LONG AS SUCH BID FALLS WITHIN
THE AMOUNT OF FUNDS CERTIFIED FOR THE PROJECT PLUS 25%.
IN THE EVENT NO BID FALLS WITHIN THE AMOUNT OF FUNDS CERTIFIED FOR THE
PROJCET, PLUS 25%, THE CITY WILL UTILIZE THE DEDUCTIVE ALTERNATES IN ORDER
UNTIL BIDS CAN BE COMPARED WITHIN THE AMOUNT CERTIFIED, PLUS 25%.
IN THE EVENT ALL DEDUCTIVE ALTERNATES ARE SUBTRACTED AND NO BID FALLS WITHIN
THE AMOUNT CERTIFIED, PLUS 25%, ALL BIDS SHALL BE REJECTED.
4. ACCEPTANCE
This offer shall be open to acceptance sixty (60) days from the bid closing date.
If this bid is accepted by the Owner within the time period stated above, we will:
-Execute the Agreement within five (5) business days of bid date or by a date
established in order to meet the next submittal for inclusion on the City Council's meeting
agenda.
-Fumish the required bonds no later than ten (10) business days following issuance of
Notice of Award.
-Commence work as stated in the written Notice to Proceed.
If this bid is accepted within the time stated, and we fail to commence the Work or we fail
to provide the required bonds, the security deposit shall be forfeited as damages to the
Owner by reason of our failure, limited in amount to the lesser of the face value of the
security deposit or the difference between this bid and the bid upon which a Contract is
signed.
In the event our bid is not accepted within the time stated above, the required security
deposit will be returned to the undersigned, in accordance with the provisions of the
Instructions to Bidders; unless a mutually satisfactory arrangement is made for its
retention and validity for an extended period of time.
5. CONTRACT TIME
If this Bid is accepted, we will: Complete the Work within 30 calendar days of
Substantial Completion, the date of which shall be'150 days from issuance of Notice to
Proceed.
City of Fayetteville
Bid 13-37, Construction -Wilson Park
Pool Buildings Renovation Page 00 41 13 Revised -3 June 27, 2013
6. BID FORM SIGNATURES
The bidder shall state the price bid in words and figures (written in ink or typed) for each
pay item and the total bid. In case of conflict between words and figures, the words,
unless obviously incorrect, shall govern.
Bidder understands that the Owner reserves the right to award the total project, or to
reject any or all bids and to waive any informalities in the bidding.
Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60
calendar days after the scheduled closing time for receiving bids.
(If the Bid is a joint venture or partnership, add additional forms of execution for each
member of the joint venture.)
The Corporate Seal of
was hereunto affixed in the
presence of:
(Seal)
(Seal)
I?Ck/7' (0' N.6 r&VCT/CAN /N[' .
(Bidder print full name of your firm)
(Authorized signing officer and title)
/a5v/ /Y• CA 1C , EA E77Ev1L1E, 7.276/.
(Business Address)
Y79- 973-
(Business Telephone Number)
f79- 67/_ 3472
(Business Fax Number)
End of Revised Section 00 41 13
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 41 13 Revised -4 June 27, 2013
Bid 13-37,Addendiun 1
Date: Thursday, June 27, 2013
To: All Prospective Vendors
From: Andrea Foren, CPPO, CPPB — 479.575.8220 — aforen@cifayetteville.ar.us
RE: Bid 13-37, Construction — Wilson Park Pool Buildings Renovation
This addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside
cover of the bidding documents, signed, and dated.
• Bid 13-37 has the following modifications and clarifications:
'1.) Attached are the minutes and sign -in sheet from the pre -bid meeting that was held on .tune 26,
2013.
2.) REFER TO SHEET AD-102 (FIRST FLOOR DEMO PLAN):
2.1 The stairs exiting the building to the north parking lot shall remain in place. Demolish the
handrails only.
2.2 The steel fence/guardrail that runs along the outside edge of the sidewalk surrounding
the building shall be removed from the point of the new west entrance sidewalk to the
north. The fence/ guardrail south of the new west entrance shall remain in place. Cut
fence at a vertical post and grind/repair/paint fence where cut.
3.) REFER TO SHEET A-104 (FIRST FLOOR PLAN):
3.1 6'-0" gates should be powder coated aluminum INSTEAD of wrought iron.
4.) The following is approved as an acceptable equal for the fence / gates:
4.1 Commercial grade aluminum fence/gate: EFF-20 style; 6'-0" height; color black;
manufactured by Elite Fence Products, Inc., 50925 Richard W Blvd., Chesterfield Twp.,
MI 48051 T (800) 783-1331, P (586) 468-4448, F (586) 468-4884; www.elitefence.com
5.) REFER TO SPECIFICATION SECTION 004113 BID FORM:
5.1 Replace Bid Form with the attached Revised Section 041113 which includes a Unit
Price line item for repairing unsound existing plywood roof deck.
5.2 All bidders shall use the revised bid form. Failure to use the correct bid form
shall result in bid resection.
Acknowledge Addendum #1:
Printed Name: li&I
Signature:
Title: )9�5ASV% ++ Date: D7 Io ac/3
Company: T/CK/�_CdN3TJetKT10�1I ��1(�
City of Fayetteville, Arkansas
Bid 13-37, Addendum 1
Page 1 of
Telecommunications Device forthe Deaf TDb(479)521-1316 113West Mountain -FoettevilW, Art72701
Bid 13-37, Addendum 2
Date: Wednesday, July 3, 2013
To: All Prospective Vendors
From: Andrea Foren, CPPO, CPPB — 479.575.8220 — af6ren@cUavettev1Ile.ar.us
RE: Bid 13-37, Construction -- Wilson Park Pool Buildings Renovation
This addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside
cover of the bidding documents, signed, and dated.
Bid 13-37 has the following modifications and clarifications:
1.) The following is approved as an acceptable equal for Thinset Epoxy Flooring (Specification
Section 096723):
1.1 Ceramic CarpetTm #400 manufactured by The Sherwin-Williams Company;
httl2://www.sherwin-williams.coml (See attached).
2.) The following is approved as an acceptable equal for the coiling counter shutter at the
concession stand (Specification Section 083323):
2.1 650 Series Counter Doors manufactured by Overhead Door Corporation;
http://www.OverheadDoor.com/ (See attached).
3.) Existing 220 V, 3-phase electric service is available at the pool house building.
City of Fayetteville, Arkansas
Bid 13-37, Addendum 2
Acknowledge Addendum #2:
Printed Name:Ty%F/Y CS/.
Signature:
Title: i9'Z51DE-Y,Z�_ Date: 107/07613
Company: 0-IC�f�i�41l�V[TIOI� 1't.
Page 1 of 8
Telecommunications Device for the Deaf MD (479) 521-1916 113 west Mountain - Fayetteville, AR 72701
Bid 13-37, Addendum 3
Date: Wednesday, July 10, 2013
To: All Prospective Vendors
From: Andrea Foren, CPPO, CPPB — 479.575.8220 — aforen@ci.favetteville.ar.us
RE: Bid 13-37, Construction -- Wilson Park Pool Buildings Renovation
.V Ile
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside
cover of the bidding documents, signed, and dated.
e Bid 13-37 has the following modifications and clarifications:
1.) The deadline for bids is hereby been extended. All bids are due before Wednesday, July 17, 2013
before 2:00 PM, local time.
2.) Make changes to Section 144223 — Inclined Wheelchair Lifts as follow:
a. Delete paragraph 1.9, B.
b. Change paragraph 1.10, A, 1 to read: Two years.
c. Change paragraph 2.2, A, 13, f, 1) to read: Keyed operation.
d. Delete paragraph 2.2, B, 5.
e. Delete paragraph 2.2, C.
f. Change paragraph 2.2, D. 4, a to read: Keyed operation.
g. Delete paragraph 2.2, E, 1, c.
h. Delete paragraph 2.2, E, 1, e.
Acknowledge Addendum #3:
Printed Name: A14 7'rf
Signature:
Title: JD&d Date:
Company: _ GriT 6y�T&4T041W C-
City of Fayetteville, Arkansas
Bid 13-37, Addendum 3
Pa e 1 of 1
TelecommunicatiotsDevice.fortheDeaf TODOMS21-1316 113WestMcuntain-Fayetteville,AR72701
Bid 13-37, Addendum 4
Date: Tuesday, July 16, 2013
To: All Prospective Vendors
iARKANSAS
From: Andrea Foren, CPPO, CPPB — 479.576,8220 — aforen@ci.%yetteville.ar.us
RE: Bid 13-37, Construction — Wlson Park Pool Buildings Renovation
This • addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside
cover of the bidding documents, signed, and dated.
e Bid 13-37 has,the following modifications and clarifications:
1.) Clarification to Deductive Alternate Design Notes: Deductive Alternate No. 2 shall include all work
outlined in the callout and painting the north wall of Corridor 102 in lieu of installing metal panel scale
system on the wail.
