Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
56-15 RESOLUTION
RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3rd day of March, 2015. APPROVED: ATTEST: -- By: Aoa� &. SONDRA E. SMITH, City C1erk/Treasuretf, rrrrrrr Ty r�:FAYETfEVILLE°v TO IN Jill I r a• 9 -J • � 4 J City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 478-575-8323 Text File File Number: 2015-0088 Agenda Data: 3/3/2415 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 12 CROSSLAND CONSTRUCTION COMPANY, INC (REGIONAL PARK) A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1, a copy of which is attached to this Resolution and made a part hereof, to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof City of Fayetteville, Arkansas Page 1 Printed on 31612015 Alison Jumper Submitted By City of Fayetteville Staff Review Form 2015-0088 i-egistar File ID 3/3/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/13/2015 Parks & Recreation / Parks & Recreation Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract with Crossland Construction Company, Inc. in the amount of $11,788,362.19, approval of Change Order No. 1 in the amount of ($2,358,997.27) for a contract amount of $9,429,364.92. In addition, approval is requested for project contingency in the amount of $528,000, approximately 5.6% and approval of a budget adjustment. Budget Impact: 2250.9255.5806.00 / Parks Development / 4520.9555.5809.00 Transportation Bond Account Number 02002.9000 06035.2800 Project Number Fund Regional Park/ Transporation Bond Street Improvements Project Title Budgeted Item? Yes Current Budget $ 7,693,006.00 Funds Obligated $ 179,181.59 Current Balance 7,513,824.41 $ Does item have a cost? Yes Item Cost _ $ 9,429,364.92 Budget Adjustment Attached? Yes Budget Adjustment $ 2,977,740.00 Remaining Budget $ 1,062,199.49 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Budget Adjustment includes $1,400,000 to the Transportation Bond Street Improvements project which covers the $1,400,000. See Legistar Items 2015-0092 and 2015-0093 for related Budget Adjustment information. This memo was revised for the final agenda CITY OF ) Fy V9KA AS MEETING OF MARCH 3, 2015 TO: Mayor and City Council THRU: Don Marr, Chief of Staff CITY COUNCIL AGENDA MEMO FROM: Connie Edmonston, Parks and Recreation Director DATE: February 19, 2015 SUBJECT: Resolution to approve a contract with Crossland Construction Company, Inc. for the Construction of Regional Paris Phase One RECOMMENDATION: Staff recommends approval of a contract with Crossland Construction Company, Inc. in the amount of $11,788,362, approval of Change Order No. 1 in the amount of ($2,358,997) and a project contingency in the amount of $528,000, approximately 5.6%, for a total cost of $9,957,365 and approval of a budget adjustment recognizing $37,533 in Park Land Dedication Funds. BACKGROUND: The City of Fayetteville has been planning for a Regional Park since 2002. Through an intensive site selection process, a site was selected and approved by the Parks and Recreation Advisory Board in 2003. In 2010 approximately 200 acres were generously donated by Chambers Bank for the park. Since that time, through overwhelming public support, over 350 acres of pristine Ozark forest adjacent to the park at Mount Kessler were purchased and preserved in a partnership with the Walton Family Foundation, the City of Fayetteville and the Fayetteville Natural Heritage Association, making the park a truly unique destination for Fayetteville and Northwest Arkansas. Additionally, Advertising and Promotions Hotel Motel Restaurant (HMR) tax bond was approved by the voters in 2014 to appropriate approximately $3.5 million for the construction of Phase One of the Regional Park. Lose and Associates, Inc. was selected through a professional selection committee in November of 2013 to finalize the master plan for the park and to create the construction documents for Phase One of the park. Large Scale Development 14-4819 was approved by the Planning Commission on October 13, 2013. DISCUSSION: Bid 14-66 was advertised on November 26, 2014 and opened February 6, 2015. Four contractors bid the project with Crossland Construction Company, Inc. being the low bid in the amount of $11,788,362. Mailing Address: 113 W. Mountain Street wwwfayetteville-ar_gov Fayetteville, AR 72701 The bid for Phase One of the park originally included the construction of the entry road, water, electric, and sewer infrastructure, six lighted soccer fields, four lighted baseball fields, two restroom/concession buildings, a playground and associated parking. The low bid for the project was over budget due to challenging topography, geology and other site contraints. The challenges that make the site more costly also make it more unique, and once constructed, the park will boast an inspiring landscape housing quality facilities. City staff and the consulting team identified approximately $2.35 million in savings through value engineering and utilization of City Water and Sewer crews to construct the water and sewer utilities. Reductions made to bring the project in budget are shown in Attachment A. The current phase will include all infrastructure including water, sewer and electricity, parking, roads, three baseball fields, six soccer fields and two concessions stand/restroom buildings. Sports field lighting for the soccer fields and the rain garden plantings will be deferred until 2016, when additional funding will become available through the Capital Improvement Plan. Additionally, a citizen led fundraising committee has been formed and is currently working towards raising funds for this and future phases of the park. The Regional Park will be the largest multi-purpose park in the City of Fayetteville and will serve tens of thousands of citizens each year. Additionally, at full build out the park (estimated in current dollars) of $28 million, will generate revenue for the city through hosting tournaments and special events. BUDGET/STAFF IMPACT: HMR Bonds were sold and are providing $3,642,656 towards the construction of the park. Additionally, the Transportation Committee approved $1,400,000 in excess Transportation Bond Funding for the construction of the access road to the park. Remaining funding is provided through Park Land Dedication Funds from the Southwest Quadrant and the HMR tax that has been collected and saved for this project. The project number is 02002.1. Attachments: Certified Bid Tabulation Crossland Construction Company, Inc. Bid Submittal Agreement with Crossland Construction Company, Inc. Change Order No. 1 Attachment A Road Construction Cost Budget Adjustment Purchase Request Regional Park Site Plan 2 City of Fayettevitle, Arkansas Bid Opening: Friday, February 6, 2015, 10:06 AM, local time 1 1111 BID 16.06, Construction - FaycH4ville Regional Park - Pi 1 MODEM: CONS1RrJCT10N CO FlYNGOINC __ GRA[NNG LLC NEXUS CONSTR N SMZVZE GROW LLC N ITEM a airy. tmiR87 tCO57 SU87'OTAt- 1897 COST SIA grm- I LMR Cosi I 5woirAL 7R8r COST SMOTAt. _;-3 Sswvev 63 AC 89646 2 C9 1,36320 1160 ,40p.9D 1 13&87927 2 Mas? ad . 