Loading...
HomeMy WebLinkAbout191-15 RESOLUTIONpF fAY�.?rF � L RkANs�� I B West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 191-15 File Number: 2015-0456 BID 15-42 JLA ENTERPRISES, INC.: A RESOLUTION TO AWARD BID NO. 15-42, TO AUTHORIZE THE CONTRACT WITH JLA ENTERPRISES, INC. IN THE AMOUNT OF $425,521.90 FOR CONSTRUCTION OF A RESTROOM AND PARKING LOT IMPROVEMENTS AT GORDON LONG PARK, TO APPROVE A 5% PROJECT CONTINGENCY IN THE AMOUNT OF' $21,276.10, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville was awarded $260,000.00 in Transportation Alternatives Program {TAP} funds for construction of a restroom and parking improvements at Gordon Long Park along the Razorback Regional Greenway; and WHEREAS, additional funding has been provided by Illinois River Watershed Partnership made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry Grant. NOW THEREFORE, 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 no. 15-42, approves the contract with JLA Enterprises, Inc. in the amount of $425,521.90 for construction of a restroom and parking lot improvements at Gordon Long Park with a 5% project contingency in the amount of $21,276.10, and authorizes Mayor Jordan to sign this contract. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment to recognize -$38,604.00 in grant revenue from the Illinois River Watershed Partnership, a copy of which is �,tttn t I►trrr� attached to this Resolution. c'����•j.TRgS!rit' tea. • CI) OF • �'. PASSED and APPROVED on 10/20/2015 '�FAYETFEVII_l_E; Approve Attest: %r9s ;'4KAtAc'GT Jam: a. Lioneld Jordpi,'-M Sondra E. Smith, City Clerk Treasurer City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2015-0456 Agenda Date: 10/20/2015 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 3 BID 1.5-42 JLA ENTERPRISES, INC.: A RESOLUTION TO AWARD BID NO. 15-42, TO AUTHORIZE THE CONTRACT WITH JLA ENTERPRISES, INC. IN THE AMOUNT OF $425,521.90 FOR CONSTRUCTION OF A RESTROOM AND PARKING LOT IMPROVEMENTS AT GORDON LONG PARK, TO APPROVE A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $21,276.10, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville was awarded $260,000.00 in Transportation Alternatives Program (TAP) funds for construction of a restroom and parking improvements at Gordon Long Park along the Razorback Regional Greenway; and WHEREAS, additional funding has been . provided by Illinois River Watershed Partnership made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry Grant. NOW THEREFORE, 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 no. 15-42, approves the contract with JLA Enterprises, Inc. in the amount of $425,521.90 for construction of a restroom and parking lot improvements at Gordon Long Park with a 5% project contingency in the amount of $21,276.10, and authorizes Mayor Jordan to sign this contract. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment to recognize $38,604.00 in grant revenue from the Illinois River Watershed Partnership, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas page 1 Printed on 1012312015 City of Fayetteville Staff Review Form 2015-0456 Legistar File 10 October 20th 2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda item Matt Mihalevich 9/30/2015 Development Services / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a resolution awarding Bid 15-42 and authorizing a contract with JLA Enterprises, Inc. (dba JLA Construction) in the amount of $425,521.90 for the construction of the a restroom and parking lot improvements at Gordon Long Park, approving a 5% project contingency in the amount of $21,276.10 and approving a budget adjustment recognizing $38,604.00 in grant revenue from the Illinois River Watershed Partnership. 4470.9470.5814.05 Account Number 02016.1501 Project Number Budgeted Item? Yes Budget Impact: Sales Tax Capital Improvements Fund Trail Development/Gordon Long Park Trailhead Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Previous Ordinance or Resolution # 22-15 Original Contract Number: Comments: Project Title $ 431,555.00 $ 19,105.00 $ 412,450,00 $ 446,798.00 $ 38,604.00 $ 4,256.00 V20140710 Approval Date: au CITY OF I Y INkS �ARKAA5 MEETING OF OCTOBER 20TH 2015 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: October 2"d, 2015 SUBJECT. 2015-0456 Gordon Long Park Trailhead Construction RECOMMENDATION: Staff recommends approval of a resolution awarding Bid 15-42 and authorizing a contract with JLA Enterprises, Inc. (dba JLA Construction) in the amount of $425,521.90 for the construction of the a restroom and parking lot improvements at Gordon Long Park, approving a 5% project contingency in the amount of $21,276.10 and approving a budget adjustment recognizing $38,604.00 in grant revenue from the Illinois River Watershed Partnership. BACKGROUND: The City of Fayetteville was awarded $260,000 in Transportation Alternatives Program (TAP) funds for the construction of a highly requested restroom and parking improvements at Gordon Long Park along the Razorback Regional Greenway. Additional funding has been provided by Illinois River Watershed Partnership made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry grant to plant trees, install green infrastructure demonstration elements, and provide educational signage and programming along the Razorback Regional Greenway. In addition, the organizers of the Hogeye Marathon have donated funding from proceeds of the Hogeye Marathon to support the restroom. These funds are budgeted through the parks development fund and will be applied to the project. DISCUSSION: Gordon Long Park is located along the Scull Creek Trail that is now part of the Razorback Greenway serving as the north -south oriented backbone of Fayetteville's trail system. This section of trail sees an average of 600 trail users per day and trail usage continues to increase year over year. The significant number of trail and recreational users of Gordon Long Park has demonstrated the need for expanded access opportunities and public restrooms. This proposed public restroom facility at Gordon Long Park will fill a needed gap that exists in the spacing of restrooms along the Razorback Regional Greenway in Fayetteville. The completed sequence of public restroom amenities in Fayetteville from north to south will be: Lake Fayetteville Veterans Memorial Park, 3.5 miles to Gordon Long Park, 2.5 miles to Wilson Park and then 2.4 miles to Walker Park near the southern terminus of the Razorback Regional Greenway. Ultimately, this Mailing Address: 113 W. Mountain Street wwwfayetteville-ar.gov Fayetteville, AR 72701 trailhead will provide commuters and trail enthusiasts that live in other areas of the city or region a safe and easy access point to the Razorback Regional Greenway. BUDGET/STAFF IMPACT: Two bidders responded to the request for formal bids and JLA Enterprises was the lowest responsive bidder. The bid from JLA Enterprises is 21% above the estimate. Based on a series of recent bids, we have found that the Northwest Arkansas construction market is currently saturated with work. Several contractors have told city staff that they are too busy to take on additional projects. For the Gordon Long Park Trailhead Improvements, Nine contractors reviewed the plans, but only two submitted bids. We have reviewed the pay items prices from JLA Enterprises and none of the individual items appear to be out of line. Overall each item is a little higher than the estimate resulting in the overage. Attachments: 2015-0456 Staff Review Form Gordon Long Park Trailhead Location & Site Plan Purchase Requisition — JLA Enterprises IRWP Grant Award Letter Bid 15-42 Bid Tabulation JLA Enterprises Bid 15-42 JLA Enterprises Signed Agreement Budget Adjustment — IRWP Grant Revenue Razorback RegionalfGreenway � : s .� �� Sp2`ngcfafe Li Fayetteville, Arkansas E 10.8 Miles within the City of -Fayetteville T i � r # ettevllle �ia�\ fr Ivs E . r-� i E �•.•-. �`' _... Gre.�t#lrous�� s�. 9 ' j j r� ." fR)q ]rfiaj7 J� ' 'G1eaFaye#teville r - - _ . City of hnrl ■ � _.4p7 I LL # . ` ! l Il L i ��- �^ I!f — ti � y - � � � L.�OVC� �ilYfl t� � ! f_'..+q t 1 tr OW4 rd Nickell Rid IT 1 1 �E � }- st e` ./ L7 ) —-j TI tL Proposed Restroom at L1 s p. x f' = ' Gordon Long Park U : a• Utake St k ` — -.- . , t- ffTT3 oaf _- f WS 't-( � 4 - { �_`� arr� � ' i � � �• � t`h X55~�' �� \ �t_w.,,,_.•-� J�! i j � -,• F. {-. _ :c "Sni.ESt k.� ?r - �y��r .It, i ..M � ms'r � _ I"'7' .f`� "`-s--"r f tu, 1�p,l�"I 1 _. E.^,\ _� =f r ? ' # �f edetl9 on D --ja$ s r: ! 1 -'/Er s �, { ..,r S�rw1 -� f--�:! 1 C �t Wilson Park,,- W i r F a L\' '1 T1 ItI9r / . ,l. f s �xR .Gtr r1t -'4'i r -' F �` E ,. f d Ei '�� a v ytI t '_ a { f` f—i'�"`!� r7-'�- N# % *t -,8 1 ,. ---'�.,,.,_,�•' �G �Yan rid _ y. ii y _ off <r r ♦� _ ^-I f r 9� i � �, } j � E v"psyssisviilc Ra ,'� ♦ ♦ ' Miles r �� gsf,:% 0._..� 1. 'l .2 CITY OF City of Fayettevillc Eng�� lhviion Gordon Long Park Trailhead11 eMountain le Faye vi ■f-_ 1 Restroom Installation & Expanded Parking o 1 30 1 ARKANSAS 479-5 82406 Ap,11 2015 Q CD 0 o s I �0 o ooi N N CV a t > 4. 4. m ID ID z z a z H rn V O ❑ o = a C o E Q M o 0 O o m L' Z NI y . W 0❑ Q a. N N 1. 