Acknowledge Addendum #4:
,
Printed Name: 7
Signature:
Title: %5610 Date:7
Company: 415A
City of Fayetteville, Arkansas
Bid 13-37, Addendum 4
Page 1 of 1
Telecommunications Device for the Deaf TDD(479)521-1316 113West Mountain - Fayetteville, AR72701
PART TWENTY-EIGHT — PAST EXPERIENCE REQUIRED
28.1 All bidders shall have past experience in providing similar work as described for this
project. The City of Fayetteville reserves the right to reject for inadequate experience. A
minimum of four (4) references are required.
End of Section 00 21 13
c ; oQ k ke
a� CtkL� C�' ,,C,pc', Xce \o
-Z03 \.D . Gate bcoe.k
MV-y� ce.kko, (,A -miss
3 �C� 4 C\o'ec s- A-MenA-
P.a. R�,Ox 33C6
Rt k f b, AF. ~]a156
35�1 � . i`naLnee�
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 21 13-10 June 17, 2013
City of Fayetteville
Bid 13-37, Construction - Wilson Park Pool Buildings Renovation
Statement of Disclosure (please submit with Bid)
ATTENTION: Please submit this form with your bid.
DISCLOSURE STATEMENT:
Bidder must disclose any possible conflict of interest with the City of Fayetteville, including,
but not limited to, any relationship with any City of Fayetteville employee. Your response
must disclose if a known relationship exists between any principal or employee of your firm
and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response.
Failure to disclose such a relationship may result in cancellation of a purchase aridior
contract as a result of your response.
This form must be completed and returned in order for your bid/proposal to be eligible for
consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY
A7TO YOUR FIRM:
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID:
1.) 1, as an officer of this organization, or per the attached letter of authorization, am duly
authorized to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal Equal Opportunity and Non -
Discrimination requirements and conditions of employment.
/ 147IMly 64,D Aceslar-fir)
Printed Na
Signed
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 21 17-1 June 17, 2013
City of Fayetteville
Bid 13-37, Construction - Wilson Park Pool Buildings Renovation
Certification of Debarment — THIS FORM NEEDS TO BE SUBMITTED WITH EVERY BID
ATTENTION: Please submit this form with your bid.
As A BIDDER on this project, you are required to provide debarment/suspension certification
indicating that you are in compliance with the below Federal Executive Order. Certification can
be done by completing and signing this form.
Debarment:
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all
contractors receiving individual awards, using federal funds, and all sub -recipients certify that
the organization and its principals are not debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Your signature certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division,
NAME. /V/Yn6 ;1�ru COMPANY: -
,,��C,t��iy�7Tzzs�71ON 14<
,Ti�li
PHYSICAL ADDRESS: lbp2f�'l11 /QDi41� r �TT`1l�ls i I� 7a7��'
MAILING ADDRESS:
PHONE: / % -T qZ -- S/O
EMAIL:
SIGNAL
DATE:
FAX: #7f ~ 6_7/ — 34- Za
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 21 19-1
June 17, 2013
v8/27/2013 THU 12ti0 FAX
1@002/003
Bond Number : OKC624585
Section 00 4116
BID BOND
STATE OF ARKANSAS
KNOW ALL MEN BY THESE PRESENTS, that we:
Pick -it Construction, Inc. 10024 N Campbell Road, Fayetteville, AR 72701
Principal and Contractor, and
909 S Meridian Ave Ste 700 Oklahoma City, OK 73108
hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas and
represented by Its Mayor and City Council, hereinafter called Owner, in the sum of
Dive Percent of Maximum Amount Bid _ ...._ DOLLARS ($****5*MAB***�
lawful money of the United States of America, for the payment of which well and truly to be
made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, by these presents.
WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the
furnishing of all labor, materials (except those to be specifically furnished by the Owner), -
equipment, machinery, tools, apparatus, means of transportation for, and the performance of
the work covered in the Bid and the detailed Drawings and Speclffcations, entitled:
Construcilon - Wilson Perk Pool Buddlags Renovadon
City of Fayetteville, Arkansas
WHEREAS, It was a condition precedent to the submission of sold bid that a cashier's check,
certified check, or bid bond in the amount of 5 percent of the base bld.be submitted with sold bid
as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with
the Owner for the performance of said Contract. within twelve (12) consecutive calendar days
after written notice having been given of the award of the Contract.
NOW, THEREFORE, the conditions of this obligation are such that if the Principal within ten (1 p
consecutive calendar days after written notice of such acceptance enters into a written Contract
with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the
base bid, satisfactory to the Owner, then thls obligation shall be void; otherwise the sum herein
stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum
immediately upon demand of the Owner in good and lawful money of the United States of
America, as liquidated damages for failure thereof of said Principal
CW of Fayeltevi♦le
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 41 16-1 June 17. 2013
d6/27/2013 THU 12810 PAX
IM003/003
IN WITNESS WHEREOF, the said Pick It construction, Inc .. _ , as Principal herein,
has caused these presents to be signed in its name by its Pres ident
and attested by its „-,}g„ecretar under its corporate seal, and the said
American Aafpty Casualty Tnemrance CQ=aayas Surety herein, has
caused these presents to be signed in its name by its Utorn y-in-Fact _
under Its corporate seal, this 28th day of June. „ A.D.,
2013.
Signed, sealed and delivered
In the presence or:
witness to Pr' cipal
Surety
American Rafet ry_Cagualty TnRuranaQ Cnmmpany
l
Pick -it Construction, Inc.
Princip o ctor
By Nathan Ogden
President
Title
Attorney -in -Fact (Power- ttorne-y
to be Attached)
By Gail Sarraza
Resident Agent
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 00 41 16-2
June 17, 2013
� "! F; * 4 ok "m
POWER OF ATTORNEY
� 0.0
Go
fty lift, U.0
that,X, Insull
� al ode, and
mm
ME
BE
HE
HE
BE
m
Wnin 110WID VOID VOID VOID va" If
BID; 13-37
Tal *vyZ ev Ie DATE: 0-co p 3
1 T�I�E: z:e:o inn
Akl(RN5J15
CITY OF FAYETTEVILLE
Bid 13-37, Construction -Wilson Park Pool Buildings Renovations
BIDDER TOTAL BASE BID
1 Benchmark Construction of NWA $ 442,000.00
2 Cornerstone Construction of Russellville, Inc. $ 456,300.00
3 General Construction Solutions, Inc. $ 418,444.00
4 Heckathorn Construction Co, Inc. $ 438,800.00
S Pick -It Construction, Inc. $ 403,987.00
*140TICE: Bid award is eantimpnt upon vendar meeting minimum spwAcatiarm and formal authorizad.on by City oMlals.
CERTIFIED: I) J Q
P. VICE, PORCH MOR 1 _ % ITNESS T
AGREEMENT
BETWEEN CITY OF FAYETTEVILLE AND CONTRACTOR
THIS AGREEMENT is dated as of theift44%-. day of in the year 2013 by and between
the City of Fayetteville, Arkansas {hereinafter called CI�OOFF FAYETTEVILLE) and Pick -It
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 renovation of the office i locker room building, pump house,
and concession building at Wilson Park Pool. The construction includes structural additions, wall
modifications, finishes, mechanical, plumbing, & electrical items at Wilson Park Pool and all
items indicated in the Drawings and Specifications.
Article 2. PROJECT MANAGER.
The Project has been designed by Crafton Tull Associates, Inc. under the direct supervision of:
City of Fayetteville Parks and Recreation Department
1455 South Happy Hollow Road
Fayetteville, Arkansas 72701
and will be hereinafter called ARCHITECT and who is to act as CITY OF FAYETTEVILLE's
representative, assume all duties and responsibilities, and have the rights and authority
assigned to ARCHITECT in the Contract Documents in connection with completion of the Work
in accordance with the Contract documents. A representative from the Parks and Recreation
Department will be hereinafter called PARKS AND RECREATION DEPARTMENT PROJECT
MANAGER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties
and responsibilities, and have the rights and authority assigned to PROJECT MANAGER 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 Construction of Wilson Park Pool Buildings Renovation shall be
substantially completed within 150 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.B & C of the General Conditions within 180 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
City of Fayetteville
Bid 13-37, Construction -Wilson Park
Pool Buildings Renovation Page 1 of 7 August 6, 2013
Conditions. They also recognize the delays, expense and difficulties involved in proving
the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not 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 an 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.