213,463 CY 53,70 SM -91112 S3-75 8800,8625 .170 51280.77840 .19 S1L1BB,661.76 oa SO,a79 'Y 5781,724,40 S369 $496,16331 33.40 Si51A37.00 54.01 2,420.79 4 I 40.125 CY 54.30 S772.537.50 .83 5155,779.75 3&W 52710.635.00 515.37 587 8,727.75 5 Cre and Cru -NeBvi Wooded 15 AC $7,00 5105.00 53,476.16 552,142.46 36.000.00 590.01X1.00 3247.13 707.1 6- aro Grvbb4t,-Li nn W4etled 6 A 728.06 515.60000 52.317.4 S71 7.20 .0 525000.00 SZ.784.76 510,823.80 1 Erosion C -1-d L L5 $2t5829.0a 5275729.00 4255.600.00 3255.&111.00 SM000.00 SOMOMOD SMW2 09 S2 9.932A9 nd4 Pl4eareeon 17.845 SY 3086 511-777.70 -10 +-74.50 $3.00 $57,535.40 51.52 327124.40 -C. P 744 LF 54236 7 47124 S".30 552.85920 54540 533580.00 5x651536.091. C.P 321 LF S47-711 S1S,31t.70 519,98 $18443,8 S89.W S22,1494D 574.18 875.90 . C. P1. LF 4$6.90 S3p62.80 1.34 53.189-68 587.60 5455520 94.43. C. 12 LF S83.6O 51408.20 587.47 $1.49.65 $121.67 SIAGD-04 573,.16. C. Eu. P: Fl� 77 EA $110-70 52_°88.90 571557 33.12&49 S77&75 54,77725 $19057 S5,1".58 R. C. F'- Under Pavement 1259 iF 563.4G $79,620.60 $67-02 584.378.18 552.00 .48840 559.116 $70.579.54 R. c. minder Pavement 328 LF 57320 524,000.60 $77 5 525.336.00 5883'1 528,31624 533.06 330.3388 8. C. Roe LldarPavemerrll 730 LF W-90 5:2 7.00572.9%.16 5931,56 $31495.00 98.64 $t2 2320R. C. tMa ,Pavemem LF 114,50 571„335.50 512042 -Sf1.8at.58 7 46 557.88040 5729.36 t2d065d t8 47' R. C. P, 17ndm Pavemxsrl 78 LF $124AO 59.70324 5131.78 $4077864 5777.00 513.808.00 51908: 1-,883.18 19 16'8,0 JI.P Urge, Pavement! 59 LF 5208.911 5:2,272.06 -38 Sl ,42 5101,76 56.00624 5109,63 $ ,468.17 20 14'R, C. Eu. Pi Under Pa48mens LF 5712.00 510.30x.00 517587 516660.0- 5130.00 517.%6.00 315014 SS2b92.B5 1 MC.PES d EA S1,367.06 55.468.90 S1,A75,86 51702.72 3430.00 51.726.66 SG69.5x 51.854,16 24"R,C,FES 1 FA 81 MOO 1,477.00 St,544,96 51,554.96 51,27500 57275.W 51.374.45 S1.374AS 23 R7 ft C. FES 5 EA S1, 56A"'O0 5164947 597.88 1.500.06 36.000.06 51,817.00 668.03 24 36" R, C. FE5 1 EA .160.00 52160.00 5224&7$ S22"1118 52,400.00 52.300.00 52587.20 52.58'7.2U 2S 42'R. C. FES 6 $2.731.00 76.-0-.00 124,00 51 .74-.00 S3.WD00 ia.O%W $31"47.0= 51940-.06 28 36 -EO, Ft C.FES1 EA 52 t6.W 52.616,00 53,1$7.46 55152.40 33.300.00 .06 33.557.57 53.5574; 7 12'C.M. FES 3 EA 53017.00 5300.00 S318.08 54,74 5306.00 5900.00 5323.40 S970.2D 28 18'C.M. FES i7 EA SMOG 53.805.00 S3W.21 53,786.31 5500.00 S5,WROO 5539.00 $5,929.00 a9 7A"G.M F65 10 EA 8425.00 250.00 T56 34,475.80 5570.00 55,700.00 5614.d6 56.144.66 30 30' C.M. FES 5 EA 5711.00 53,565.00 S7",06 63.72640 7RCO 53-35040 572276 53-511.36 31 26'0-M. FES 2 EA 585x.00 $1.70,00 $897." 57,794.86 9420.00 St.W.00 S99t,r7 51,953,5.7 32 48'C.M. FES t EA 511571.00 51.521.710 1 .40 51550.-0 SlAMDO 51,5M.00 $1,724.81 $1-724.8! 33 -Curb rr4ers 34 EA 5317 .W 5705978.00 S3.28&72 $177816.46 $2.500.00 595200.09 53418-1 5102 25.4: 34 vCO. wmJ 70 £4 S3ES844 ,180.00 53635.28 536,35240 53-1 moo 53t,30Ap $3.374.15 533,741.50 35 e•Cwb Mhla 7-9- 746,00 7d.9$4.0p SdAWAO SIBOMAO SUM= 16 4M.61) A3S.82 517,679.28 36 WGQmWel 5 S3 .0O 517,779.00 3671926mmm 19.5:&70 53.206.06 518.00.00 53.456.08 57718040 37 4•Jmktl -ts 3 EA 57-61.00 57.363.90 52.6£2.80 67MSAO SUMOO S120mou S4312Q2 129:8.08 28 9JunCJ4n Rosea 8 FA 52.898.00 823.184,00 20 5,537,80 53.966.00 $24,000.0.7 $3234.07 525.972.08 39 CJune4on6P.e4 2 EA 5&654.00 57,108.00 1060 SIA17.60 57400.00 14 57.576,92 515,092 -ac 40TCNb Inlet Eslerrsion 32 EA 12ce.60 538.596.00 1,279.14 540,932.48 5506.07 516AW.90 .CO 517248.03 A5 9• C. Mie: Esrens.on 1 FA 51,6%40 SIJM.OD S1,89174 1-861.70 mO0.00 t,l AO 51,18$.80 MAMBO 42 R, 4 SY $17,00 .500.0 318.18 581-870 535.00 5157.SW.00 $37,84 5170.260,0 43 6"Rwadwa A r to Oast Ccurie 77,844 SY S5.08 S7 .-97.60 56,62$121,702.90 $6.00 $107,070.90 A7 311 .557.15 44 As Conrxttd Not hos &Pder dwsfl PG 6x-2? 