2C s.ILU rc •a %' O aMo z o :rn g 0 . .L ' = L____ o 0 s �� - �i O o 0 a O o 0 q 0 q 0 o 0 q 0 o 0 0 0 0 � E' a 0 a 0 w 0 0 0 vs O 0 44 0 w 0' a 0 vi au F; 40 44 44 44 .. w • 0. ., • O V 0 y r �" C N N a a • C/y In H MO �yj f7 a "._ A0 .30. fir.. o e r r ,6 C d C 'a tcn q a c @ 8 C • 4 N a gm W .0 .. o ' N C U m 6 N M v 13 13 r ao 0 o p µ . 0 + a Delia Haak, Ed.D. Executive Director ILLINOIS WATERSHED PARTNERSHIP September 28, 2015 Matt Mihalevich, Trails Coordinator Engineering Division, City of Fayetteville Fayetteville, Arkansas 72701 Dear Matt: We are very pleased to award the City of Fayetteville a grant in the amount of $38,604 for the Gordon Long Trailhead Project. This project will display how an investment in Green Infrastructure will lead to cost effective, replicable benefits to water quality in the Illinois River Watershed. The Gordon Long Trailhead Project along an urban stream in Fayetteville will demonstrate water quality improvements and environmental benefits using Green Infrastructure elements as outlined in the grant detail. Grant funding for this project is made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry grant to the IRWP to plant trees, install green infrastructure demonstration elements, and provide educational signage and programming along the Razorback Greenway. Local IRWP staff and volunteers in the watershed will assist with installation as needed and offer educational programs at the Gordon Long Trailhead. Thank you for the opportunity to partner with the City of Fayetteville on this exciting project for the Illinois River Watershed. Sincerely, P.O. Box 8506 Fayetteville, AR 72703 City of Fayetteville Gordon Long Park Trallhead Green Infrastructure Improvements Illinois River Watershed Partnership Grant Item # Description Cost 5 4" Topsoil Placement & Select Grading 2,850.00 20 Tree Protection Fencing 2,380.00 22 Permeable Interlocking Concrete Paver 21,665.00 23 Grass Paver 4,285.00 27 Interpretive Display * 2,000.00 35 Blo-Swale 3,333.00 36 Trees 666.00 37 Permeable Paver Demo Cube 1,425.00 Total IRWP Green Infrastructure Grant $ 38,604.00 * Maximum allowed for signage 9/28/2015 CITY or City of Fayetteville, Arkansas 'tta�vile Purchasing Division �K vNyj,k4 OFFICIAL BID TABULATION Bid 15-42, Construction - Gordon Long Park Trailhead Improvements Friday, September 25, 2015, 2:00 PM, Local Time ITEM DESCRIPTION QTY. Benchmark Construction Inc JLA Enterprises Inc UNIT UNIT COST EXTENED) COBT UNIT COST EXTENDED G067 1 Trench & Excavation Safety Systems 1 LS x $ 700.00 $ 700.00 $ 1,425.00 » S 1,425.00 2 Clearing, Grubbing, & Demolition 1 LS x $ 1,264.00 $ 1,264.00 � $ 4,500.00 • $ 4,500.00 3 Select Embankment (Plan Quantity) 260 CY x $ 12.65 S 3,289.00 >, $ 28.50 - $ 7,410.00 4 Unclassified Excavation (Plan Quantity) 237 CY x $ 8.44 A $ 2,000.28 x $ 19.00 $ 4,503.00 5 4" Topsoil Placement & Select Grading (Plan Quantity) 200 SY x $ 21.00 n $ 4,200.00 x $ 14.25 $ 2,850.00 6 Undercut and Stone Backfill 50 CV x $ 140.00 K $ 7,000.00 K $ 119.00 = $ 5,950.00 7 Fence Removed and Reconstructed 270 LF x $ 35.00 A $ 9,450.00 x $ 47.00 $ 12,690.00 8 Aggregate Base Course (Class 7) 60 CY x $ 192.00 $ 11,520.00 x $ 52.35 $ 3,141.00 9 Concrete Curb Type D 250 LF x $ 27.00 $ 6,750.00 x $ 33.00 . $ 8,250.00 10 Flush Curb 100 LF x $ 26.00 a $ 2,600.00 x $ 33.00 - $ 3,300.00 11 Concrete Sidewalks 150 SY x $ 49.00 = $ 7,350.00 x $ 71.40 « $ 10,710.00 12 Solid Sod (Bermuda) 300 SY e $ 5.60 $ 1,680,00 x $ 7.60 S 2,280,00 13 Painted Pavement Symbol (Handicap) (Reflectorized) 2 EA x $ 35.00 $ 70.00 x $ 428.00 " $ 856.00 14 Painted Pavement Markings (4" White Stripe) Re06Gtorized B50 LF x $ 0.80 » $ 520.00 x $ 4.75 - $ 3,087,50 15 Pavement Marking Removal 475 LF x $ 1.60 = $ 760.00 x S 4.75 • $ 2,258.25 16 Curb Painting (Fire Lane) (Reflectorized) 50 LF x $ 1.00 • $ 50.00 ?r $ 6.15 - $ 307.50 17 Parking Signs with U -Channel Post 3 EA x $ 470.00 $ 1,410.00 c $ 380.00 $ 1,140.00 18 Erosion Control BMP's 1 LS - $ 7,890.00 • $ 7,890.00 „ $ 2,380.00 S 2,380.00 19 Mobilization (Shall not exceed 5% of Total Bid) I LS x $ 1,960.00 - $ 1,960.00 n $ 19,000.00 • $ 19,000.00 20 Tree Protection Fencing 1 LS x $ 9,180.00 a $ 9,180.00 x S 2,380.00 • $ 2,380.00 21 Restroom Building I LS x $ 291,920,00 $ 291,920.00 K $ 225,000,00 $ 225,000.00 22 Permeable Interlocking Concrete Pavement (PICP) 350 SY x $ 171.43 m $ 80,000.50 x $ 61.90 = $ 21,665.00 23 Grass Paver 100 SY x $ 89.92 $ 8,992.00 x $ 42.85 $ 4,285.00 24 Precast Step 17 EA x $ 255.00 • $ 4,335.00 x $ 285.00 $ 4,645.00 25 Bike Racks 6 EA c $ 463.00 - $ 2,778.00 a $ 810.00 = $ 4,860.00 26 Lighting Fixture & Pole & Pull Box 6 EA x $ 5,202.00 $ 31,212.00 x $ 5,000.00 - $ 30,000.00 27 Interpretive Display I EA x $ 5,600.00 $ 5,600.00 x $ 4,285.00 $ 4,285.00 28 11/4" Conduit (Sch. 40 PVC) 550 LF x $ 12.80 $ 7,040.00 x $ 10,85 $ 5,967.50 29 No. 6 AWG Copper Conductor (Restroom Service) 600 LF x $ 1.45 $ 870.00 x $ 12.40 $ 7,440.00 30 No. 10 AWG Copper Conductor (Parking Lighting) 1657 LF x $ 1,00 - $ 1,657.00 x $ 0.95 - $ 1,574.15 31 100 Amp Disconnect and Electrical Appurtenances 1 IS x $ 720.00 = $ 720.00 x $ 2,380.00 $ 2,380.00 32 4" Sewer Service w! Appurtenances 50 LF x $ 70.00 _ $ 3,500.00 x $ 33.30 $ 1,665.00 33 1" PEX Water Service with Appurtenances 120 LF x $ 28.00 = $ 3,360.00 x S 19.00 _ $ 2,260.00 34 Concrete Wheel Stops 19 EA x $ 98.00 6 $ 1,862.00 x $ 165.00 = $ 3,135.00 35 Blo-Swale 1 LS x $ 2,725.00 $ 2,725.00 x $ 3,333.00 = $ 3,333.00 36 Trees 2 EA x $ 415.00 $ 830.00 x $ 333.00 = $ 686.00 37 Permeable Paver Demonstration Cube I EA x $ 2,780.00 - $ 2,780.00 x $ 1,425.00 - $ 1,425.00 38 Brick Column Reconstruction 1 EA x $ 1,250.00 $ 1,250.00 x $ 2,300.00 - $ 2,300.00 TOTAL AMOUNT BID ` ` r $511,074 76 r $ 425,521.90 "NOTICE: Bid award Is contingent upon vendor meeting minimum specifications and formal authorizatiyrt by City officials. Calculation error Page 1 of I DOCUMENT 00400 —BID FORM Contract Name: Gordon Long Park Trailhead Improvements Bid Number 15-42, Construction — Gordon Long Park Trailhead Improvements BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: LA Un 5 I1 ARTICLE I- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 180 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. City of Fayetteville 00400— 1 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM 1 DOCUMENT 00400 —BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. City of Fayetteville Gordon Long Park Trailhead Improvements 00400-2 Job 040673 ADDENDUM 1 DOCUMENT 00400 BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or 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 be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any City of Fayetteville 00400-3 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM I DOCUMENT 00400 -BID FORM (continued) other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE THIS REVISED BID FORM SUPERSEDES - CONTRACTOR MUST COMPLETE AND SUBMIT THE REVISED BID FORM BELOW Bidder will complete the Work in accordance with the Contract Documents for the following price(s): " ' ITEM EST. UNIT NO. SECTION DESCRIPTION UNIT QTY ::,„ PRICE r TOTAL 1 112 Trench & Excavation Safety LS 1 X Ii S, OO Systems 2 201 Clearing, Grubbing, LS 1 X pppp = & Demolition 3 202 Select Embankment CY 260 X _ * 7,44o. 0O SP -17 Plan uanti 202 2fl2 Unclassified 4t,m. t1 _ 4,'5b3 4 Excavation CY 237 X , ao (Plan Quantity) 4" Topsoil 5 204 Placement & Select SY 200 X 4,4LOO = 9 $5o. p-0 SP -19 Grading `�'J� Plan Quantity) 6 205 *Undercut and CY 50 X/f _ Stone Backfill 7 208 Fence Removed LF 270 X = ��• �` (AHTD) and Reconstructed 8 401 7) CY 60 X — Coursa (Class 9 501Type Concreete Curb LF 250 X 11 33, —1*8* City of Fayetteville 00400-4 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM 1 DOCUMENT 00400 BID FORM (continued) ITEM EST UNIT NO. SECTION DESCRIPTION UNIT QTY PRICE ,. T©TAI. 10 501 Flush Curb LF 100 X �3` 6v = 11 502 Concrete Sidewalks SY 150 X '�`7/• ya = *,137/0 .a o 12 505 Solid Sod SY 300 X '7G a = 2 Z'O. o0 Beruuda 13 507 Painted Pavement Symbol (Handicap) EA 2 X ' av =8'�4 eflectorize Painted Pavement 14 507 Markings LF 650 X 7� = (4" White Stripe) (Reflectorized) 15 507 Pavement Marking LF 475 X Removal 16 507 Curb Painting (Fire Lane) LF 50 X (Retlectorized 17 508 Parking Signs with EA 3 X j oo = 4l i5' U Channel Post 18 509 Erosion Control LS 1 X 3-� = BMPs � 19 511 Mobilization (Not to Exceed 5% LS 1 X of Bid) 20 517 Tree Protection LS 1 X 2 = Z's ra. ao Fencin 21 SP -2 Restroom Building LS I X ZKP4� = Permeable 22 SP -3 Interlocking SY 350 X '�� = 1 E Concrete Pavement (PICP) 23 SP -4 Grass Paver SY 100 X 24 SP -5 Precast Step EA 17 X 286 = r ^� 303,S*.z5 reJL City of Fayetteville 00400-5 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM 1 DOCUMENT 00400 —BID FORM (continued) ITEM EST. UNIT NO. SECTION DESCRIPTION UNIT QTY PRICE " TOTAL 25 SP -6 Bike Racks EA 6 X '+ JQ6p = 4844 26 SP -7 Lighting Fixture & EA 6 X jorfa.o _ '3c]A Pole & Pull Box 27 SP -8 Interpretive Display EA I X 4, Z = Z 28 SP -20 1-1/4" Conduit LF 550 X '�l0-6S = %z Lb Sch. 40 PVG 29 SP -21 No. 6 AWG Copper Conductor LF 600 X /2,9j (Restroom Service) 30 SP -22 No. 10 AWG Copper Conductor LF 1,657 X = V/,,Sc JS (Parking Lighting) 