Four Hundred Three Thousand Nine Hundred Eighty -Seven and 001100 403 987.00
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 DEPARTMENT PROJECT MANAGER as provided in paragraph
9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
11.03.E 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 DEPARTMENT PROJECT MANAGER as
provided 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 DEPARTMENT PROJECT MANAGER,
on or about the 1st 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 established in paragraph 2.07 of the General Conditions and based on the number
of units completed in the case of Unit Price Work or, in the event there is no schedule of
values, as provided in the General Requirements.
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 2 of 7 August 6, 2013
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 DEPARTMENT 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.
95 percent of Work completed (with the balance of 5 percent being
retainage), If Work has been 50 percent completed as determined by the
PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, and if
the character and progress of the Work have been satisfactory to CITY OF
FAYETTEVILLE and PARKS AND RECREATION DEPARTMENT
PROJECT MANAGER, CITY OF FAYETTEVILLE, on recommendation of
PARKS AND RECREATION DEPARTMENT 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 14.02.13.5 &
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
DEPARTMENT 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.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs 14.07.8 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay
the remainder of the Contract Price as recommended by PARKS AND RECREATION
DEPARTMENT 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, or
furnishing of the Work.
City of Fayetteville
Bid 13-37, Construction -Wilson Park
Pool Buildings Renovation Page 3 of 7 August 6, 2013
6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing of the Work.
6.4. CONTRACTOR has carefully studied all reports of explorations and tests of
subsurface conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface or subsurface structures at or contiguous to the site 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 drawings are not Contract
Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR
acknowledges that CITY OF FAYETTEVILLE and PARKS AND RECREATION
DEPARTMENT 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 Contract 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, explorations, tests,
studies, and data with the Contract Documents.
6.7. CONTRACTOR has given PARKS AND RECREATION DEPARTMENT PROJECT
MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that
CONTRACTOR has discovered in the Contract Documents and the written resolution
thereof by PARKS AND RECREATION DEPARTMENT 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.
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 4 of 7 August 6, 2013
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 to 7, inclusive).
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 to 13 inclusive).
7.7. Specifications consisting of Divisions 1 through 32 as listed in table of contents
thereof.
7.8. Addenda numbers 1 to 4, inclusive.
7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and
additional sheets as enumerated in the drawing index with each sheet bearing
the following general title: Construction Documents - Wilson Park Pool
Buildings Renovation.
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
City of Fayetteville
Bid 13-37, Construction -Wilson Park
Pool Buildings Renovation Page 5 of 7 August 6, 2013
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, 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.
8.7. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-
44-501 through 508) prohibits the filing of any mechanics' or materialmen's liens in relation
to this public construction project. Arkansas law requires and the Contractor promises to
provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the
amount of this contract. Any subcontractor or materials supplier may bring an action for non-
payment of labor or materials on the bond. The Contractor promises to notify every
subcontractor and materials supplier for this project of this paragraph and obtain their written
acknowledgement of such notice prior to commencement of the work of the subcontractor or
materials supplier.
City of Fayetteville
Bid 13-37, Construction - Wilson Park
Pool Buildings Renovation Page 6 of 7 August 6, 2013
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this
Agreement in duplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE
and PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, and one counterpart
has 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 RECREATION DEPARTMENT PROJECT MANAGER on their behalf.
This Agreement will be effective on , 2013 (which is the Effective
Date of The Agreement).
CITY OF FAY TEVILLE:
By:
M yor
[CORPOR%A%j,
;FAYET7EVtLLE� -
rZ• • �
zz;,r"Qom ®t'��
Attest-X1 z Ak.—z
CONTRACTOR
[CORPORATE SEAL]
* If a Corporaflon, attest by the Secretary.
Address for giving notices Address for giving notices
Pick -it Construction, Inc.
10024 N. Campbell Road
Fayetteville, AR 72701
(If CONTRACTOR is a corporation, attach evidence of authority to sign.)
City of Fayetteville
Bid 13-37, Construction - Wilson Paris
Pool Buildings Renovation Page 7 of 7
August 6, 2013
from any personal liability for acts performed on behalf of the. corporation to date and approve these acts
on behalf of the corporation.
6. Authority to Execute Legal Documents for the Corporation. Execution of legal documents
for the corporation was discussed, after which, on motion duly made, seconded and unanimously
carried, it was
RESOLVED: Any ___ore _ of the following officers is/are hereby authorized to execute all
legal documents for and on behalf of the corporation, including but not limited to leases, mortgages,,
agreements, contracts, promissory notes, bills of sale, chattel mortgages, satisfactions and assignments
of mortgages, liens and encumbrances of all kinds, claims for liens, lien waivers, transfers and
assignments of real, personal and mixed property, which may be necessary and proper in the conduct of
the corporation:
Nathan Loren Ogden
Reference is made to the official corporate documents on file with the Arkansas Corporations
Section of the Secretary of the State and the official corporate files at the main office of the corporation
located at 2300 S. Razorback. Road, Fayetteville; Arkansas.
7. Section 1244 Plan. The chairman then stated that he felt it would be advisable .to approve and
adopt a plan to offer shares of common stock for sale under § 1244 of the Internal Revenue Code of 1954
as amended. The chairman presented to the meeting a form of plan to offer shares of common stock for
sale, so that any loss sustained by a shareholder on the sale or exchange of stock in the corporation may
qualify for ordinary loss deduction treatment on the shareholder's personal income tax return. On motion
duly made, seconded and unanimously passed, the following preambles and resolutions were
unanimously adopted:
WHEREAS, it is deemed advisable and in the best interests of the corporation and its
shareholders that the Board of Directors of the corporation approve and adopt a plan to offer shares of
common stock for sale so that, in the hands of qualified shareholders, such shares of stock will receive
the benefits of § 1244 of the Internal Revenue Code of 1954 as amended; and
WHEREAS, the corporation is a small business corporation as defined in §1244(c)3, and there
is not now outstanding any prior offering of the corporation to sell and issue any of its stock;
NOW, THEREFORE, IT IS HEREBY RESOLVED that the Board of Directors hereby
approve and adopt the plan to offer shares of common stock for sale in the form of plan presented to this
meeting, and the Board of Directors instructs the secretary of this meeting to insert a copy of that plan in
the minute book following the minutes of this meeting; and
IT IS FURTHER RESOLVED that the proper officers of the corporation are hereby
authorized and directed to sell and issue shares of common stock in such manner that they qualify under
the plan hereinabove adopted.
S. Section 303 Stock Redemption. The President advised those present that the death of one of
the major shareholders of the corporation is a possibility that could occur, and that the Internal Revenue
Code of 1954, as amended, §303, permits shares of stock in a corporation to be redeemed for payment of
estate, inheritance, legacy, succession taxes, and funeral and administration expenses; after discussion,
and upon motion made, seconded and unanimously passed, it was
RESOLVED: The corporation agrees that in the event of the death of any major shareholder
T �
OR
N
m
it
O
m
mQ.
nn?
cWr
7
R
T
3 � �
� y
a o 0 0 0 p0e o pp Q
C
O C O O C d O O O
O
cc
N n °
'�
tab owl
cm�
c 3 v
01
i
�
z O
O I.
m C
S f
SO
NN 14
co
co
3k
Cl
a
n
N
m
x
N
m
L�l
pN
O
It I ilia, --13
PERFORMANCE BOND AND PAYMENT BOND
Bond Number : 2000631
11111111I�llllllllllllllllllllllllllllllll111111111I11111111111111I11111111��11
Doc ID: 015364510003 Type: LIE
Kind: PERFORMANCE BOND
Recorded: 08/26/2013 at 02:19:28 PM
Fee Amt: $25.00 Page I of 3
Washington County, AR
Kyle Sylvester Circuit Clerk
FileB032-0000008
2
We Pick -it Construction, Inc., hereinafter referred to as Principal, and American
Safety Casualty Insurance Company, hereinafter referred to as Surety, are held and firmly
bound unto City of Fayetteville Arkansas, as obligee, hereinafter referred to as Owner, in
the initial Contract amount of $ 403 987.00 Four Hundred Three Thousand Nine Hundred
Eighty -Seven & No/100, said amount to be deemed a performance bond payable to Owner
under the terms of this Performance and Payment Bond Agreement. The Principal and
Surety state that the Surety is a solvent corporate surety company authorized to do
business in the State of Arkansas.
Principal has by written agreement dated August 6. 2013 entered into a capital
improvement contract (Contract) with the Owner for Renovation of office/locker room
building, pump house and concession building at Wilson Park Pool, Fayetteville, Arkansas.
The above referenced Contract is incorporated herein by reference.