2,474 Txn S72.75 5779.983.50 76.79 f 89.978.46 567„t5 5186,976.26 $ 2.75 'St 79.553.50 45 ha4 Cenemre Het ktot Sud -C- PG 70.22 1.649 TCP 585.50 51-7.989.50 59026 S148838.Tc 590.]6 732.5:3.51 586.63 3152.652.87 46 t4w,$. Curoand Gsreet 7 xA 9738 LF 511.94 710.182.32 Sf5.77 136797.54 59.23 585.359.00 S9.97 592.003.16 47 Cxrla&"uma Gmtol i B•t 306 LF $12.05 .67525 555.24 ,678.70 51165 163.25 $74.71 .468.55 46 Gwnnete Curb and GPhxr Revels reader 1 LF .6B .36 526.40 55,026.80 533.00 1.40 53557 56,295.65 49 A•ThxkrMV e$Aewalk 2985 SY 53426 10226616 MIA $73,83-90 572.75 $127.668.75 94212 5126.026.70 50 9'Ttack Cmm Md Alk 941 SY $43,45 561M 5681 59.614.66 5:9.40 5&909.00 S4$1.% $7.055'4 51 Coweia 6hvlrna rens Cxrnrrxroal 499 SY sm,f9 Ss7 p-6.72 .$40.90 $11779.20 35640 376.f2B.00 558.63 36.856.6: 57 Cwn4xete pnvc a rw+s R4s 7npal 35 SY 554.79 51,917.65 03 $1,471 A5 549.00 $1,71500 $5427 55.899.45 52 emne Dov rano for Ramda6an 290 SY 54649 $14,062.10 542.03 $12188-70 58O.W S174WM 558.53 578473.76 M.521. 54 CdrwHetale Residen5all % SY 543.71 54.1%30 542.03 53,992.85 $41DO 54,65540 554.27 55.155.65 56 Canraete Dri- Com7ne 41 89 SY $0.69 ,15541 542.03 740.67 556100 .964.08 553.27 Sg630A3 59 ee Base C4une Dnvewa t 51 .51 51.891,50 57422 $1,533.00 Siam Si.500.00 S18.17 52.425.53 677-,r Pevemeal Markma ffrewmgVggpj 73,866 LF SO -Lo 49,742.00 50.77 S10.67270 SIM 513.87440 $0.71 59.670.60 56 12`Pavemeni Atarb Thenifo4waslie 120 LF $11.03 $1.32366 572.50 51,560.90 510.00 51250,00 51126 S7 .0 .59 Parlmwem L1s ONLY. Thermootes6e 7 EA 349040 SSDD.00 5522.56 S1.045,12 5256.00 5500100 5497.90 3995.87 67 Paveme s 47700 -4 -Theon 0c1 18 EA I 513046 52, 0 $138.59 52217.47 5175Af1 52800.00 5732.03 5x71289 1 Pa,emw Sapoll e - Therm wti 70EA $294.00 52.94606 5313.54 53.13540 5301146 52.000. 5298.74 $2,987.40 62 Pavement .eats Vrr8I T4 lee• lasoc 6 580.00 -00 W520 3511.20 STOO.00 SH00.40 581,18 546710& 63PavemewxtS mbxa7 Aava wed Wa ' x 4 EA 5554.40 S2216. 5690-72 7. -86 $a46.0 $1,600-06 556x87 SE251.36 64 F -M Symbcgs 41bndcan bol - sec a 9A 32500 52,6000 S346.AB 52.771,84 S5MOO 54.060.00 533rD 13 52,f4SLO4 6S Pavanent 9 bas $Aare. LariL S I - Thermo 'e 1 FA 6396.00 . 18,00 54x2.59 58.874 53511.00 57,5646 544261 58.455.65 66 64815 Irs5la:la'41n 82 EA 3224.40 5£8.368.00 S23B.55 579,561.92 5300.00 524,810.00 $22730 548.638.64 67 Tralfa Cam.ol arM Maintenance 1 LS W 55.335116 828.440.40 8.40040 S256OMOO 5250.00000 527193259 527,932.59 68 Cm14.plaee Oe:ee b* Wamirm Panel 80 SF $aSM $2.876.80 54090 5327240 37.82 5625.60 S843 567574 0 74-4448 Access Ramo SY 38037 5543330 S 55,AIe--0 596.16 56.169.06 597.13 38.7-1.73 70 Ra}Std Crosswel4 2 EA 54.74100 $9,482.00 54.771.20 S94WAO S768ww 1,789.00 St t-739,56 523475.92 71 12`N.D.A.E P- m LF $27, 957,63..60 $20 - t&728.04 579.80 S12.929.4C 52;.34 513936. 02 72 t9"HUI.Pico 1,896 LF 535.00 548.860.00 530116 542.503.36 32&li ',479.]6 530.95 54320620 93 2d-MA.P,E P' 7 152 L.o $40.QO 546400.00 547-71 -S54,961.92 20 S".DMAO 3.78 7,anS.38 74 30` N.O.P E. Pine 434 LF 55500 523970.09 563.82 527.611.08 559-m S2S 606.06 3.60 5J75O2.47 76 36"MAP 6 P e 103 LF S604O 341580.00 S 43 $49. i.9g 563.10 $"100.50 $W45547.433.85 78 4Y 9001. p -89e 0 moo 1,858.00 890.88 346.16744 WOO 548,156.44 5102.79 35'.972.52 77 Orr p.P.E. Pi4e S9 LF 5103.00 S5-974,00 S107,92 58 916 $73600 $I_-40. 574614 38,28.12 T$ 4' Ndm7.Selalls Cenerm a a! 56 LF each Zak LF $27.06 56448.[x1 529.57 $6.616.96 SSO.00 311,200.0 $101% 52.3$7,4 79 Wheel SICAS 46 FA S85A0 S3911am SWIM $4.180.4$ 590.00 -14800 53.983.=� N -4! 