100 Amp 31 SP -9 Disconnect and LS 1 X �� = Electrical Appurtenances 32 SP -10 4" Sewer Service LF 50 X 53O _ w/ Appurtenances 33 SP -I 1 1" PEX Water Service with LF 120 X u1h.aO _2, Appurtenances 34 SP -12 Concrete Wheel EA 19 X "�r!i'�,�' = s 35 SP -13 Bio-Swale LS 1 X 36 SP -14 Trees EA 2 X 1'35•d1_ 1*6p ,,. ao 37 SP -15 Permeable Paver Demonstration EA 1 X `r j/17$..s0 Cube 38 SP -16 Brick Column EA. I X Reconstruction * To be only used at the direction of the Engineer TOTAL AMOUNT BID $ 4ZZ D City of Fayetteville 00400-6 Job 040673 Gordon Long Park Trailhesd Improvements ADDENDUM 1 DOCUMENT 00400 BID FORM (continued) ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a bank cashier's check or a Bid Bond and in the amount of 5 Dollars B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: a t 1 s arc c kIl e , Mo (,S(tg Phone No. 41 i- 8 b i- i 34 8 FAX No. 4r1- `1- 121 o ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on Ste} • 2S 20J5. City of Fayetteville 00400-7 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM 1 DOCUMENT 00400 -BID FORM (continued) If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: A Partnership FAX No.: Partnership Name: (SEAL) By: (Signature of general partner— attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: City of Fayetteville 00400 —8 Job 040673 Gordon Long Park Trailhead Improvements ADDENDUM 1 DOCUMENT 00400 —BID FORM (continued) A Corooration or LLC Corporation or LLC Name: Ji Q1 ke, 4iIn c.(SEAL) State of Incorporation:. M 2 Type (General Business, Professional, Service, Limited Liability): By: (Signature attach evidence of authority to sign) Name (type or printed): J ena ItL_ Atn t( -t' Title: Pr S (CORPORATE SEAL) Attest: 11L (Signatu of Corporate Secretary) Business address: ?.c 10x. j 18 , 'Fz1(ook Joe to o (oc (0 lc. Phone No.: 411- $Pj1- "7348 FAX No.: 417_e- 1.2i (p END OF DOCUMENT 00400 City of Fayetteville 00400-9 Job 040673 Gordon Long Park Traiihead Improvements ADDENDUM 1 CERTIFICATION OF CORPORATE OFFICIALS LISTED BELOW ARE THE OFFICERS/OWNERS/PARTNERS AUTHORIZED TO ENTER INTO AN AGREEMENT FOR JLA ENTERPRISES, INC. JENNIFER ARNDT JLA ENTERPRISES, INC. COMP NY COMP NY O IC L PRESIDENT TITLE SEPTEMBER 22, 2015 DATE 43-.1280547 FEDERAL ID # CORPORATE SEAL DOCUMENT 00430 — LIST OF SUBCONTRACTORS & SUPPLIERS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for GORDON LONG PARK TRAILHEAD IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Excavation/Grading Concrete Aggregate Restroom Building Pavement Markings Electrical Service Subcontractor's/Supplier Name Expected Percentage and Address or Value 4946 to r� /-- %itl RoJ cOJ ?4Za ('/APP / Iiar sp oLL / Ala r�ss12 ojigJ C, Sewer Service a e. Water Service Other (designate) NOTE: This form must be submitted in accordance with the Instructions to Bidders. (41 JM/#/q+ Bidder's Signature END OF DOCUMENT 00430 00430 List of Subcontractors 00430-1 Job 040673 Gordon Long Park Trailhead Improvements Arkansas Unified DBE Certification Program 'ii, Arkaesas.FI•I WA(u�thwa, dot.gov ED ArkansasHigbwaya.com LITTLi:ROCK NATIONAL A$RI'ORT LittleRockAirport.AERO Central Arkansas Transit Authority SWiUliam,@cata.acg ARKANSAS AIRPORT A OPERATORS AAOA ASSOCIATION bilmora(r modollandwn$ts.com Telephone (501) 569-2000 Fax (501) 569-2965 May 12, 2015 Ms. Jennifer Arndt JLA Enterprises, Inc. dba JLA Construction P. O. Box 718 Brookline, MO 65619 Dear Ms. Arndt: Post Office Box 2261 Little Rock, Arkansas 72203-2261 This will acknowledge receipt of the annual affidavit stating there have been no changes in JLA Enterprises, Inc. dba JLA Construction's circumstances affecting its ability to meet size, -disadvatitaged status, ownership, or control requirements of Federal Regulation 49 CFR Part 26. Based on a review of this information, the firm's Disadvantaged Business Enterprise certification in Arkansas will continue through May 12, 2016. Any time the firm's circumstances change, a notarized statement setting forth the changes must be submitted to the Department within 30 days. If you have questions or need additional information, please contact Ms. Natasha Halbert at (501) 569=2259. c: DBE'Program Specialist Sincerely, Joanna P. McFadden Section Head-EEO/DBE 7/26/96 SPONSOR SUPPLEMENT TO PROPOSAL CERTIFICATION FOR FEDERAL -AID CONTRACTS 00800 -Page t of I The prospective contractor certifies, by signing and submitting this proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on his or her behalf, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee, of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal -Aid contract, the prospective contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Available from Arkansas State Highway and Transportation Department, Programs and Contracts Division). This Certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. This Certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. During the period of performance of this contract, the contractor and all lower tier subcontractors must file a Form-LLL at the end of each calendar year quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any previously filed disclosure form. Any person who fails to file the required Certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective contractor also agrees by submitting his or her proposal that he or she shall require that the language of this Certification be included in all lower tier subcontracts which exceed $100,000 and that all such subcontractors shall certify and disclose accordingly. JOb No. O4o,13 JLA /(S1 ifle. JUt CAiSi Subco tractor PAP No. 'TAP�,t- — 'U4 ByA&4'1 AIVL— cer4-.'2'z12oj ( re S Title 12/15/1) 00800 -Page 1 of 2 SPONSOR SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION As a condition precedent to the acceptance of the bidding document for this project, the bidder shall file this Affidavit executed by, or on behalf of the person , firm, association, or corporation submitting the bid. The original of this Affidavit shall be filed with the SPONSOR at the time proposals are submitted. AFFIDAVIT I hereby certify, under penalty of perjury under the laws of the United States and/or the State of Arkansas, that the bidder listed below has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid for this project, is not presently barred from bidding in any other jurisdiction as a result of any collusion or any other action in restraint of free competition, and that the foregoing is true and correct. Further, that except as noted below, the bidder, or any person associated therewith in the capacity of owner, partner, director, officer, principal investigator, project director, manager, auditor, or any position involving the administration of Federal funds: a. is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; b. has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; c. does not have a proposed debarment pending; and d. has not been indicted, convicted, or had an adverse civil judgment rendered by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. 12/15/11 SPONSOR SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION 00800 -Page 2 of 2 FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. EXCEPTIONS: APPLIED TO INITIATING AGENCY DATES OF ACTION Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. Providing false information may result in criminal prosecution or administrative sanctions. Job No. 0406073 F.A.P. No. TAPU-9142 (37) X122 -JS (Date Executed) (Name Bidder) V (Signature) Peps . (Title of Person Signing) The following Notary Public certification is OPTIONAL and may or may not be completed at the contractor's discretion. State of County of )ss. being duly sworn, deposes and says that he is of (Title) (Name of Bidder) and that the above statements are true and correct. Subscribed and Sworn to before me this day of , 20 My commission expires: (Notary Public) (NOTARY SEAL) CITY OF �ttr PVI e ARKANSAS Bid Check List 11111 15-42, Gordon Long Park Traiihead improvements This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers check must be from a financial institution located within the State of Arkansas and shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). ❑All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. ❑ All bidders shall submit the following forms with each bid: * [_J Bid Form, T1 Bid Bond, ❑ Bidder Qualifications, ❑ List of Subcontractors, ❑ List of Manufacturers, 2 Anti -Collusion and Debarment Certification, 00020 Page I of 2 CITY OF r �tve ARKANSAS Bid Check List Bid 1542, Gordon Long Park Trailhead Improvements Certification for Federal -Aid Contracts, �✓ Certification of DBE (Disadvantaged Business Enterprises), ., ❑ DBE Participation, ❑All pales provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents. ❑All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number (This is a Federal Aid Project and therefore a License Number is not required for bidding. Bids will not be rejected if the Contractors License Number is left blank). City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: JLA a- J ` ARKANSAS CONTRACTORS LICENSE NUMBER: N/A (This is a Federal Aid Project and therefore a License Number is not required for bidding) 00020 Page 2 of 2 UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE, PO Box 73909 Bid Bond CONTRACTOR: (Name, legal status and address) JLA Enterprises, Inc. 6088 W. Farm Road 164 Brookline, MO. 65619-7100 OWNER: (Name, legal status and address) City of Fayetteville, Arkansas Cedar Rapids, Iowa 52407-3909 319-399-5700 SURETY: (Name, legal status and principal place of business) United Fire & Casualty Company 118 Second Avenue SE P.O. Box 73909 Cedar Rapids, Iowa 52407 BOND AMOUNT: Five Percent (5%) of Amount Bid *** PROJECT: (Name, location or address, and Project number, if any) Gordon Long Park Trailhead Improvements Fayetteville, Arkansas This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such lime period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond ark h of as a common law bond. JLA Enterprises, Inc. CONT0525 (072010) of September, 2015 (Title) (Surety) it ess) Attome (Title) I) fr71fJ ` I (Seal) FIRE & CA LTY COMPANY (Seal) The language in this document conforms exactly to the language used in ALA Document A310 2010 �.'