Under this Performance and Payment Bond Agreement, the Principal and Surety
shall be responsible for the following:
a. The Principal shall faithfully perform the above referenced Contract, which is
incorporated herein by reference and shall pay all indebtedness for labor and materials
furnished or performed under the Contract.
b. In the event that the Principal fails to perform the Contract, the Principal and the
Surety, jointly and severally, shall indemnify and save harmless the Owner from all cost and
damage which the Owner may suffer by reason of Principal's failure to perform the
Contract. Said indemnification shall include, but not be limited to, full reimbursement and
repayment to the Owner for all outlays and expenses which the Owner may incur in making
good any such default or failure to perform the Contract by the Principal.
c. Principal shall pay all persons all indebtedness for labor or material furnished or
performed under the Contract and in doing so this obligation shall be null and void. In the
event that Principal fails to pay for such indebtedness, such persons shall have a direct right
of action against the Principal and Surety, jointly and severally, under this obligation, subject
to the Owner's priority.
d. Principal shall guarantee the faithful performance of the prevailing hourly wage
clause as provided in the Contract.
This bond is given in accordance with Arkansas laws and regulations, including Ark.
Code Ann. § 18-44-503, §19-4-1405, and § 22-9-401 et seq. The Surety guarantees that
the Principal shall comply with Ark. Code Ann. § 22-9-308 (d) by payment and full
Rev 11/13/03 PERFORMANCE AND PAYMENT BOND 00614-1
compliance with all prevailing hourly wage contract provisions where the contract amount
exceeds the amount provided in Ark. Code Ann. § 22-9-302(1).
Any changes made in the terms of the Contract, including but not limited to, the
amount of the contract, or in the work to be done under it, or the giving by the Owner of any
extension of time for the performance of the contract, or any other forbearance on the part
of either the Owner or the Principal to the other shall not in any way release the Principal
and the Surety or Sureties or either or any of them, their heirs, personal representatives,
successors or assigns from their liability hereunder, notice to and consent of the Surety or
Sureties of any such change, extension or forbearance being are hereby voluntarily waived.
In no event shall the aggregate liability of the Surety exceed the Contract documents.
This Performance and Payment Bond Agreement is binding upon the above named
parties, and their successors, heirs, assigns and personal representatives.
Executed by the parties who individually represent that each voluntarily enters into
and has the authority to enter into this agreement.
BY: zq/0__,26L
Contractor Dale
BY: Au ust 19 2013
A: kansas Resident Agent or N esident Agent/ Attorney -in -Fact Date
Gail A. Barraza, The Bond Exchan e August 1912013
Print: Agent's Name Date
PO Box 23407
Address
Little Rock Pulaski Arkansas 72221
City County State Zip Code
Business#: 501-707-3519 Fax#: 501-325-1259
E-Mail: gait@thebondexchange.com
Rev 11/13/03 PERFORMANCE AND PAYMENT BOND 00614-2
ZW
POWER OF ATTORNEY
AwRrMSVTYlsstnsral"
KNOW ALL MEN BY THESE PRESENTS, that American Safety Casualty Insurance Company has made, constituted and appointed, and by these
presents does make, constitute and appoints
MASON GRASHOT, AMI ASHMORE, GAIL BARRAZA OF LITTLE ROCK, AR
its true and lawful attorney -in -fact, for it and its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertaking and
contracts of suretyship to be given to
ALL OBLIGEES
provided that n bond or undertaking or contract of suretyship executed under this authority shall exceed In amount the sum of
***THREE MILLION***($3,000,000) DOLLARS***
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company of the 25th day of April, 2012.
RESOLVED, that the President in conjunction with the Secretary ar any Assistant Secretary may appoint attorneys -in -fact or agents with authority as
defined or limited in the Instrument evidencing the sppolntmant in each case, for and on behalf of the Company, to execute and deliver and affix the
seal of the Company to bands, undertakings, raaogntzartces, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -
fad or agent and revoke any power of attiomey previously granted to such persons.
RESOLVED FURTHER. that any band. undertaking, recognizance. or suretyship obligation shall be valid and binding upon the Ctmtpany: (i) when
signed by the President or any Vice-PresWerM and attested and sealed (If a seal is required} by any Secretary or Assistant Secretary or (A) when signed
by the President or any Vice-Prest lent or Secretary or Assistant Secretary, and oounter-signed and sealed (if a seal is required) by a duly authorized
attomey4n-fact or agent; or (Ili) when duty executed and sealed (if a seal is required) by one or more attorney -in -fact or agents pursuant to and within
the limits of the authority evidenced by the power of attorney Issued by tits Company to such person or persons.
RESOLVED FURTHER, that the signature of any authorized offer end the seal of the Company may be affixed by facsimile to any power of attorney
or certificat[an thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company;
and such signature and seal when so used shall have the same force and effects as though manually affixed.
IN WITNESS WHEREOF, American Safety Casualty Insurance Company has caused its official seal to be
signed by Its President and attested by Its Secretary this 25th day of April, 2012.
Attest;
1
Ambuj Join '•'
STATE OF GEORGIA
COUNTY OF COBB
On this 25th day of April, 2012. before me personally came Joseph D
he is the President of American Safety Casually insurance Cmknows the seal of the said corporation; that the seal affixed to the
Directors of said corporation and that he signed his name thereto
i-4
and these presents to be
o me known, who, being by me duly sworn, did depose and say that
{116p escribed in and which executed the above Instrument; that he
�orporate seal; that is was so affixed by order of the board of
MAR. RA
27, : * —
201 B Lee J Public
nr n�
I, the undersigned, Secretary of American Safety Casualty Insurance Comp , '•• Oklahoma corporation, DO HEREBY CERTIFY, that the foregoing
and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth
in the said Power of Attomey, is now in force.
Signed and sealed in the City of Atlanta, in the State of Georgia �" ' .
: G
Dated this&day o a.
; A
--
sa e
Ambuj JaiA
PICKI-1 OP ID: PL
'A'5- CERTIFICATE OF LIABILITY INSURANCE
DATE(M08111204/20 3
13
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsements .
PRODUCER Phone: 479-756-6330
Farris Insurance Agency Inc Fax: 479-756-9262
PO BOX 345
CONTA CT
NAME; Nathan Ogden
PHONE 479-973-4109 FJC 479.571-3672
SAIyNo Ext : AIC No
Springdale, AR 72765
Jeff Jech
E-MAIL
ADDRESS:
INSURERIS AFFORDING COVERAGE
NAIL 0
INSURER A: Union Standard Insurance
31325
INSURED Pick -It Construction, Inc. &
INSURER 8:CNA Surety Company
Ogden Leasing, Inc.
10024 N Campbell Rd.
INsuRERc:
INSURER D:
Fayetteville, AR 72701
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
bL�Oa
POLICY NUMBER
POLICY EFF
MMIDD
POLICY EXP
MIDD
LIMITS
A
GENERAL LIABILITY
NCOMMERCIAL GENERAL LIABILITY
CLAIMS-MADE 1 OCCUR
CNA457385610
12/0912012
12/09/2013
EACH OCCURRENCE
S 1,000,00
PREMISES Ea NTEDn—
$ 100,00
MED EXP {Any one Person)
$ 5,00
PERSONAL B ADV INJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO- LOC
JECT
PRODUCTS - COMPIOP AGG
$ 2,000,00
$
A
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
AUTO$ AUTOS
X HIRED AUTOS X NON -OWNED
AUTOS
CAA437237712
12109/2012
12/09/2013
EO acud b SINGLE LIMIT
S 1,000,00
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per aaddent
$
S
A
X
UMBRELLA LIAR X
EXCESS UAB
OCCUR
CLAIMS -MADE
CUA457386010
1210912012
12JO912013
EACH OCCURRENCE
S 1,000,00
AGGREGATE
$ 1,000,00
DED I X I RETENTIONS 10000
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOWPARTNERfEXECUTIVE �
OFFICEIUMEMBER EXCLUDED?
(Mandatory in NH)
U yes, descries under
DESCRIPTION OF OPERATIONS below
N f A
CA437340712
12/0912012
12/09/2013
X WC ST M U- OTH-
RER
E.L. EACH ACCIDENT
S 1,000,00
E.L. DISEASE - EA EMPLOYE
$ 1,000,00
E.L. DISEASE - POLICY LIMIT
$ 1,000,00
B
AR Contractor
License Bond
61204606
01/0512013
01/0512014
Bond 10,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VENICLES (Attach ACORD ID1, Additional Remarks Schedule, if more space is required)
CERTIFICATE HOLDER CANCELLATION
CITYFAY
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Fayetteville
ACCORDANCE WITH THE POLICY PROVISIONS.