2]14 AG lnNrte Dram 2 FA 3586.00 51.172.00 .158.89 54.373.80 S7.9R0.60 53.844,20 S2 70.42 UA -C.8- 81 N 18412830 AG Orcin Basin 3 FA 51,740,011 55820.00 .8%50 SB.6YJ AG S2.5MW 57.85040 .746.91 $8248.73 62 N IPa12In. AG hlkrre p- 2 EA 51.St&m 5 .00 $lAW.14 $3.8-428 81.604.017 Sa2N.OD S1,72S.12 5145621 63 3094 CGS Grata M. 4 FA 377206 53,089.00 5.24960 54.998:-0 SMOG.W .4010 $1,166.57 $4.74324 8d h Ie5, GGC L:4 i EA 5917640 M646 -51,37779 7 $t 7.80 51807.80 51,305.55 SIMMS 89 CG3 Gram 85 last 1W-1-14 2 EA 5479.00 $95840 5614.58 51229.76 5540.55 Sl 1.10 5562.72 Sf,Ies,4 89 MM119CmF1-14.12 Gra•-s Frame and Grase 9 EA 5533.00 S4.797.00 $1.709.68 $73.387.12 $1,505.00 313.545.00 SUVA 374.601,60 87 Fiead"VLqhj.q,EA $7,946.00 5398,656.00 77.7 1,,292.75 53,96.00 75- A0 57,317.17 184.424.25 >M LlmttePela,..»x, ve.l. 00.74 Fmn4mnw+ 1.44.7 1 LS S1SO.MrOO 5150-126,06 $t 7a,3e.93 $114,53x.50 5100WG.O0 S700-000.60 S7 39.12 10&238.12 W alion,Pu.,m., , 1 LS 517,205.00 S",M.0 561,56840 sm saW 55 OMOO 5100404.00 577168.63 S77,2NO '90 Park r ,.rc- +o wx, - ae«ora:nmlr4l 1 EA 530.792.00 536792.00 SMA 65 536.40653 $106000.00 $100.000.00 532.972.32 532972.72 t Glean Retx -Q amw--, --, .1,000 SFF 512.51 Swum06 15.34 878.90.06 MOO S820CW.OD 521.5- 3.140.00 92 Rock Re -.1760m GY 55,24 3398846.06 .03 5506286.00 YZ09 591206401i .$367,600.00 93 41k resPlw; woo -Surface Faee 955 SY .65 534.427.75 $39.76 837.9N.60 520.00 519-100.00 20. 19.719.16 9d Vehicvtx AOcess Gam 7 EA 5110740 51.707.00 31,189.77 51,150.77 52.006.00 52-OOQ.tSO 3967.73 598773 95 UAear ,m Pnma Conoun 7mmurx,v.r:l 15-000 LF 57545 5239250.06 F7.00 56.00 S75W 5225.006.00 595.97 5234550.0.7 98 ono a onone rnRx 1 LS 515.981.00 15,981.0 35.7389.00 880.06 '$$ A4 55000.00 336.73 55,3.10.73 y7 Sweba9CmCWes .1 . 109 T 7,081, 1,4 170,562.16 96 (service 1 L5 7,}39.40 .W 5243467.65 d 7, 50, .00 227.521A9 5227521 AB 99 Warm Meier 1 .327.00 $5.327.06 32-&0.00 54040 55000.00 55.00700 57.-6302 37.46362 100 &On PadC La A ,e w98se Course 12,702 SV G7 5107.743.02 S9.37 $119,017.74 7.78 5 527.5b 58.39 .5766,69-78 101 5 rade 12.743 Y 5667 511.41 52.18 --78.46 040 338!09.00 1. 579 55 M As CoPcreiw No Myr SudaCe 60"000 PG 70-21 2.048 Ton 85.50 $774106. 89626 -5789155.96 578.63 5164$08.x8 .76 Sf77.656.96 103 Ca mC,4b and Gmw (TypeA t LF SVIA6 655% 578.1E SSE.84134 511.40 S4Z911,09 $11,66 546165.86 104 Ribw-Gelb 444 LF 5969 50.689.96 15.3, 7,425.56 $10.70 88540 51069 55270.78 EDS dsioe,vhrels 94 FA 585.60 •4.415.00 59688 SS.997.12 $90.00 .91040 586.59 S8572A7 105 4"PmrrlerrtrAa rm-"see 0 LF $0.70 35,222-W 50.75 .W 57 IS 54.325.00 5675 .60 400 PavelneM s fFlandira mbu1. testi- 10 EA 540 $3254.44 $346.48 5348-,90 5500110 S.GDO-0¢ 531613 53307.36 SOB. 74x+7' Access Ra St Y $7143 53.822.53 562 53,186.48 885.00 15.00 5122.69 $675371 10989ee1S insxa9adoP IfarMlcaw-Stows :alt, 12 FA 5224.00 52888.00 5238.58 72 530046 SA80A0 5227.36 116 Ir Tm*Cwxoele Flawm 3-156 SY S4370 93,225 1,12 5710.378.98 54940 3185.74200 4. -5707-68x,20 717 4'Thicwr COne-fli4 FlaMdrk 4.042 SY 5137,751. 558140 114.792.80 5,2.75 177-T55,50 5-2.11 577620&62 112 $iunned'n+W -.aeon-! 619 CY 3245.931 5452236.6] $12.89 57.47891 512.00 37.52800 1217 7,551.86 113 2501 frWd worts - s. 2 FA 572.561.00 Sta5.722.00 578,77742 3169.35565 3140,000.00 SMOW.00 $72,615.39 5145236.78 114 3WRmsW.,Sacry 2 PA 599,437-00 5198.874.00 SiO?.03t,08 $2m.M,t6 5169.909.06 2320.40600 $99,514.49 5199,028.98 115 P - tel h u EA 51.67240 52x,988.40 51.889.63 52456519 55600.00 569406.00 51.039.02 579.637.26 t l6 6' Gram War /eros 4128 [: $19.95 582.353.fi0 526.74 $88.614.72 $24190 3702-787,20 527.37 3172.953.36 fi7 8'Cluin k6x 14744 iBtEA 5a6.37 37,404.96 51554 .530.008.32 342.48 59804 54636 06 •53a,5f 77 2x'Cfmin:awk fenu bowm 532- Si 59&467.88 S192A2 570236TA4 5142-0 51&001."27 515742 f9 8- hair Amki -!sewn fent SM95 7.7 .G4 0.Y- 97.46644 .9PN h. 5fmt wme 31,7126.00 .00113076.41 58615.4- 70600.121 6fdot n. t2 root wwtla e 8 7,944, 14,752.00 1917.57 15]00.56.0058E9.21 57,9732 31.84500 .C4 1, 77.57 S2B251e 900.00 5180,00 598927 55.978.42 123 6R -bleacher 16 54.506.00 571128.00 55.691,71 5 148T.35 -SxAwcc 577. .75532 $75.17 12,4 Molalee/daad 8 1 14411 4705.717.06 410506.05 .d0 7 .W 589.0046 58.87128 70. .24 17 �4 wWe 3659.00 n. 57'2522- 47265.00 59-6x000 57,370 St 0.562.6872600841E :e 6 644656 52X46.00 500324 52,419.68127 Pet station 1 S314MW1,1, -5512,34 55t2b7 5350.00 5354.00 538350 S3835O 128 Toambensh al EA 564640 S5168OD SM,04 $6= =1 5mou I 5926a.w S76743 56,741.9- ITEM Oil'. I77BT tR+[r COST st7BrorAL lB'9r COST 51187073,1 i1Nrr COST SUBTOTAL 9776.7 COST SUBTOTAL 129 R.Ia 1 1 EA 57.025.00 $1,82540 SZ.99335 $2.59336 S53,W.m $5,000.0 52,655.36 52.56536 130 Fan! e 8 EA St,172A0 39,376.00 S7249.60 S9.99660 31,100.00 58.800.00 S1205.30 59.642.40 131 Laftd4eape l.ee x..,ra .a+� ow-*a*a xec d.:.w wwr:er.. r<t t LS $330,215•CD $330215 W 5346196.00 531&195.00 s1S6.W0.f1 5750.OD0.00 $335.731.07 $336.733,97 1 G pal.DaN I.elda 249,5% SF 51.08 69.56584 S1.59 5356.860.82 51,50 5374.397,00 51 a8 .405.04 133 atian warts odds. eemrrwn a[eat. en. 1 LS 4104478.90 514479.00 5187.087.18 5143.097.38 558.000.90 560400.00 5110.876.77 Si 10876.77 138 x - 71484 liana e s EA $852.00 OD 54,708,00 $1,704,00 300.90 530000 57598.22 51.59972 135 FieW+tlea sax swna e 4 EA 5982.011 53.408.00 5568.00 52272.0 5300.00 51200.00 52,132.29 .528.16 136 6uepen5 6 LS 33.196.00 $25.558.00 52272.00 14,175.m 51.00.00 54 .00 12,13279 577,956.32 737 Ca es d LS 14.320.00 557290.00 57.565.76 5302634 55480.00 72 650.00 59.467.37 537.869.48 138 Resaoomsrconcessron pmam 7 EA 3482.679.40 5462.979.00 4840.000.55 30403,199,6$ 5425.000.00 5425.000.00 3748.038.50 5748.036.50 739 Ike Racks 7 FA 5227.00 51589.00 5280.59 51 .13 S275.D0 1.825.0 5570.39 992.73 140 VehieuW Access Gale 2 63, 51,079.00 52,156.00 57,150.38 52,306.76 51,200.00 52400.00 5967.23 Si 93a.<6 741 ZPW I.fence 783 LF 37.4E SIAJG.13 S7.9f t'28.o3 513.00 32.509,00 51429 .7 942 53. 54T.SZ .695.64 .7 7.69 soccer G 743 Weaa-i semce I LS 285.551.40 451.00 5283337.58 283 1.58 t .00 7 5t$M.750,51 E44 Waw Meloy s Ls 55,327.110 35,327.00 52,M.00 52.B4G.00 SSAW.O $.03 $7.463.02 57,463,02 745 81n%Park. Lot A le Base Cwrse 5 SY SBAZ 547A71,96 $9.46 48 17.687.44 SBA§ 547,866.62 146 ode a SAM Y .65 .66535 33 513,138.87 53.007.00 $1.52 59,67126 147 tCo-W. nm.Mu $u Il Course PG 70-22 900 T 585.50 378,515.00 $90.26 593941.80 .439.90 586-70 380.631,00 148 atcre[e Cwoaw Guaer 7 e3, 33,34 LF 12.17 $36.14174 $35.34 546561.50 511.00.00 E141 slim 149 RBbpn CUM 600 LF 59.68 .609.00 575.34 59.24.00 $10.10.00 570.69 534100 S C i1e 77448, sta 114 EA 585.00 49,690.00 590.88 514 3W 32 S9D.D000 $8659 S9 6ISt 4bd1 Paottm Ma+Aei Thermo w 1. LF 50.70 51.377,60 $0- 5 57,47 0052.25.00 90.71 $1.397.28 152 Pauemens ads Handica 5 twl-Therm uc 10 1321.90 53250.00 534648 53484.00 S 0.00 330.1 $3,30130 153 AeC- Rt.p 2a SY 571.03 1.74.72 .7S 51'44,00 Woo 51,566.00 5122.61 $2.942.64 S Suee13 n rns7aNalwn naMi .500 u n. e[c. 16 FA $224.00 53,564.00 5238.56 53.81696 5300.00 54 AO 5227.30 3,636.80 955 4ineA Thick Canerese FlaMrork 4.200 Y 533,91 5442.54&00 542.03 5176526.00 $42.75 3779,590,00 42.12 5777.324.00 556 61;Nse Tlm ConcmMFlalnOrk 7 SY S43.47 55,433.75 1.12 58350.00 549.00 56.125,00 509190 55.737.50 157 Bravlee SeM sp4ns l- nbn 6 FA ,858.00 $388.745.00 $70,00127 5824,007.62 390.000.00 5510.000.00 564,908.30 5369.449.20 159 Parkm lm n 1a FA $1,707.00 524738.00 .4.59 538494.26SuRm 70.000.00 57.795.71 ST6753.94 159 Saprer ata e 6 EA 52.790.00 78.7403,0 VMO -64 522,083.84 57,2.00.00 5793,40.00 53e34,31 SZ0.72585 60 Barks 21014 each cal 3,360 IF 30.