. u ONJtED A ACIDA1 RUS IA nqrIe D artitrenf I3D FIDE. & j1VEUOIU�AalG�JL,�O r 1 S. Secret r a p CIAL n fhTSRtC'2CI , CA tdf R i�d'g R CE UP RIC7 ER F jV0I :'cation) �< -'` (original oil t�ieIome omlisu Sep IVOW ALL PERSONS BY T ESE PRESENT, That UNITED FIRE & CASUALTY COMPANY, a corporation dull organized and existing under F[ i I EI # C Y a co duly iig e} "a d nrtder the °nf the State f x, t[e Lam cttie fate o UbIL t x andF1MkNCIAt PAtIFI(II SUk .1" " , OOP ,'Fa cot on dulygajz4inderthejawa ohete4tf Califs nia ere% 1Y�e call tl� es y rdud tiav'? �ua ers �a cedar- $eabf IoY dolls mice titate:a d appo T OR RA D J BF~ t1 EY F t41g01C)�l_v OR ; x,AR1� it WR rs PI NsIE TOWNS' FID LL Ja�Iv f3I #1 LY of „SI I F I I=AA MO . .<e'a"' �.. .. ""°'' 'n'.. ;{ -->•:�'.:. :# j ;•,�."fr' x1 , `z#, _: ..u` i ,rte. ,., _ 4 „ . tr ue at Actor ey(s)m wer and" than t Itefrel cefedto s n, all n cecnt in its be fall say €u[ h ►d rrtler7npgs ¢ s ar►4 er umenfp1ar nre provider ha# p si [e a ha 7� ell $2 : .040.00 . i x and to bind the Companies thereby as fusty and to the same extent as if suds instruments were signed by the duly authorized officers of tti~e Companies rywai d al pf:the acts of saidz ttrney,. usuauttp ;c uthony.hereby g !ep and hereby ratified and,eonfitmed etl < xb nTED #e uth ebyg ire lia#L � [ef]4'hFs_0 p p�xQt,� 0t5 1 s ao r res l �f, , w R A T AN , I 11 iND�ITY A 'A,NYr FkNA TCI�,I. lxA i IT SU�C CO ' 6 § k T its I'ha+ver frf Attome =is itta and x�ce tUt t d o} q of the fo �svl Sig saw u[ apt a 12QI ; b e Boards of 3`treto%s of lT£D FIR ?& G`ASUALI OMPANY; FIRE & DE? I°TY C�MPA iic iN C> L VI1NSURAN�P COMPANY. "Article VI — Surety Bonds and Undertakings" k time Sea 'A aimtxnent of Attorney -in -Fact. "The President or any Vice President, or any other officer of the ComPies t> fir [e by written certificates attorneys -in fact to act in behalf of the Companies in the execution of policies f ItStfl buds ttadectakimsirrd other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Cgyite seal niay be ied bassimile to any power of attorney or special power of attorney or certification of either authorized hereby strait sfatur�d seal, when rs S$ being adopted by the Companies as the original signature of such officer and the original seal of the Compaf= N be av id and bn;ixigposi the Companies with the same force and effect as though manually affixed. Such attorneys -m -fact, subject tolittittait forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such truments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors; p <any other o ' of;.. th Cempanis may at any time revoke all power and authority previously given to any attorney -in -facts t Ntg usnrw' „y� au�atu+a7+arrpp un,,,+rrrrrryy IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be by its � f fs¢ •`�" "�'y, °'peo yaw vice president and its corporate seal to be hereto affixed this 14th day of 0".r 2013 f1 s rF�Q ' O �yti` 2 z �+tt e I� ��° r FOS g � UNITED FkRE 8t CASUALTY COMPANY •""•— �z�1'L UNITED FIRE & INDEMNITY COMPANY _ e seas' FINANCIAL PACIFIC INSURANCE COMPANY SEAL SEAL K. �"st g F<;�c�� �N,q��� "� `�raiiry#�'st•�met�[''�a �t � n yF < c,p r na r+umnn+� By: h. + niR A 3`�i �Y qqjj q f9� h xNV 4" tai o ount Linn ss: ice Presid, . ent o: 14'tFty oNDtober, 201$, before me personally came Dennis J. Richmann m snowat, wl bearig 8 ntie dt wutrzti, id depose $d at li sides in will Iid St td"o : wa; thati 3e of LiNl � c�IiT<CO d & CAkA)COItAN Y, °a f'iesiclet►t Of FIREh� a Vice Prf FIN`AC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal.of said corporations; that the tQ,the said ispiemti such ,tt au� p Q d �°�° o rpot mss p ur =t,auth tlio f said co r {.}.rl }ass isve teserP es so then # u s { z 4 4s S f '4 �„ f x £m " 'rrr s gOtary�yib ¢ »4' •?z�s �,s '' Ci(ki�ll�rls 11A7°`s sg�x e `:rye E>>_z,+ yn "' :a4 y5 ham11188' ,'ies: 41LSi# I, David A. Lange ..SecretarMQfUNTED FIRE & U,ALTY AMP d Assisiar t�.Secret t.of ITED PIE & INDFMN COMPANY', . amc s istatt St o "IAI PA i tFIC �; , l z aer Yiy' " ha �+e comp fie t i P er x 'of ttgrdi 'attic a idautt, aitd ie - p o �. ectiort f th by w l of` td INNS a tlsar�iet trartsan�sfai1 Q the W?l'o r d Igi s z •md that ills rd Po fto ey has II bev ke4an15tvm1Ifibe 4e t ],, Rk ,�::,; this-. th` day of "Members.. ttturura! �uuarr ,. tbttuspr� �u.rphr�. ,1�`� ",s.wbry•� � g, ryi��4 ?` �y,; �r. .a� ft e�^; ��; y � > `k �;g ` y�# :.n':.- { -#' ,� ce. .; it ~ a?'' 198fi, �'° s fe 3 ♦v' °S' n nt` e -�,„ yik� 's'�o�"'s�' �1•ii`_"••z' z fi, �+i�+ryi11117-. ry+,Ir�"1�•s� ";F' BPOA0045 0913 :: •'#x:'1� 4 : $7 5.-- : ...... ....:F.ta . .4 .. .. .n.. .. -r <.....ss ...... : t.•— 010420 - STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. JLA ENTERPRISES, INC. d/b/a JLA CONSTRUCTION 2. Permanent main office address. P.O. BOX 718, BROOKLINE, MO 65619 3. When organized. 03/08/1983 4. If a corporation, where incorporated. MISSOURI 5. How many years have been engaged in the contracting business under your present firm or trade name? 32 YEARS 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion). SEE ATTACHED LIST 7. General character of work performed by your company. GENERAL CONTRACTING 8. Have you ever failed to complete any work awarded to you? NO 9. Have you ever defaulted on a Contract? NO If so, where and why? 10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board? NO if so, where and why? 11, List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. SEE ATTACHED LIST 12. List your major equipment available for this Contract. SEE ATTACHED LIST 13. Experience in construction work similar in importance to this project. SEE ATTACHED LIST 14. Background and experience of the principal members of your organization, including the officers. SEE ATTACHED RESUMES 15. Background and experience of the Master Electrician(s) licensed in the state of Arkansas (issued by the Arkansas Board of Electrical Examiners) who have proper skills in supervising, performing, and maintaining the electrical work. 16_ Credit available: $_400,000.00 17. Give Bank reference: GUARANTY BANK OF NIXA/LANCE PEARCE 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? YES 19. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of 010420-1 Bidder's Qualifications. 20. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the proceeding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given: (a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings. Dated at BROOKLINE . MO this 17Th day of JUNE ,20_j. JLA ENTERPRISES, INC. (Name of. Bidder) By I Title PRSIDENT STATE OF MISSOURI SS. COUNTY OF _GREENE} JENNIFER ARNDT being duly sworn deposes and says that he is PRESIDENT _of JLA ENTERPRISES (Name of Organization) INC. and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED AND SWORN TO BEFORE ME this I 7 to day of L& ,2015 . t4 -L &2 (Notary Public) My Commission Expires: FTRISH BRAMER Notary Public — Notary Seal STATE Off MISSOURI My Canmessicn Expires Mai 15. 2017 010420-2 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Narne/Title: GORDON LONG PARK TRAILHEAD IMPROVEMENTS Contract No.: Bid 15-42 Construction — Gordon Long Park ra/' Trailhead ilj�Improvements TI-IlS AGREEMENT is dated as of the day of 1ldX,in the year 2015 by and between The City of Fayetteville. Arkansas and J{Qfn (hereinafter called Contractor). ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: 1. Mobilization/Demobilization 2. Clearing & Grubbing of vegetation in the damaged area. 3. Excavation of unsuitable soil down to rock or unyielding subgrade. 4. Select Fill under the sidewalk and restroom building. 5. Construction of sidewalks, handicap ramp and additional parking. 6. installation of restroom building and appurtenances. 7. Installation of 4" sewer service and 1" water service. 8. Parking lot striping. 9. Trailhead lighting. 10. Site restoration including, topsoil, select grading, sod and seed. 11. Fence removal and reinstallation. 