113 West Mountain
AUTHORIZED REPRESENTATIVE
Jeff Jech
Fayetteville, AR 72701
O 1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
8/12/2013 Sondra Smith - Resolution Seite 1
From: Marsha Hertweck 1/ / !°2
To: Smith, Sondra
Date: 8/12/2013 12:23 PM SCANNEDSubject: Resolution
Sondra,
The Resolution I was looking at is ok after all. The exhibit at the end wasn't signed and I was thinking
that was the end of the procedures. So I don't need anything from you.
Thanks,
Marsha
a4u
7(,b JVa� A17W-V�� I&&-"
6A, Td"&4-�
PeO.
Carole Jones
Submitted By
City of Fayetteville Item Review Form
2014--0017
Legistar File Number
NIA
City Council Meeting Date -Agenda Item Only
NIA for Non -Agenda Item
Action Required:
P4.lk CoYIS�YUCi�o�
10
Parks and Recreation
Department
Approval of change order #1 to Resolution 169-13 for Bid # 13-37 with Pick -It Construction, Inc. in
the amount of $36,581.02 for the Construction of Wilson Park Pool Buildings Renovation.
Does this item have a cost? YeS
$36,581.02
Cost of this request
2250.9256.5315.00
Account Number
13001.1101
Project Number
Budgeted Item? YeS
$609,776.00
Category or Project Budget
$502,478.20
Funds Used to Date
$70,716.78
Remaining Balance
Budget Adjustment Attached? NO
Previous Ordinance or Resolution # 169-13
Original Contract Number:
Comments:
Community Park Improvements
Program or Project Name
Wilson Park Improvements
Program or Project Category
PLDO SW Quadrant
Fund Name
V20130812
ayleev! e
ANSAS�
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
Alison Jumper, Park Planning Superintendent
From: Carole Jones, Park Planner II
Date: January 17, 2014
THE CITY OF FAYETTEVILLE, ARKANSAS
?ARKS AND RECREATION DEPARTMENT
113 WestestMOMountain
Fayetteville, AR 72701
P(479)444-3471 F(479)521-7714
Subject: Request for approval of change order #1 to Resolution 169-13 for Bid # 13-37 with Pick -It
Construction, Inc. in the amount of $36,581.02 for the Construction of Wilson Park Pool
Buildings Renovation
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over 20,000
visitors in 2012 during the eight week summer season. The original Wilson Park pool buildings were built
between the 1930s and the 1960s. The last significant renovation of the buildings was in 1983.
On August 6, 2013, the City Council passed Resolution Number 169-13 approving a contract with Pick -It
Construction, Inc. for Bid 13-37, Construction of Wilson Park Pool Buildings Renovation, in the amount of
$403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585. The project includes
the renovation of the office / locker room building, pump house, and concession building. The construction
includes structural additions, wall modifications, finishes, mechanical, plumbing, and electrical items.
Staff is requesting approval for the following changes:
1. Parking lot improvements including re -striping, planting trees, relocating trash dumpster and installing
drainage grate;
2. Relocation of existing gas lines;
3. Revisions to interior cabinet and countertop materials; and
4. Revisions to electrical improvements and addition of a Knox Box.
The changes listed in item 91 are required by the city's Planning and Engineering Divisions. Revisions listed in
item #2 are required to relocate existing utilities around the new entry wall and ADA accessible sidewalk /
ramp. Revisions listed in item #3 are required to meet FEMA's wet floodproofing regulations due to the
building's location in the floodway. The changes listed in item #4 are required by the city's Fire Department.
The contractor is also requesting 30 additional days for completion of the project.
RECOMMENDATION:
Parks and Recreation staff recommends approval of change order #1 to Resolution 169-13 for Bid # 13-37 with
Pick -It Construction, Inc. resulting in an increase of $36,581.02. This amount is within the project contingency
of $60,598 leaving a balance of $24,016.98 in contingency.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
THE CITY OF FAYETTEVILLE, ARKANSAS
T _ 113 West Mountain
PARKS AND RECREATION DEPARTMENT
Tave
�� r Y � Fayetteville, AR 72701
P (479)444-3471 F (4791521-7714
ARKANSAS
yr�
www.accessfayetteville.org
BUDGET IMPACT:
This project is funded with Park Land Dedication (SW Quadrant) funds. The cost is accounted for in project
number 13001.1101 - Wilson Park Improvements.
Attachments-
Staff Review Form
Resolution No. 169-13
Pick -It Construction, Inc. Change Order No. 1 Cost Estimate
Change Order No. I
Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain -Fayetteville, AR 72701
RESOLUTION NO. 169-13
A RESOLUTION AWARDING BID #13-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$463,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
#13-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6 h day of August, 2013.
APPROVED:
B .•--
I NELD J , Mayor
ATTEST:
By: ���'►
SONDRA E. SMITH, City Clerk/Treasurer
�� • CG�A Y p ••Gp�:
3. •
•t^
U' FAYETTEVILLE;--=
To N
Pick -it Construction Inc.
10024 N. Campbell Rd. Fayetteville, AR 72701
Change Order # 1 Project # 5571
Owner: The City of Fayetteville Architect: Crafton Tull
Project: Wilson Park Pool Buildings Renovation
The contract is changed as follows:
I
S550.00
Additional Striping (subcontracted)
2
$975.00
Landscaping excluding sod (subcontracted)
3
S1,750.00
Topsoil and Sod (self -perform)
4
$1,500.00
Mass Grading (subcontracted)
5
$4,578.00
Site Demolition (subcontracted)
6
$3,945.00
Concrete Paving L&M (subcontracted)
7
S5,264.69
Change hliIIwork Material (subcontracted)
8
S1,200.00
Pipe Bollards (self -perform)
9
$770.00
Knox Box L&M (self -perform)
10
S380.00
Revised Electrical (subcontracted)
11
$817.90
Safe-T-Grate Material
12
S150.00
Safe-T-Grate Labor (sel f-perform)
13
$1,344.43
Toilet Partition Material (removed by City of Fayetteville)
14
S425
Toilet Partition Labor (self-pertonn)
i5
S2,600.00
Install 80' of2" and 40' of I- IN' gas line (subcontracted)
16
S5.760.00
Supervision (additional 3 weeks + 3 days)
17
S1,800.00
Project Management (Additional I week)
18
$1,092.75
Protil Subcontracted Work (5%)
19
$1,778.25
Profit Self Performed Work (15%)
20
$36,581.02
Total Change Order
Breakdown:
The original contract sum was S 403,987.00
Net change by previously authorized change orders S 0.00
The contract sum prior to this change order was S 403,987.00
The contract sum will be increased by this change order in the amount of S 36,581.02
The new contract sum including this change order will be $ 440,568.02
The contract time will be increased by... .... .......... ( 24 ) days
Accepted By:
Contractor:
W&94 75W.4,W
Print Name
Si
Date
Architect:
Print Name
LZ
Sign
(-�
Date
Owner:
Print Name
Sign
Date
•
ayjee�vl e
KAM1ESA�
THE CITY OF FAYETTEVILLE, ARKANSAS
PARKS AND RECREATION DEPARTMENT
l 113 West Mountain
Fayetteville, AR 72701
P t4791444-3471 F (4791521-7714
CHANGE ORDER NO. I Cost Plus X- Pre -Agreed Unit Price X
Project Name and Number: Construction of Wilson Park Pool Buildings Renovation
Name of Contractor: Pick -It Construction, Inc.
Address of Contractor:_ 10024 N. Campbell Road, -Fayetteville, AR 72701
Date of Contract: August 6, 2013
Original Contract Sum: $ 403,987.00
Total Amount of All Previous Approved Change Orders: $ 0.00
Contract Sum prior to this Change Order: $ 403,987.00
Contract Sum increase this Change Order: $ 36,581.02
New Contract Sum including this Change Order: $ 440,568.02
Subject and Reason for this Change Order: Staff is requesting approval for the following changes: l) Parking lot
improvements including re -striping, planting trees, relocating trash dumpster and installing drainage grate; 2)
Relocation of existing gas lines; 3) Revisions to interior cabinet and countertop materials; and 4) Revisions to
electrical improvements and addition of a Knox Box. The changes listed in item # l are required by the city's
Planning and Engineering Divisions. Revisions listed in item #2 are required to relocate existing utilities around the
new entry wall and ADA accessible sidewalk / ramp. Revisions listed in item #3 are required to meet FEMA's wet
floodproofing regulations due to the building's location in the floodway. The changes listed in item #4 are required
by the city's Fire Department. The contractor is also requesting 30 additional days for completion of the project.