% 53.192.00 5702.28 526,40 350-00 5164.x0.90 512.79 $0.974,40 581 Waw roe mme 3- FA 4719.90 $2157.00 3443.28 51.205.84 3675,00 523,253,0 5739.62 52318.86 152 Petsla5on 7 FA $314.00 5314.00 551213. 5512.34 5350.00 S350.90 5193.50 538350 763 lea - Loch 12 FA 51946.40 S7,752C0 31.232.556 S1L_790.72 57633,0 9166.00 576763 S92F I.5..6 104 La6dlrape tsoo eonmroa areas, Par N m um, p1m and tle Yeas eis.l 7 LS 5264.7223,71 5281723.00 5278081 ad 5278.081,44 5250.00000 5250Dm.00 526:.556.1: 5264.956.11 585 R502 b -b. hem. 415,99& $F $1.03 5+128.477.94 $127 5528.3:?e6 51.10 5457,597.90 $1.15 $495.037.62 168 Wgatw jsFolds. common areas. etc. s L9 S12340500 5723405.00 5171,745.02 S775.745.02 850.00,00 550,000.90 5:20.059.34 5120.490.33 167 Fati rotes siom e 2 FA 5652.40 57.74.00 51.794.00 53.496.00 5940.x0 5600.40 S1S%22 33.198.48 158 Fiddrpen' n4ns na 4 FA 3852.40 408.0 4568.00 SZ 74-00 5,4w= Ss .m Ss 79.11 5716.44 169 SmM ftesuoalmvcancessgn t.,ld-3 5325.000.00 532§.OWQO $745.038.57 57481038.50 770 8ik4 R204 7 EA 1 7.0 1.588.00 80.59 $1,964,13 5275.00 81.925.00 $570.39 53992.3 17t 2Ra4 xe 'Ife 246 LF 77,51 $2.194.68 Sim 2178.08 513.00 53,744.00 S3c29 54,115.52 172 Sub$afN $eecwCompiex 7aMEE= 391, 39.96 52,779,343,07 Rema" PZAMG Area 73 Eleelncal serve LS $76.064.90 576,064.00 20.75358 520753.58 .W 50. .00 556.475.02 $16.75.02 174 Water Marey .327.00 55.327.00 52.940.00 52840.00 55ACO.Ce 00 57.463CZ 7A63.- 775 01 Pmkin Lot A r are Ease Ccrose SY 511.68 518.384.32 59.37 74, 448.38 $4.34 573127.16 5899 14.15026 176 Su dem_ SY $1,18 Si ala&5_0 52.90 .567.50 3100 54.715.00 $5.62 $2,394.C' 177 t halt Cp4ore:e A.M.. Sul'w*Coud4 PG 70.22 Ten MSG 230.00 39016 s23.467.60 Sm. -0 520.904.00 S86.67 S22.S'120 178 Connote C- an4 Gutter 47 A LF 121 $12.00 $13320.00 515.34 517,027.40 $9.70 SI4.76?m 510.48 $11,619.60 179 R4,4"Curb LF 59.85 $325.6 315.34 5506.22 510.10 331130 YQ.84 3359.37 16G aHrk Trak Co-cr Flal.wA BY $35.51 53,195.90 512.94 52.964.60 542.75 $3.347.5^7 SA222 $3.799.83 lei 61mninkk Co47oetFlahwtk SY S41c6 tt7s,84 159.12 51,36024 Sa9.00 51223.00 ^950. 7.90eel C de -heal stops EA 58500 52295.00 550.58 S2A53.76 500,04 52430.00 586..53 52.33791193 4mco Pavement Marcam 71+Nma be LF 50.70 $ 74.00 Solis 563$.00 54150 $3.690.00 $0.1ri 558220 784 H404i Aeeacs R -p 24 BY 1 571.03 S1.704.72 575154 SI.m.90 565.m S1,560.0x S+22.51 52942.64 185 Pasemenl5 APIs Hantlica bd-lnemwdas9c 6 63, S325.00 51.950.00 5346.48 52.078.88 .00 53.00.09 5330.13 $1,980.75 186 Sveet ' n7ns3ea4NPn nand .sine sin etc. 9 EA S224A4 .01600 523655 S2.t47.x1 5300.m 52.7x0.00 5227?,^. 52.045.70 74 Pae ' lel li hLn 4 EA 55.047.00 188.00 55.495.97 S?*..5533,8 55.00 510100 54.463.65 157,65x.4: 168 Waste raoeptack 7 63, $253.00 31.059.00 540328 61.209,94 5675.00 52.025.00 5739.62 1 $2218,86 109 pats Nnn 7 S 14,W 5314.00 3512.33 5512.34 $550.00 53503,0 5383.51 $383.50 799 FaG7 rules i nape 2 EA 5852.00$1.74.00 .3,71}5,00 34083,0 5300.63 5600.00 1232.57 $405.14 161 LaMscape{4cq ppen reytl an�cams+at areae Pa+kal9lptkess. Fantls betlst LS 7 S19Ai5.OP 510,629.90 5$45774.21 5195.75.4.93 850.0;0.00 350.400.111 St7&66913 5:78.6x28 792 .tan ppan ura+ana common a less t L$ 542,695,06 542.695.00 $45.078.21 5,67421 51gpADo.gp SLoxA00.00 542:2983 592.729.83 193 Bike Rada 7 FA $227.00 1. .OG 5287.59 1.964.13 5279.00 54,925,00 5570391 53,992.73 -190.Sublet Rm1W PaMllnn Area S7 .T 79 ler. ne 7, 43,9 32696 5355,6iT.50 195F✓41r4n Cartrol 1 LS S10362.00 Sm7wrool 6142moo S74=QQ mNOW 1 $5pA3r7.00 Shea'- 53.796.E 186 Cora"Oon 51awn s LS $0462.00 56-552.00 56.986.40 5898619 StO W6.W S70.000.W S3.1 -. 