12. Interpretive display installation. City of Fayetteville 00500- 1 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2- ENGINEER 2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 150 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 180 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays. expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly,, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Dollars ($200.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial City of Fayetteville 00500- 2 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 -- AGREEMENT (continued) Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse. or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Two Hundred Dollars ($200.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope. cost or fees. ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. City of Fayetteville 00500-3 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 AGREEMENT (continued) 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. I. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as detennined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer. The City of Fayetteville on recommendation of. Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. City of Fayetteville 00500-4 - Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement. Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and City of Fayetteville 00500 - 5 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface. and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract City of Fayetteville 00500 -6 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. L. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only he amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance. Payment, and other Bonds. 4. General Conditions. City of Fayetteville 00500 -7 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: GORDON LONG PARK TRAILHEAD IMPROVEMENTS 8. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without Iimitation, 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. City of Fayetteville 00500 - 8 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns. and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. OTHER PROVISIONS: Not Applicable. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. City of Fayetteville 00500-9 Job 040673 Gordon Long Park Trailhead Improvements DOCUMENT 00500— AGREEMENT (continued) "� This Agreement will be effective on 2Q � �. dU 20 which is the Effective Date of the Agreement. -- -JA CD StXLkC±10V Name Written: Jfl n ► r Signature: Title: Prg'st Cr & (SEAL) AMtestr.�,�Lt✓#r1- �t City of Fayetteville 00500 - Gordon Long Park Trailhead Improvements CITY OF FAYETTEVILLE Name Written: ioneld J a Signatur : Title: Mayor (SEAL) Attest?ZaA _ ."ttittrrrrf,� .�`�F,�M - EVILLE` �'• �'AYETT 10 Job 040673 f��✓� �, �Dy +,,�� `�• DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices B"CjG> tilt° Mo License No. 0035 O04 Agent for Service of process Address for giving notices 113 W. Mountain Street Fayetteville AR. 72701 (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) (If Contractor is a corporation. Approved As to Form: attach evidence of authority to sign.) By: Attorney For: _ END OF DOCUMENT 00500 City of Fayetteville 00500 - I 1 Job 040673 Gordon Long Park Trailhead Improvements CERTIFICATION OF CORPORATE OFFICIALS LISTED BELOW ARE THE OFFICERS/OWNERS/PARTNERS AUTHORIZED TO ENTER INTO AN AGREEMENT FOR JLA ENTERPRISES, INC. JENNIFER ARNDT JLA ENTERPRISES, INC. COMPANY .� -- AfLtkr COMP NY OFF1C AL PRESIDENT TITLE SEPTEMBER 22, 2015 DATE 43.1280547 FEDERAL ID # CORPORATE SEAL City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Transportation Services Adjustment Number 2015 Dept.: Transportation Services Requestor: Ginny Gundlach •BUDGET ADJ USTMENT DESCRI PTION / JUSTIFICATION: The City of Fayetteville was awarded $38,604.00 in grant revenue, for the Gordon Long Trailhead project, from the Illinois River Watershed Partnership, made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry grant. This budget adjustment recognizes the grant revenue in the Gordon Long Park Trailhead sub -project. COUNCIL DATE: 10/20/2015 LEGISTAR FILE ID#: 2O15-0456 5arlxwcl' Fell' 10/5/2015 12:O2 PM Budget Director Date TYPE: DESCRIPTION: RESOLUTION/ORDINANCE I GLDATE: POSTED: / TOTAL Account Number 38,604 38,604 Increase/(Decrease} Expense Revenue Proiect.Sub# Project Sub AT v.20150925 Account Name 4470.9470.5814.05 38,604 - 02016 1501 EX Trails 4470.0947.4302.00 - 38,604 02016 1501 RE State Grants - Capital C:\Users\dmccoy\AppDota\Roaming\L5\Temp\2a9e3430-2a9a-4fe0-bo63-b8a9ed568338 1 of 1 Bond No. 54206983 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A•311 KNOW ALL BY THESE PRESENTS: that JLA Enterprises, Inc. dba JLA Construction (Here insert full name and address or legal title of Contractor) P.O. Box 718, 6088W. Farm Road 164 Brookline, MO. 65619 as Principal, hereinafter called Contractor, and, United Fire & Casualty Company (Here insert full name and address or legal tide of Surety) P.O. Box 73909 Cedar Rapids, IA. 52407 (319) 399-5700 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas (Here insert full name and address or legal title of owner) 113 W. Mountain Street Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, in the amount of Four Hundred Twenty-five Thousand Five Hundred Twenty-one Dollars And Ninety Cents Dollars ( $425,521.90 ). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated October 20th with Owner for Gordon Long Park Trailhead Improvements Construction Fayetteville, Arkansas in accordance with Drawings and Specifications prepared by N/A , 2015 , entered into a contract (Here insert full name, address and description of project) (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. Page 1 of 2 LMS-51219 10199 PERFORMANCE BOND 54206983 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Signed and sealed this 09th day of November (Witness) contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. , 2015 JLA Enterprises, Inc. dba JLA Construction (Seal) ( (Principal) ("Title) (_LLAia:rr)4) (Witness) United Fire & Casualty Company (Seal) (Suretvl Page 2 of 2 LMS-1'12`19 10199 LABOR AND MATERIAL PAYMENT BOND Conforms with The American Institute of Architects A.I.A. Document No. A-311 Bond No. 54206983 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that JLA Enterprises, Inc. dba JLA Construction (Here insert full name and address or legal title of Contractor) P.O. Box 718, 6088 W. Farm Road 164 Brookline, MO. 65619 as Principal, hereinafter called Principal, and, United Fire & Casualty Company (Here insert full name and address or legal title of Surety) P.O. Box 73909 Cedar Rapids, IA. 52407 (319) 399-5700 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas (Here insert full name and address or legal title of Owner) 113 W. Mountain Street Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Four Hundred Twenty-five Thousand Five Hundred Twenty-one Dollars And Ninety Cents Dollars ( $425,521.90 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated October 20th with Owner for Gordon Long Park Trailhead Improvements Construction Fayetteville, Arkansas in accordance with Drawings and Specifications prepared by N/A 2015 , entered into a contract (Here insert full name, address and description of project) (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. Page lof2 LMS-t 1220 10?99 LABOR AND MATERIAL PAYMENT BOND 54206983 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heal, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suitor action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials Signed and sealed this 09th day of November (Witness) (Witness) were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (I) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. , 2015 JLA Enterprises, Inc. dba JLA Construction (Seal) (Principal) '4 1 (Title) United Fire & Casualty Company (Seal) .o.._..... Page 2 of 2 LMS• 1 122010/99 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety- Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies and having their corporate headquarters in Cedar Rapids, State of Iowa does make constitute and appoint GARY L YOST, OR CALLAE J DOTr', OR WILLIAM L SOUTHWORTH, OR BRANDr i BRADLEY, bR TOM MdNTILEONE, OR S. CHRISTINE TOWNSEND, ALL INDIVIDUALLY of SPRINGFIELD MO their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $25,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 14th day of October, 2017 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed- Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. u , „a N'�. , '"�`;Nsu�'- IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its Qey`4 poi vice vice president and its corporate seal to be hereto affixed this 14th day of October , 2015 l'A COEPOSAT6 `' COI/OMTE 5 ° UNITED FIRE & CASUALTY COMPANY t,,s..c UNITED FIRE & INDEMNITY COMPANY . �.�` INSURANCE FINANCIAL PACIFIC COMPANY •a,, ,, By: State of Iowa, County of Linn, ss:ice President On 14th day of October, 2015, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Mary A. Bartsch AIowa Notariat Seal Commission number 713273 OWN My Commission Expires 10/2612016 Notary Public My commission expires: 10/26/2016 ` 1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY,, and Assistant Secretary'of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations - this 09th day of _. Niamemher_ , 20 15 \5NIy111+„/ ►tKo[v%i S.4%SU nPo e CdiirO*ATC j �,: _ iU�Y2 = U 1 SEAL "5 3*tRie T[!