Additional Time Requested: 30 Calendar Days
Dated this 15th day of January, 2014
CITY OF FAYETTEVILLE
Parks & Recreation Dep ent
By: G,4
Carole Jones, Par fanner I1
CITY OF F "'ETTE IL E
By: +c.�----
Mayo io d Jordan
��`�E Y, I TR11��i�
ATTEST: �`�.�G�' • 1S Y
�
FA YETTEVI!_ LrE ; �U!
�� • •a
y9�kA N S per. • `����.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
Carole Jones
Submitted By
City of Fayetteville Item Review Form
20 1 4-0096
Legistar File Number
NIA
City Council Meeting Date - Agenda Item only
NIA for Non -Agenda Item
Action Required:
P��-�k �pY1SkYl4C�ibh
C1�nge brb,�r 2
Parks and Recreation
Department
Approval of change order #2 to Resolution 169-13 for Bid # 13-37 with Pick -It Construction, Inc. in
the amount of $1,452.60 for the Construction of Wilson Park Pool Buildings Renovation.
Does this item have a cost? Yes
$1,452.60
Cost of this request
2250.9256.5315.00
Account Number
13001.1101
Project Number
$462,477.65
Category or Project Budget
$391,760.87
Funds Used to Date
$69,264.18
Remaining Balance
Community Park Improvements
Program or Project Name
Wilson Park Improvements
Program or Project Category
PLDO SW Quadrant
Fund Name
Budgeted Item? YeS Budget Adjustment Attached? No
V20130812
Previous Ordinance or Resolution # 169-13
Original Contract Number:
Comments:
•
a e eel e
-AiiKANSA�
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
Alison Jumper, Park Planning Superintendent
From: Carole Jones, Park Planner II
Date: February 21, 2014
THE CITY OF FAYETTEVILLE, ARKANSAS
PARKS AND RECREATION DEPARTMENT
�• '' 113 West Mountain
Fayetteville, AR 72701
P (479) 444-3471 F (479)521-7714
Subject: Request for approval of change order #2 to Resolution 169-13 for Bid # 13-37 with Pick -It
Construction, Inc. in the amount of $1,452.60 for the Construction of Wilson Park Pool
Buildings Renovation
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over 20,800
visitors in 2013 during the summer season. The original Wilson Park pool buildings were built between the 1930s
and the 1960s. The last significant renovation of the buildings was in 1983.
On August 6, 2013, the City Council passed Resolution Number 169-13 approving a contract with Pick -It
Construction, Inc. for Bid 13-37, Construction of Wilson Park Pool Buildings Renovation, in the amount of
$403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585. The project includes the
renovation of the office / locker room building, pump house, and concession building. The construction includes
structural additions, wall modifications, finishes, mechanical, plumbing, and electrical items.
Staff is requesting approval for the following change:
1. Relocation of existing electrical lines
The change is required to relocate existing utilities around the new entry wall and ADA accessible sidewalk / ramp
per the city's Building Safety Division. The contractor is not requesting any additional days for completion of the
project.
RECOMMENDATION:'
Parks and Recreation staff recommends approval of change order #2 to Resolution 169-13 for Bid # 13-37 with Pick -
It Construction, Inc. resulting in an increase of $1,452.60. This amount is within the project contingency of $60,598
leaving a balance of $22,564.38 in contingency.
BUDGET IMPACT:
This project is funded with Park Land Dedication (SW Quadrant) funds. The cost is accounted for in project number
13001.1101 - Wilson Park Improvements.
Attachments:
Staff Review Form
Resolution No. 169-13
Pick -It Construction, Inc. Change Order No. 2 Cost Estimate
Change Order No. 2
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
RESOLUTION NO. 169-13
A RESOLUTION AWARDING BID #13-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$403,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
#I3-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at -Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6t' day of August, 2013.
APPROVED:
B..�----
I NELD J ,Mayor
ATTEST:
By: Y049fA.�r w � A
SONDRA E. SMITH, City Clerk/Treasurer
`tptttirr+ii�i
�i
FAYETfEVILL0�=
'.�sy. kA Ns
i
Pick -it Construction .Inc.
10024 N. Campbell Rd. Fayetteville, AR 72701
Chan a Order # 2 Project # 5571
Owner: The City of Fayetteville Architect: Crafton Tull
Project: Wilson Park Pool Buildings Renovation
The contract is changed as follows:
Sleeve electrical wiring at footing per City Of Fayetteville
1
$450.00
Conduit Sleeve Labor (sub)
2
$182.00
Conduit Sleeve Mamrial (sub)
3
$500.00
Remove and Replace Rebar (sub)
4
$240.00
Supervision
5
S56.60
Profit Subcontracted Work (5%)
6
$24.00
Profit Self Performed Work (]0%)
7
S1.452.60
Total Change Order
Breakdown:
The original contract sum was S 403,987.00
Net change by previously authorized change orders $ 36,581.02
The contract sum prior to this change order was S 440.568.02
The contract sum will be increased by this change order in the amount of $ 1,452.60
The new contract sum including this change order will be S 442,020.62
0 1 f
The contract time will be increased by ................................................ day
{
1
Accepted By:
Contractor: Architect: Owner:
Print Name Print Name Print Name
$inn Sign Sign
xlz� /iSI
Date Date Date
r
I
I
I
I
1
1
i
a
I
E•
e�le
AR
THE CITY OF FAYETTEVILLE, ARKANSAS
CHANGE ORDER NO. 2 Cost Plus X Pre -Agreed Unit Price X
Project Name and Number: Construction of Wilson Park Pool Buildings Renovation
Name of Contractor: Pick -It Construction, Inc.
Address of Contractor: 10024 N. Campbell Road, Favetteville. AR 72701
Date of Contract: August 6, 2013
Original Contract Sum: $ 403,987.00
Total Amount of All Previous Approved Change Orders: $ 36,581.02
Contract Sum prior to this Change Order: $ 440,568.02
Contract Sum increase this Change Order: $ 1,452.60
New Contract Sum including this Change Order: $ 442,024.62
PARKS AND RECREATION DEPARTMENT
113 West Nlountaln
Fayetteville, AR 72701
P (479) 444-3471 F (479) 521-7714
Subiect and Reason for this Change Order: Staff is requesting approval for the following change: 1) Relocation of
existing electrical lines. The change is required to relocate existing utilities around the new entry wall and ADA
accessible sidewalk / ramp per the city's Building Safety Division. The contractor is not requesting any additional
days for completion of the project.
Additional Time Requested: 0 Calendar Days
Dated this 19th day of February, 2014
CITY OF FAYETTEVILLE
Parks & Recreation Department
By: & & -
Carole Jones, rk lanner II
CITYYETT LE
40OFYETT
�i s t
Telecommunications Device for the Deaf TDD (479)521-1316
Pick -It Construction, Inc.
Contractor
By: _
Title:
ATTEST:
113 West Mountain - Fayetteville, AR 72701
Y.O. BOX 987
FARMIVC,r1ON, AR 72730
(479) 267-2403 OFFICE
(479) 2(37-247:i FAX
(479) 42 2-32:3.5i CELL,
CONTRACTOR LICENSE#
0152030514
i
Date: 2,14,14
To: Pick It
Attn: Estimating Dept.
Re: Wilson Park Pool
Our Clarifications and/or Exclusions/inclusions are as follows.
Installing conduit sleeve over splice in concrete pour area.
Labor $4-50.00
Material $182.00
Total $632.00
E
I
I
Thank you for your consideration to price this project. If you have any questions, please do not hesitate to call me.
Siinnc�cm1y.
%%LQIL� !/f/Qlldt�'L
f
City of Fayetteville Item Review Form o y ft
2014-0165
Legistar File Number QA6
&�q
NIA
City Council Meeting Date - Agenda Item Only
NIA for Non -Agenda Item
Carole Jones Parks and Recreation
Submitted By Department
Action Required:
IApproval of change order #3 to Resolution 169-13 for Bid # 13-37 with Pick -It Construction, Inc. in
the amount of $15,646.25 for the Construction of Wilson Park Pool Buildings Renovation.
Does this item have a cost? Yes
$15,646.25
Cost of this request
2250.9256.5315.00
Account Number
13001.1101
$609, 776.00
Category or Project Budget
$540,511.82
Funds Used to Date
Community Park Improvements
Program or Project Name
Wilson Park Improvements
Program or Project Category
PLDO SW Quadrant
Project Number Remaining Balance Fund Name
Budgeted Item? Yes Budget Adjustment Attached? NO
V20i30612
Previous Ordinance or Resolution # 169-13
Original Contract Number: 2293
Comments:
$53,617.93
CITY OF
Ta 'ol
•
e evl ,
ARKANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
Alison Jumper, Park Planning Superintendent
From: Carole Jones, Park Planner II
Date: March 28, 2014
Subject: Request for approval of change order #3 to Resolution 169-13 for Bid # 13-37 with Pick -It
Construction, Inc. in the amount of $15,646.25 for the Construction of Wilson Park Pool
Buildings Renovation
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over
20,800 visitors in 2013 during the summer season. The original Wilson Park pool buildings were built
between the 1930s. and the 1960s. The last significant renovation of the buildings was in 1983.