\C 3 "4++11S11Hlll� '+'',�'�Ilrf11111111HN},5 By: Secretary, OF&C' Assistant Secretary, UF&I/FPIC BPOA0045 0115 + ACOWE> CERTIFICATE OF LIABILITY INSURANCE OATE(MMIDDIYYYY) 11/12/2015 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(ies) 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 endorsement(s). PRODUCER Barker Phillips Jackson 1637 S Enterprise Ave PO Box 4207 Springfield MO 65804-4207 CONTACT Angela Broadwater FAX (417)1387-3252 PHONE . (417) 887-3550 1 B -MAIL INSURERS AFFORDING COVERAGE NAIC ft INSURERA:United Fire & Casualty Co 13021 INSURED JLA Enterprises Inc Dba JLA Construction PO Box 718 Brookline MO 65619 INSURERB Midwest Builders Casualty 13126 INSURERC: INSURER 0: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:CL1561617401 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 Lift TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY ICY EFF CY EXP MMID DIYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1, 000, 000 DAMAGE TO RENTED PREMISES a oxurrencel S 100, 000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR 60311132 11/2015 /1/2016 MED EXP ( one arson} $ 5,000 PERSONAL 8 ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMPIOP AGG E 2 ,000, 000 S POLICY PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE L1MIT a acciden 1,000, 000 BODILY INJURY (Per person) S A X ANY AUTO ALLOWNED SCHEDULED AUTOS NON -OWNED X HIRED AUTOS X AUTOS 60311132 /1/2015 /1/2016 BODILY INJURY(Pereccident) $ PROPERTY DAMAGE (Per ccidenI) Limited polluflOn Cover e S X UMBRELLA LIAR OCCUR EACH OCCURRENCE S 10, 000, 000 AGGREGATE $ 10, 000, 000 A EXCESS LIAR CLAIMS -MADE DED I RETENTIONS $ 603111320 /1/2015 /1/2016 $ WORKERS COMPENSATION XI WC STATU- OTH. AND EMPLOYERSLIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? N (Mandatory In NH) NIA 5BWC0830 i/1/2015 /1/2016 E.L. EACH ACCIDENT S 1 000 000 E.L. DISEASE - EA EMPLOYE $ 1 000 000 E.L. DISEASE - POLICY LIMIT S 1 000 000 I1 Yes, describe under DESCRIPTION OF OPERATIONS below A CONTRACTORS EQUIPMENT 60311132 /1/2015 /1/2016 RENTEDREASED 1, 000, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101. Additional Remarks Schedule, If more space Is required) Ref: Gordon Long Park Trailhead Improvements Construction, Fayetteville, AR. The Certificate Holder is an additional insured for General Liability & Automobile Liability. General Liability is primary and non contributory with a per project aggregate. Waiver of Subrogation applies where allowed by law. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, Arkansas 113 W. Mountain Street AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Angela Broadwater/ADB' ACORD 25 (2010105) INS025 (201005).01 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DAT@(MMIDDNYYY) 11/12/2015 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(ies) 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 endorsement(s), PRODUCER NAMEACT Angela Sroadwater Barker Phillips Jackson PH°NE (417) 887-3550 I FAX , 1417)887-3252 1637 S Enterprise Ave EMAIL PO Box 4207 Springfield MO 65804-4207 INSURERS AFFORDING COVERAGE NAIC E INSURERA;United Fire & Casualty Co 13021 INSURED INSURERBMidwest Builders Casualty 13126 JLA Enterprises Inc Dba JLA Construction INSURERC: PO Box 718 INSURERO: : INSURERS: Brookline MO 65619 INSURERF: : COVERAGES CERTIFICATE NUMBER:CL1561617401 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 POLICY NUMBER POLICY EFF LMMIODIYYYYI POLICY EXP (MMIODIYYYY1LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1 . 000, 000 DAMAGE TO RENTED PREMISES rc $ 100, 000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 60311132 I1/2015 /1/2016 MEO EXP An one erson) $ 5,000 PERSONAL & ADV INJURY S 1, 000, 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGO $ 2, 000, 000 X POLICY PRO fl LOC S A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS 6O311132 /1/2015 /1/2016 COMBINED SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) S BODILYINJURY(Peraccidenl ) S NON•OWNED X HIRED AUTOS X AUTOS PROPERTY DAMAGE P en $ Limitetl po0uIn Coverage S X UMBRELLA LIAR- F -I OCCUR EACH OCCURRENCE $ 10, 000, 000 AGGREGATE S 10, 000, 000 A EXCESS LIAB CLAIMS -MADE DED RETENTIONS S 6O311132U /1/2015 /1/2016 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMSER EXCLUDED? N❑ (Mandatory In NH) It Yes, describe under DESCRIPTION OF OPERATIONS below N I A 5BWCO83O 1/1/2015 /1/2016 XI WC STATU- I 0TH - E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1 000 000 E.L. DISEASE - POLICY LIMIT $ 1 000 000 A CONTRACTORS EQUIPtNT 60311132 /1/2015 /1/2016 RENTEDILEASEO 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Ref: Gordon Long Park Trailhead Improvements Construction, Fayetteville, AR. The Certificate Holder is an additional insured for General Liability & Automobile Liability. General Liability is primary and non contributory with a per project aggregate. Waiver of Subrogation applies where allowed by law. %,rn I Iri%,m I r nvLUCr L;ANC;tLLA I IUN City of Fayetteville, Arkansas 113 W. Mountain Street Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Angela Sroadwater/ADB O_i 3tO-at1 AC:UKU Z5 (ZO1UI'U5) I NS025 (201005).01 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD j uA City of Fayetteville Staff Review Form 2016-0179 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item & Jq1-0 Matt Mihalevich 4/6/2016 Development Services / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval of Change Order #2 with JLA Enterprises dba JLA Construction to increase the contract amount of $429,571.90 by $11,500.00 for the replacement of failed concrete on the existing parking lot. The contract with JLA Construction was approved by Resolution #114-15and includes $21,276.10 in contingency. M-15 Comments: Budget Impact: 4470.9470.5814.05 Trail Development / Sales Tax Capital Imp. Account Number Fund 02016.1501 Gordon Long Park Trailhead (TAP FY15) Project Number Project Title Budgeted Item? Yes Current Budget $ 446,799.00 Funds Obligated $ 429,571.90 Current Balance $ 17,227.10 Does item have a cost? Yes Item Cost $ 11,500.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 5,727.10 Previous Ordinance or Resolution #�— Original Contract Number: 2385 Approval Date: 1 Comments: • CITY OF • • STAFF MEMO ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: April 6'", 2016 SUBJECT: Gordon Long Park Trailhead Improvements—Change Order#2 RECOMMENDATION: Staff requests approval of Change Order#2 with JLA Enterprises dba JLA Construction to increase the contract amount of$429,571.90 by $11,500.00 for the replacement of failed concrete on the existing parking lot. The contract with JLA Construction was approved by Resolution #118-1-5 and includes $21,276.10 in contingency. BACKGROUND- JLA Construction is working on the Gordon Long Park Trailhead Improvements. The project includes expansion to the existing parking lot and a restroom to serve the Razorback Greenway. Before JLA Construction began work, the existing parking lot was evaluated for base line comparison of potential damage caused by construction. At this time, it became evident that the east end of the parking lot was failing prior to construction activities commencing. JLA Construction offered to make the repairs to the parking lot while they are already on site and mobilized and have provided the attached cost. DISCUSSION: Change Order#2 includes the following items and to replace a 22.5 feet by 34.5 feet (776.25 SF) area of failed concrete parking lot: 1.) Saw and remove existing failed concrete pavement 2.) Excavate the existing concrete and failed subgrade to 3 feet below existing grade 3.) Replace subgrade with approved select fill (Hillside Gravel) 2 feet deep 4.) Place 6" compacted class 7 stone base 5.) Place 6" 3,500 PSI Concrete with #4 reinforcing bar at 18" on center. BUDGET/STAFF IMPACT: Change Order#1 was approved on January 315', 2016 resulting in an increase of the original contract amount of$425,521.90 by $4,050.00 for the new contract price of$429,571.90. Change Order#2 will increase the contract amount by an additional $11,500.00 resulting in a • new.contract price of$441,071.90. The approved contingency is $21,276.10 and with approval of Change Orders 1 and 2, the remaining contingency will be $5,726 and has been budgeted • through the Trail Development Capital Improvement Program. Attachments: • JLA Construction Signed Change Order#2 Purchase Order#14-0000095-001 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville,AR 72701 r i • ey. 1i, I.is CONSTRUCTION April 06, 2016 City of Fayetteville Arkansas Gordon Long Park Trailhead Improvements Bid#15-42 Res#191-15 Contract#2385 Re:Change Order#2 Gentleman; The following items as discussed previously in change order#2 are described as follows: Concrete Pavement Patching Work:Area(22.5'x 34.5') located at the east end of the existing parking lot.Where it is assumed that the existing concrete pavement is at least 6"thick.Saw cut the perimeter of the failed area,excavate and backfill the existing sub grade to minimum depth of 2.0'or to suitable subgrade is found. Drill and epoxy 12"#4 dowel bars 6"into the existing concrete at 18"o.c.Place 6"of class 7 and compact to 95%of a standard proctor. Place 6"of type"A"concrete reinforced with#4 rebar at 18"o. c. Unit Price with full 2'of excavate and backfill-$14.82 per Square Foot x 776 SgFt=$11,500.00 Undercut and backfill unit price-$30.00 per Cubic Yard(Truck Yards-10 CY per Triaxle Truck) All compactive effort is to be at 95%of a Standard Proctor for the respective material. City of F..etteville , . sas JLA Constr ction . f / Ione(1 en Keith Roberts M Clio r Project Manager PO BOK 718 • BROOKLINE,MISSOURI 65619 • (417)887-7348 • 113 West Mountain Street Fayetteville,AR 72701 (479)5754323 Resolution: 191-15 File Number: 2015-0456 BID 15-42 JLA ENTERPRISES,INC.: A RESOLUTION TO AWARD BID NO. 15-42, TO AUTHORIZE THE CONTRACT WITH JLA ENTERPRISES, INC. IN THE AMOUNT OF $425,521.90 FOR CONSTRUCTION OF A RESTROOM AND PARKING LOT IMPROVEMENTS AT GORDON LONG PARK, TO APPROVE A 5% PROJECT CONTINGENCY IN THE AMOUNT OF'$21,276.10,AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville was awarded $260,000.00 in Transportation Alternatives Program (TAP) funds for construction of a restroom and parking improvements at Gordon Long Park along the Razorback Regional Greenway;and WHEREAS, additional funding has been provided by Illinois River Watershed Partnership made possible through an Arkansas Natural Resources Commission grant and an Arkansas Forestry Commission Urban Riparian Forestry Grant NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: • Section I.That the City Council of the City of Fayetteville,Arkansas hereby awards bid no. 15-42, approves the contract with JLA Enterprises, Inc. in the amount of$425,521.90 for construction of a restroom and parking lot improvements at Gordon Long Park with a 5% project.contingency in the amount of $21,276.10, and authorizes Mayor Jordan to sign this contract. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment to recognize-$38,604.00 in grant revenue from the Illinois River Watershed Partnership, a copy of whish P PASSED and APPROVED on 10/20/2015 • : . co Ea:FAYETTEVILLE: -` Approv Attest: %9S;q'QimorDI % xon. - , ...- Lioneld Jord • Sondra E. Smith, City Clerk Treasurer • ** CHANGE ORDER ** aye v e PURCHASE ORDER Each Package Must Be Marked PURCHASE ORDER# Exactly As Shown Here ARKAXSAS City of Fayetteville,Arkansas 15-0000476-100 • VENDOR NO. 26054 DATE JLA Enterprises Inc 2/01/16 dba JLA Construction PO Box 718 Brookline MO 65619 FOB Fyv TERMS NET 30 DAY Unit Description and Oty. ofAccountNumber Unit Price TOTALS Issue 1. 00 JOB a) Gordon Long Park Trailhead 425521. 90 425521. 90 Improvements Construction Per Bid #15-42 Res #191-15 Contract #2385 4470 . 9470 . 5814 .05 020161501 SHIP TO: Transportation Dept 1525 S Happy Hollow Rd Fayetteville AR 72701 Continued on Next Page CONDITIONS 1. Send itemized Invoice in duplicate to: 3. No substitutions without prior approval. 6. F.O.B.Fayetteville unless otherwise agreed Accounts Payable upon. No metro for packing and delivery will City of Fayetteville '4. Discounts effective to 10th of following month be allowed. 113 Worn Mountain Fayetteville,AR 72701 S Orders must be shipped In full unless 7. NO C.O.D.ORDERS otherwise notified 2. Mark all packages with P.O.number 6Prepay height and add to invoice. Ship oa shown above. All orders must be to 113 W.Mountain SL,Rear Entrance accompanied bye packing stip, unless olherwis*specified. quantity shipped and P.O.number. PURCHASING AGENT VENDOR COPY ** CHANGE ORDER ** �ayeCeville PURCHASE i ORDER Each Package Must Be Marked PURCHASE ORDER# Exactly As shown Mere ARKANSAS City of Fayetteville,Arkansas 15-0000476-100 VENDOR NO. 26054 DATE JLA Enterprises Inc 2/01/16 dba JLA Construction PO Box 718 Brookline MO 65619 FOB Fyv TERMS NET 30 DAY Unit Description and Qty' of Account Number Unit Price TOTALS Issue 1 . 00 EA b) Change Order #1 to Contract 4050 . 00 4050 . 00 02/01/16 C/O #1 to incr contract by $4, 050 . 00 to allow for addition of items included in the restroom facility • 4470. 9470. 5814 . 05 020161501 CHANGE ORDER #2 - Please add line item C for contract #2385 CO#2 in the amount of $11,500.00 using GL account number 4470.9470.5814.05 02016/1501 SHIP TO: Transportation Dept 1525 S Happy Hollow Rd Fayetteville AR 72701 Sales Tax Total: $.00 *1003 Purchase Order Total: 429571.90 CONDmoNS • 1. Send Itemized Invoice In duplicate to: 3. No substitutions without prior approval 8. F.O.B.Fayetteville unless otherwise agreed Accounts Payable upon. No extra for packing and delivery will City of Fayetteville 4. Discounts effective to 10th of following month. be allowed. 113 West Mountain Fayenevale,AR 72701 S Orders must be shipped In full unless 7. NO C.O.D.ORDERS. otherwise notified. 2. Mark all packages with P.O.number 8. Prepay freight and add to invoice. Ship as shown above. All orders must be to 113 W.Mountain St.,Rear Entrance, acoompanled by a packing slip, unless otherwise specified. quantity shipped and P.O.number. PURCHASING AGENT VENDOR COPY Matt Mihalevich Submitted By ,J_L r�n6CC'-> C0 3 City of Fayetteville Staff Review Form 2016-0483 Legistar File ID City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/14/2016 Development Services / _ Development Services Department Submitted Date Division / Department Action Recommendation: Staff requests approval of Change Order #3 with JLA Enterprises dba JLA Construction to decrease the contract amount of $441,071.90 by $14,071.90 representing additions and deductions to reconcile the pay items and additional contract time to close the project. Budget Impact: 4470.900.9470.5814.05 Trail Development / Sales Tax Capital Imp. Account Number Fund 02016.1501 Gordon Long Park Trailhead (TAP FY15) Project Number Project Title Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment $ 446,799.00 $ 442,384.31 4,414,69 $ (14,706.50) Remaining Budget A 19,12-1-19 V20140710 Previous Ordinance or Resolution # 1 C5 Ak_ �5 Original Contract Number: Comments: ')QRS Approval Date: 10 lu CITY OF �ttevti1e ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: October 14th, 2016 STAFF MEMO SUBJECT: 2016-0483 Gordon Long Park Trailhead Improvements — Change Order #3 RECOMMENDATION: Staff requests approval of Change Order #3 with JLA Enterprises dba JLA Construction to decrease the contract amount of $441,071.90 by $14,071.90 representing additions and deductions to reconcile the pay items and additional contract time to close the project. BACKGROUND: JLA Construction has completed the work on the Gordon Long Park Trailhead Improvements. The project includes expansion to the existing parking lot and a restroom to serve the Razorback Greenway. The project was substantially complete on September, 29th 2016 and a ribbon cutting celebration was held on this day. The contract with JLA Construction was approved by Resolution #119-15 and includes $21,276.10 in contingency. DISCUSSION: Change Order #3 includes the following additional new pay items: 1.) Native stone walls necessary to retain the soil between the restroom and the parking lot. 2.) Crack sealing of the existing parking lot to increase the longevity. 3.) Hand rails along the stone steps on the north and south sides of the restroom. 4.) Staining of restroom timbers to prevent weathering and increase longevity of the wood. 5.) Liquidated damages in the amount of 51 days over the contract date at $200 per day. Additional Contract Time: By this change order, the new substantial completion date is August 9th, 2016, the actual substantial completion date was September 29th, 2016 resulting in 51 calendar days over after taking into account the following time proposed for directed additional work: (Handrails - 5 days) (Native Stone Wall & Steps - 10 days) (Parking Lot Replacement - 14 days) (Crack Sealing Ex. Parking Lot - 7 days) (Staining wood - 5 days) (Waterline Replacement - 7 days) (Brick Column Removal - 5 days) (Interpretive Sign - 2 days) for a total of 55 Days. BUDGET/STAFF IMPACT: Change Order #1 was approved on January 31St, 2016 resulting in an increase of the original contract amount of $425,521.90 by $4,050.00 for the new contract price of $429,571.90. Change Order #2 was approved on April 6th 2016 resulting in an increase of the contract amount by an additional $11,500.00 for a new contract price of $441,071.90. If approved, Change Order #3 will decrease the contract price by $14,071.90 for a final contract price of Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF aFttvi11e ARKANSAS Change Order No. 3 CHANGE ORDER Contract Number 2385 Contract Title Gordon Long Park Trailhead Improvements Bid 1542 Date of Issuance October 14, 2016 To Contractor: JLA Enterprises, Inc. dba ILA Construction ORDINANCE/RESOLUTIOI 191-15 AIITD 11040673 The Cnntracf is chanced as fnllnwst Contract Chan es Item No. Bid Item Description Previous Estimated Ouantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated Cost A. CO. 113.1 Native Stone Wall LS 1.00 $3,1 10,00 $0,00 $3,110.00 B. C.O. 43. Crack Sealing Parking Lot LF 757,00 $3.00 $0.00 $2,271.00 C. CO 113. .Hand Rails EA 4.00 $937.50 $0.00 $3,750.00 D. 0.0.43, StainRestroolnTimbers LS 1,00 51,750.00 $000 $1,750.00 E. C.O. 1/3, Liquidated Damages* DAY $200.00 51.00 ($200.00) $0.00 ($]0,200.00) F. 5 •4" Topsoil Placement & Select Grading As directed 200,00 CY 514,25 293.00 $14.25 $2,850.00 $4,175.25 G 6 Undercut and Stone Backfill 50,00 CY $119.00 0,00 $119.00 $5,950.00 $0.00 H. 7 Fence Removed aisd Reconstructed 270.00 LF $47.00 260.00 $47.00 $12,690.00 $12,220.00 I, 9 Concrete Curb Type D 250.00 LF $33-00 190,00 $33.00 $8,250.00 $6,270.00 J 10 Flush curb 100,00 LF $33.00 137.00 $33,00 $3,300.00 $4,521,00 K 11 Concrete Sidewalks 150,00 LF $71.40 152.00 $71.40 $10,710.00 $10,852.80 L. 12 Solid Sod (Bermuda) (As directed) 300.00 SY $7.60 448,00 $7.60 $2,280.00 $3,404.80 IvL 14 Painted Pavement Markings (4" 'White Stripe ) 650.00 L.F $4.75 644,00 $4.75 $3,087,50 $3,059.00 N. 15 Pavement Marking Removal 475.00 LF $4,75 306.00 $4.75 $2,256.25 $1,453.50 0. 