On August 6, 2013, the City Council passed Resolution Number 169-13 approving a contract with Pick -It
Construction, Inc. for Bid 13-37, Construction of Wilson Park Pool Buildings Renovation, in the amount of
$403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585. The project
includes the renovation of the office 1 locker room building, pump house, and concession building. The
construction includes structural additions, wall modifications, finishes, mechanical, plumbing, and
electrical items.
Staff is requesting approval for the following changes:
1) Re -roofing of the concession and chemical buildings; and
2) Replacement of five existing windows on the pool and concession buildings with Lexan.
These items were omitted from the original contract due to budget constraints. The contractor is requesting
five additional days for completion of the project. The additional five days will be added to the substantial
completion date so that the project will be completed before the pool opens for the 2014 season.
RECOMMENDATION:
Parks and Recreation staff recommends approval of change order #3 to Resolution 169-13 for Bid # 13-
37 with Pick -It Construction, Inc. resulting in an increase of $15,646.25. This amount is within the project
contingency of $60,598 leaving a balance of $6,918.13 in contingency.
BUDGETIMPACT:
This project is funded with Park Land Dedication (SW Quadrant) funds. The cost is accounted for in
project number 13001.1101 - Wilson Park Improvements.
Attachments:
Staff Review Form
Resolution No. 169-13
Pick -It Construction, Inc. Change Order No. 3 Cost Estimate
Change Order No. 3
Mailing Address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
RESOLUTION NO. 169-13
A RESOLUTION AWARDING BID #13-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$463,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
#13-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6 h day of August, 2013.
APPROVED: ATTEST:
B By:
I NELD J , Mayor SONDRA E. SMITH, City Clerk/Treasurer
,�1�11111f/►�
r : FAYETTEVILLE,
101, kA Nsp`�' ��•`fi
Pick -it Construction Inc.
10024 N. Campbell Rd. Fayetteville, AR 72701
Change Order # 3 Project # 5571
Owner: The City of Fayetteville Architect: Crafton Tull
Project: Wilson Park Pool Buildings Renovation
The contract is changed as follows:
Addition of new roofing an concession and pump house.
Remove and replace glass in pool house windows.
Remove and replace windows in concession stand.
1
S 1.100.00
Labor and material to replace glass and windows per above (sub)
2
$1,300.00
Duinpstcrs (sub)
3
$10,823.00
Labor and material to install rooting per above (sub)
4
S 1.600.00
Supervision
5
$661.25
5% profit sub -contracted work
6
$160.00
10% profit self -performed work
7
S 15.646.25
Total
Breakdown:
The original contract sum was $ 403,987,00
Net change by previously authorized change orders $ 38,033.62
The contract sum prior to this change order was $ 442,020.62
The contract sum will be increased by this change order in the amount of $ 15,646.25
The new contract sum including this change order will be $ 457,666.87
The contract time will be increased by ................................................ (5) days
Accepted By:
Contractor:
'4144.11 p4m&w
Print Name
Sign
shl/r/
Date
Architect:
Print Name
sign
Owner:
Print Name
Sign
Dan Date
Franklin & Son Roofing
Commercial Roofing and Sheet Metal
12382 West Highway 62
Farmington, AR 72730
Phone: (479) 267-5544
Fax: (479) 267-5342
E-Mail 4stearnian it jgtc.com
Arkansas State Contractor License # 0029380414
Date: 3-14-14
To PICK -IT Construction
ATTN: Jim Watson
Ref: Roofing
Job: Wilson Park
Roof Area: Pump House and Concession Stand
Email 11111 t! I)iC�llLi)lltiEilIl'flill].L'I)191
Franklin and Son Proposes the Following-
1. Tear off existing Asphalt Roof to Plywood Deck
2. Mechanically Attach Firestone 60 ml TPO Roof over'/." Tapered ISO Insulation
with a I" Base Layer of Insulation
3. Install all new Curb Flashings, Vent Flashings, Pitch Pans, Pipe Boots and Kynar
500 Prermished 24 Gauge Edge Metal
4. 15 Year Warranty
Total Bid Price-
1. Pump House- (S6,355.00)
2. Concession- ($4,470.00)
Respectfully Submitted
Gary Stearman
PRODUCT DATASHEET
LEXAN TM MR101 LGLG Sheet
DESCRIPTION
One Sid•. Grist---d tita,::L4 esista it LEXAPI 1-114 101W iheet co,nbates the anpact stranyth of LEXAN poftr atbunate ;neet mh1 a ptopr,etai r
abrasion/ti'v resiaant sulfate that approaches glass in performance. LEXAN 16IRIOILG Shot with i` APGARD" :stating is the only
PolVcarbocat= -rateval Oa k&j 5y a ter -year limited warranty against yellowing, abrasion resistance bmvlage, leis of I,911t tran,ML%ton
and eaatino 1`3+1tsre f )
LEXAN MR W I,_G Ore 31& -lard Crated Sl'zet is a great caodidafe for all Lamination ApplicaV0113 r>Irt t,ntque coatniq is gtarfiti-re5istattt
enabling restt.ration to a like-r1e-.v condition, Tn addition, LEXAPI sIR IO 1LG sheet offers irnprove] resistance to nyathering as yell as
for,edentiti ^xutection. It ,s 'well -suited for itse in stores, public buildings, schools, aus shelters and athcl h;yh ttaffic ar_as. LEXAN �IRIOILG
sheet s for uarsparurrt ipphnlinr•; only et cause of its high mar -resistant surrace, paint, adlie%t,es and ?ther nmMrials will not adhere to
its ;utfaca Out- to its mat-restst3nt coattry, LEXAN MR101LG street cannot be cold-rptmed For Traosp irtatwo Applt.:attons piNase a+der
PIR 10+LGT vote ripple onentatlun.
TYPICAL PROPERTY VALUES*
Property Test Method Units Value
Physical — — — —
SpenPr. Grao t% ASIM D7o2 l 20
light Transmission (Average), 118' TNck ASTM D1003 % 88
Lftetnicai Resmarxe ANSI 226.1 Passes'
Mechanical -
r-mi4e Sr(eitgth, ,At marr ASTM D638 ttsi 4,50,) -.
Flexural Strength ASTM D790 Psi 13,500
Ftetur al Fncur,lnt_ rn 1,300 CYctes. Min
73-F, SO% RH ASTM 0671 Pal 1,000
Comprrsava Sriergh ASTM D6g6 psi 12,500
Modulus of FJasti6ty ASTM 0638 psi 345,000
Drop Batt Impat.1 SirengtW SABTC TCSJ it•lbs
0 73rF >200
4 321F '200
0 0•F >ZO0
Thermal - J -
CoeMdent of Thermal Expansim ASTM D696 lnlin/°F 3.75 x10 `
Heat Denet•:,x r,,mprrirtir., ,_: 2n-x 55i ASTM D648 'F 261
Fiammahrlity
H04i2ontal8t.m ,Elaine *d3a) A5T`t D635 'n
AE9 <j
Ignitinn Tar ;,:r,Nbre ASTM D1921l 'r
Rash 873
ti?If L075 A
• Fhese C,:�-ai +dhaR"- .lie rrt n,-�rilt9 in: i(*`i�lirat�A7 Curpnse5. it rnitUirtuitl <e IlliBbxe pct95�aL9 ae -tgi -'.� Jka+C :Anvers Yrri,i
Ic.ai SABtc ii'A:!it'S 'eps+,en[nnr�.
5 lb atet4 .ta.l : ar.. c1 "n 1 n?yrt .rr 1,1 rt�,±r /1
rY'id-_.ntdA.- •f 3-ke1 - . Z I e
l Rrge cat :et,tf. r . n ;yI t.r, y.'ai .�.irranrr Vh,. ,a-dnmxl ioi mdi',te�;.v+e� ,tix �ctvi n- G zrA �/ :.
UL File Number- E121562
CITY OF
I Y rAReN�l5A5
CHANGE ORDER NO. 3 Cost Plus X Pre -Agreed Unit Price X
Project Name and Number: Construction of Wilson Park Pool Buildings Renovation
Name of Contractor: Pick -It Construction Inc.