16 I' irn Painting (Fire Lane) 50.00 LF $6,15 48.00 $6,15 $307.50 $295.20 P. 23 (Grass Paver 100,00 SY $42.85 113,00 $42,85 $4,285,00 $4,842.05 Q. 24 Precast Step 17.00 EA $285.00 9.00 $285.00 $4,845,00 $2,565.00 R, 28 1 1/4" Conduit (Sch. 40 PVC) 550.00 LF $10,85 529,00 $10.85 $5,967.50 $5,739.65 S. 29 No 6 AWG Copper Conductor (Restroom Service) 600,00 LF $12.40 165,00 $12.40 $7,440.00 $2,046.00 T, 29 No 10 AWG Copper Conductor (Parking Lighting) 1,657,00 L.F $0.95 1,527.00 $0.95 $1,574.15 $1,450.65 U 32 4" Sewer Service w/Appurtenances 50.00 LF $33,30 25.00 $33.30 $1,665.00 S832.50 V 33 1 PEX Water Service wiAppurtenances 120,00 LF $19.00 145.00 519.00 $2,280,00 $2,755 00 W. 34 Concrete Wheel Stops 19.00 EA $16500 18.00 $165.00 $3,135.00 $2,970,00 X. 36 Trees 2.00 EA $333 00 3.00 $333.00 $666.00 $999.00 Y. 37 (Brick Column Reconstruction 1.00 EA $2,300.00 000 $2,300.00 $2,300.00 $0.00 Summation of Cost $85,838.90 $71,132.40 Net Cost for this Change Order (Revised Minus Original Cost) ($14,706.50) Inge {'hall _ "lnrsruruon $talc Date IJctolicr 20th. 2111$ itn_ >rll,rnal4 emlr,tcl Price was S 425.$2.1.40 )riunal Subsuuuiu] C emu letiun Date Suns 15th. ?016 N t clmn •e by previously tulhonisd c4taneortlersS 15,550.01) bra L'henue ()It1 r I�LJten{1ar d Eta) . . 55 days* I hu I mntr ret I rl L.proir rP (his L 11:In { 1fder 1L9 $ 4•i 1,1771.90 sew SU113Elntlal L. Sylll(11etlois Dais. All 5['7111. 2(116 1114 E i elr..wz Price will lie rh. 11,a5L It k? 5 ; 14.706„'511] ieluol Stllltlnntnit (-Ulm slebon Date September 29t11. 201S The new E'nnlrael Pnce Inelnsl111 Ilals (1t:11gie Order will lie 5 426,365.40 NOTE: Thus summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders, Not valid until signed by the Owner Original substantial completion date was June 15th, 2016 and an additional 22 days have been added due to additional work as listed below. New substantial completion date is August 9th, 2016, the actual substantial completion date was September 29th, 2016 resulting in 51 calendar days over (Handrails - 5 days) (Native Stone Wall & Slept - 10 days) (Parking Lot Replacement - 14 days) (Crack Sealing Ex. Parking Lot - 7 days) (Staining wood -5 ) (Waterline Replacement -7 days) (Brick Column Removal -S 5 days) (Interpretive Sign - 2 days) . r IT I . 11 11Ac' •wti WY A l.ntLtflnsLe, nt. la . ons c ion lit '1 nil DATE BY DATI` $426,365.40. This project has been budgeted through the Trail Development Capital Improvement Program and includes $260,000 in grant revenue through the Transportation Alternatives Program and $38,604 from the Illinois River Watershed Partnership (IRWP) Attachments: JLA Construction Signed Change Order #3 Purchase Order #14-0000095-001 2 RESOLUTION NO. 32-14 A RESOLUTION EXPRESSING THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID FUNDS FOR THE DESIGN OF RESTROOMS AND EXPANDED PARKING AT GORDON LONG PARK, AND TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $22,314.00 WHEREAS, the City of Fayetteville understands that Federal Aid Transportation Alternatives Program (TAP) funds are available for certain city projects at the following Federal and City participating ratios: Work Phase Federal % City % Construction of City Projects Preliminary Engineering 0% 100% Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Engineering 0% 100% City projects programmed but not let to contract All Phases 0% 100% and WHEREAS, the Northwest Arkansas Regional Planning Commission has approved the initial funding of improvements to the Gordon Long Park Trailhead in the amount of $22,314.00, which requires the City to provide matching funds in the amount of $5,578.50; and WHEREAS, the total project estimate is $262,500.00 and additional funding will be requested from future years of TAP funding. NOW, THEREFORE, 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 expresses its willingness to participate in accordance with its designated responsibilities in this project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas Highway and Transportation Department to expedite the construction of the above -stated improvements. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes Arkansas Highway and Transportation Department to initiate action to implement this project. a e¶ttville nRKnnan3 VENDOR NO. 26054 ** CHANGE ORDER ** FU - O0 f DD CSR JLA Enterprises Inc dba JLA Construction PO Box 718 Brookline MO 65619 Each Package Must Be Marked Exactly As Shown Here City of Fayetteville, Arkansas DATE 4/21/16 FOB Fyv PURCHASE ORDER # 15-0000476-101 TERMS NET 30 DAY Unit Description and Qty. of n Unit Price TOTALS Account Number Issue 1.00 JOB a) Gordon Long Park Trailhead 425521.90 425521.90 Improvements Construction Per Bid #15-42 Res #191-15 Contract #2385 4470.9470.5814.05 020161501 CHANGE ORDER #3 - Please add line item D for contract #2385 COQ#3 in the deduction amount of $14,706.50 using GI_ account number 4470.900.9470.5314.05 02016.1501 SHIP TO: Transportation Dept 1525 S Happy Hollow Rd Fayetteville AR 72701 Continued on Next Pag CONDITIONS 7. Send itemized Invoice In duplicate to: 3. No substitutions without prior approval. 6. F.O.B. Fayetteville unless otherwise agreed Accounts Payable upon. No extra for packing and delivery will City of Fayetteville 4. Discounts effective to 10th of following month, be allowed. 113 West Mountain Fayetteville, AR 72701 5. Orders must be shipped In full unless 7. NO C.O.D. ORDERS. otherwise notified. 2. Mark all packages with P.O. number 8. Pre -pay freight and add to invoice. Ship as shown above. All orders must be to 113W. Mountain St., Rear Entrance, accompanied by a packing slip, unless otherwise specified. quantity shipped and P.O. number. PURCHASING AGENT VENDOR COPY Fay' -P — CHANGE PURCHASE ORDER # 15-0000476-101 VENDOR NO. 26054 DATE 4/21/16 JLA Enterprises Inc dba JLA Construction PO Box 718 Brookline MO 65619 FOB Fyv TERMS NET 30 DAY Unit Description and Oty. of Account Number Unit Price TOTALS Issue 1.00 EA b) Change Order #1 to Contract 4050.00 4050.00 02/01/16 C/O #1 to incr contract by $4,050.00 to allow for addition of items included in the restroom facility 4470.9470.5814.05 020161501 SHIP TO: Transportation Dept 1525 S Happy Hollow Rd Fayetteville AR 72701 Continued on Next Page CONDITIONS 1. Send itemized invoice in duplicate to: 3. No substitutions without prior approval. 6. F.O.B. Fayetteville unless otherwise agreed Accounts Payable upon. No extra for packing and delivery will City of Fayetteville 4. Discounts effective to 10th of following month, be allowed. 113 West Mountain Fayetteville, AR 72701 5. Orders must be shipped in full unless 7. NO C.O.D. ORDERS. otherwise notified. 2. Mark all packages with P.O. number 8. Pro -pay freight and add to invoice. Ship as shown above. All orders must be 10113W. Mountain St., Rear Entrance, accompanied by a packing slip, unless olherw'rso specified. quantity shipped and P.O. number. P R HASING AGENT VENDOR COPY ** CHANGE ORDER ** Ta*y4"e-tVjjj1e PU C RAMC 0RM N Each Package Must Be Marked PURCHASE ORDER # Exactly As Shown Here City of Fayetteville, Arkansas 15-0000476-101 VENDOR NO. 26054 DATE 4/21/16 JLA Enterprises Inc dba JLA Construction PO Box 718 Brookline MO 65619 FOB Fyv TERMS NET 30 DAY Unit Descri tion and Qty. Of n Unit Price TOTALS Issue Account Number 1.00 EA c) Change Order #2 to Contract 11500.00 11500.00 04/21/16 C/O #2 to incr contract by $11,500.00 to allow for replacement of failed concrete on the existing parking lot 4470.9470.5814.05 020161501 SHIP TO: Transportation Dept 1525 S Happy Hollow Rd Sales Tax Total: $.00 Fayetteville AR 72701 *1003 Purchase Order Total: 441071.90 CONDITIONS t. Send itemized Invoice in duplicate to: 3. No substitutions without prior approval. 6. F.O.B. Fayetteville unless otherwise agreed Accounts Payable upon. No extra for packing and delivery will City of Fayetteville 4. Discounts effective to 10th of following month, be allowed. 113 West Mountain Fayetteville, AR 72701 5. Orders must be shipped in full unless 7. NO C.O.D. ORDERS. otherwise notified, 2. Mark all packages with P.O. number 8. Pre -pay freight and add to Invoice. Ship as shown above. All orders must be to 113 W. Mountain St., Rear Entrance, accompanied by a packing slip, unless otherwise specified, quantity shipped and P.O. number. PURCHASING AGENT VENDOR COPY