Address of Contractor: 10024 N. Campbell Road, Fayetteville, AR 72701
Contract Number: 2293
Date of Contract: Auaust 6. 2013
Original Contract Sum: $ 403,987.00
Total Amount of All Previous Approved Change Orders: $ 38,033.62
Contract Sum prior to this Change Order: $ 442,020.62
Contract Sum increase this Change Order: $ 15,646.25
New Contract Sum including this Change Order: $ _ _457,666.87
Subject and Reason for this Change Order: Staff is requesting approval for the following
change: 1) Re -roofing of the concession and chemical buildings; and 2) Replacement of five
existing windows on the pool and concession buildings with Lexan. These items were omitted
from the original contract due to budget constraints. The contractor is requesting five additional
days for completion of the project. The additional five days will be added to the substantial
completion date so that the project will be completed before the pool opens for the 2014
season.
Additional Time Requested: 0 Calendar Days
Dated this 27th day of March, 2014
CITY OF FAYETTEVILLE
Parks & Recreation Department
By: (1-1,14 krj--4'�
Carole Jones York Planner II
CIdOFYETTE IBr Lion rdan
ATTEST:
Pick-It Construction, Inc.
Contractor
By:
+�• rSTti "`
=�;FAYETTEVILLE:�-
rwzffrvillp AR - )7
y�.
•J�
TO N
City of Fayetteville Item Review Form�^'�'"
2014-0203
Legistar File Number
NIA
City Council Meeting Date - Agenda Item only
NIA for Non -Agenda Item
Carole Jones Parks and Recreation
Submitted By Department
Action Required:
IApproval of change order #4 to Resolution 169-13 for Bid # 13-37 with Pick -it Construction, Inc. in
the amount of $6,188.93 for the Construction of Wilson Park Pool Buildings Renovation.
Does this item have a cost? YeS
$6,188.93
Cost of this request
2250.9256.5315.00
Account Number
$462,476.00
Category or Project Budget
$408,859.72
Funds Used to Date
Community Park Improvements
Program or Project Name
Wilson Park Improvements
Program or Project Category
13001.1101 $47,427.35 1PLD4 SW Quadrant
Project Number Remaining Balance Fund Name
Budgeted Item? YeS Budget Adjustment Attached? NO
V20130812
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
169-13
2293
CITY OF
l
ae eI
ARKANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
Alison Jumper, Park Planning Superintendent
From: Carole Jones, Park Planner II
Date: April 25, 2014
Subject: Request for approval of change order #4 to Resolution 169-13 for Bid # 13-37 with Pick -It
Construction, Inc. in the amount of $6,188.93 for the Construction of Wilson Park Pool Buildings
Renovation
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over
20,800 visitors in 2013 during the summer season. The original Wilson Park pool buildings were built
between the 1930s and the 1960s. The last significant renovation of the buildings was in 1983.
On August 6, 2013, the City Council passed Resolution Number 169-13 approving a contract with Pick -It
Construction, Inc. for Bid 13-37, Construction of Wilson Park Pool Buildings Renovation, in the amount of
$403,987 with a 15% project contingency of $60,598 for a total project cost of $464,585. The project
includes the renovation of the office / locker room building, pump house, and concession building. The
construction includes structural additions, wall modifications, finishes, mechanical, plumbing, and
electrical items.
Staff is requesting approval for the following changes:
1) New interior and exterior metal window frames for the concession building;
2) LED wall pack replacement lighting for the concession building;
3) Paint interior of the concession building;
4) Demolish and replace concrete at pool building entry;
5) Demolish asphalt and replace with concrete at existing swale; and
6) Repair rotten wood trusses and roof panels.
Items 1-5 were omitted from the original contract due to budget constraints. Item 6 is required as part of the
new roof installation. The contractor is requesting one additional day for completion of the project. The
additional day will be added to the substantial completion date so that the project will be completed before
the pool opens for the 2014 season.
RECOMMENDATION:
Parks and Recreation staff recommends approval of change order #4 to Resolution 169-13 for Bid # 13-
37 with Pick -It Construction, Inc. resulting in an increase of $6,188.93. This amount is within the project
contingency of $60,598 leaving a balance of $729.20 in contingency. This is expected to be the final
change order for the project.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET IMPACT:
This project is funded with Park Land Dedication (SW Quadrant) funds. The cost is accounted for in
project number 13001.1101 -Wilson Park Improvements.
Attachments:
Staff Review Form
Resolution No. 169-13
Pick -It Construction, Inc. Change Order No. 4 Cost Estimate
Change Order No. 4
RESOLUTION NO. 169-13
A RESOLUTION AWARDING BID 913-37 AND APPROVING A
CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF
$463,987.00 FOR CONSTRUCTION OF POOL BUILDING RENOVATIONS
AT WILSON PARK, AND APPROVING A FIFTEEN PERCENT (15%)
PROJECT CONTINGENCY
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
##13-37 and approves a contract with Pick -It Construction, Inc. in the amount of $403,987.00 for
construction of pool building renovations at -Wilson Park, and further approves a fifteen percent
(15%) project contingency.
PASSED and APPROVED this 6t' day of August, 2013.
APPROVED:
ATTEST:
B By:
I NELD J , Mayor SONDRA E. SMITH, City Clerk/Treasurer
��` Gam. •' ' •' .q�s'�.
�,� •• G1LY Off, .•G,A
."' t
FAYETTEVILLE;�
9J;: ��pIrANS •2��`e
Pick -it Construction Inc.
10024 N. Campbell Rd. Fayetteville, AR 72701
Chan a Order # 4 Project # 5571
Owner: The City of Fayetteville Architect: Grafton Tull
Project: Wilson Park Pool Buildings Renovation
The contract is changed as follows:
1
$328.50
New interior and exterior metal window frames at concession stand
2
$336.00
LED wall pack lighting at concession stand
3
$775.00
Paint interior of concession stand
4
$2,800.00
Demo and replace concrete at west pool building entry, footing at fish
tail and remove asphalt and replace with concrete at existing Swale
5
$00.00
Rock cap at fish tail
6
$462.34
Repair rotten wood trusses at south side of pool building
7
$900.00
Remove and replace rotten ply -wood on flat and mansard roofs per
unit pricing. 6 sheets total at $150.00 each
g
$320.00
Supervision
9
5,921.84
Sub Total
10
235.09
Profit subcontracted work (59/6)
11
$32,00
Profit self -performed work (10%)
12
$6,188.93
Total Change Order
Breakdown:
The original contract sum was $ 403,987.00
Net change by previously authorized change orders $ 53,679.87
The contract sum prior to this change order was $ 457,666.87
The contract sum will be increased by this change order in the amount of $ 6,188.93
The new contract sure including this change order will be $ 463,855.80
The contract time will be increased by ................................................ (1) day
Accepted By:
Contractor:
111A���✓
Print [Name
Sign
ate
Architect: Owner:
Print Name Print Name
Sign Sign
Date Date
CITY OF
"'Ry A
e ee
ARKANSAS
CHANGE ORDER NO. 4 Cost Plus X Pre -Agreed Unit Price X
Project Name and Number: Construction of Wilson Park Pool Buildings Renovation
Name of Contractor: Pick -It Construction, Inc.
Address of Contractor: 10024 N. Campbell Road, Fayetteville, AR 72701
Contract Number: 2293
Date of Contract: August 6, 2013
Original Contract Sum: $ 403,987.00
Total Amount of All Previous Approved Change Orders: $ 53,679.87
Contract Sum prior to this Change Order: $ 457,666.87
Contract Sum increase this Change Order: $ 6,188.93
New Contract Sum including this Change Order: $ 463,855.80
Subject and Reason for this Change Order: Staff is requesting approval for the following
change: 1) New interior and exterior metal window frames for the concession building; 2) LED
wall pack replacement lighting for the concession building; 3) Paint interior of the concession
building; 4) Demolish and replace concrete at pool building entry; 5) Demolish asphalt and
replace with concrete at existing swale; and 6) Repair rotten wood trusses and roof panels.
Items 1-5 were omitted from the original contract due to budget constraints. Item 6 is required
as part of the new roof installation. The contractor is requesting one additional day for
completion of the project. The additional day will be added to the substantial completion date
so that the project will be completed before the pool opens for the 2014 season.
Additional Time Requested: 1 Calendar Day
Dated this 23rd day of April, 2014
CITY OF FAYETTEVILLE
Parks & Recreation D artment
By:
Carole Jones,01rk Planner II
CITY
LE
Pick -It Construction, Inc.
B ..,1.�f ,!tttinunrrr,�
ayo Held Jordan ,, \, K
�.`ik G\T Y o,,'9s'�''.
ATTEST
:FAYE.I
,rf r
rO N
11Am
F,wPtrr-kfi!!o AR 777f,^