53,196.+4 197 Tpn4h Exaavanon Salrl $ IS 53276,0 53.27&00 53.493.70 S3,443.20 55,003.00 -1 SS.OW.OG 54.555.19 54369.79 198 Zia. -,+PVC 1Vd!er Sa+v�ce 7,126 LF 53226 $13,84.76 573.09 514.739.34 S $76.850.00 527.76 424.50$.76 tm - oMe7er Sae 7 EA 54,365.0 SA576.05 54,557.60 532,60320 51,60x.00 S7.4OG.00 56,545.83 s-,12.8- 200 Bu+>p4 PVC Warer Lrne 3.099 LF 530.69 595.108.7+ S34.CS SwSsl392 W.00 592.97600 534.41 5307,976.49 20t 16-h Open Cut Encasemem 60 LF 70311 $6192.60 tt003 S6.601.80 660.00 55400.00 5:63.19 SS.7St,.49 2 Mise. FMLNS S.Op6 LB 59.81 56 754.00 5:6.51 552.55000 $5.00 526000.09 36.53 $32.fi50.K 203 SinMGale Valva 6 EA $1.752.00 $19,$12.60 57.846.32 571.4:.50 S2,C0.O0 812.0m.00 51.95823 13.949-35 24 Fuq H rant 0.ssempl 7 EA 54.86600 S34. .09 55. 182,43 77,93 $5.000.00 335.000.00 16.09226 342.5;512 245 ilxust B'aOun Cw.wala 16 Cy $273.00 50.388.80 5284.00 54544.00 200.001 3200.00 5153.49 52.643.04 2x6 Fua Oepsh Bate 8aek4n 5treea C[essaoa 7 E4 54.58500 5699.54 54,900.48 31,00060 37.000.00 5;.631.Fb 5'.1,42302 207 Underw;and Granular Backna 542 GY 5?3.00 577.868.90 $34.93 518,932.06 swokwo $21,569.00 534.a1 516,667,x2 1 208 584441 Oensi lesun 3 LS $5.860.00 $5,460.m .922.x0 55972.90 55000.CC Sum= 5:.5 54,09 209 Rack F�atvvewn S BW. 50 CY 51543,0 38.200.00 517446 56,733x0 52584!0 512300.00 527395 t 553-%3.00 2iG SublpHlO Water Llne ,452.67 5327.02833 .004,00 5331,802.60 211 MY ,Co ,w .OnDo .m 10.792.00 30,792.00 000.40 550,40x.Ob 5?.459u 3.19614 212 Car+sWUlan SUhm S S328t.D0 33281.00 53,x93.0 53.x9320 570.000.00 $7p.000ad 53.159,4: 53.53,9.41 TreM+Exwvatam Sala, S 52.73900 52.15.90 5297157 52.917.57 55.003.90 560003,0 540,8214 4.0 SCH465an4 5ewer 5erm a matudes 1F 319.60 524.75452085 526.513.55 20.00 $25 60.40 5 1.76 527,18246215 rmca CleanaN A 5358.00 573,24.00 5378.86 51 13&4 5500.90 52,xm.w S3n9.t6276 BYlen PVC SDR-26537mta Sewer luta 2F 12552 557.75180 528.26 558.356.90 530.60 561.9503,0 32829 $583,16.85L 16inch Slada.amnntb O nCN F 597.33 57.786.40 519366 58292.60 58x. 38.400.003257Sfl t7.eG649218 4 fool 10 Atanhde.9'•6'OanN 52,1775.x0 526.250-00 52726.40 527184,m 53000.00 $0 am= 53.617.64 378.7$8.40 218 4 fa4110441nh41e AddikonaSOe th, ever$' 348 51.916-60 $15722 52.036.00 .W 53.885,0 5134-55 S3 93.62221] 4fw110 Drop Mt -hole. D'4i De th 54266.0 fiubt*1422*11, 54.26600 54,541.73 54.541,73 $4,DW00 54.0x03,0 54.89557 54.895.57 221 4fmD A9annde.P uV F 718,00 57.1873,6 5319.3252. .% 53W.m 52.001,90 9'130-45222On-site S S2292t8.00 5229216.00 5336 31.sp $316.511.60 5300.000.0 WW.000.D0 5342.3234223 Fab h Base Backim Sweel Ceasin 36.+6`.00 51.312.00 S828.64 57.39728 52907.00 550W,x 12-3756154 54.Ungw utandGra OvBac- Y =GO 533.1$7.00 .93 5:3.9373,7 540.00 St5.96G.40 534.31 313.899.225 ea[srf41 Dmw4 T4sb S 53281.00 '53281.00 33.893.20 43.49320 55,000.00 35000.40 5707 51.07 Rad; Extavana+ Y 16$00 $8.25500 $17.".91! 59,84.00 S3W.00 515.000.90527158 St3599OC SusN $392.674.593541. 00 Bose Bid Amoun! um s 511,565,695.19 512,875,732% 513.437 89375 $73,878,92370 229 1 MpW liaa4Gn Shan oatox4ted 6%1 11 LS S=667-00 522.66700 9522.438.45VWA39.45ftyobamoo -ma 001 5665.x00.9 5,000.10 rww.n.uwa.a�,aar•na a+earax�aro ,Mera+nw:s s,lcnm P.t �p i w'w5n+nx 1 EA 51OM,00 5700.000.0 S f90,W6.G1 5146,pc0.00 51003,00.4 5100.001.00 S3W,CW.00 5100.007.90 - T40TAL616AMOUNT ej l,t *M6bVW9dn.a. - ftd;; ranee .:. ... 11,11. 4is.788.T62-S9 Si 1713,1 S14R#7A13,29 41 , 570 AeducUve Attcmatc al: Soccer NellimIN Is 3.201.00I $1691m.001 3 43.000,90 Slaom.w 233 oeduehva Aflemate 421 Baseball F$efd aA t E4 5305.453.00 A5100 5 93900 8.9 W 511 .06 Sit .4 $770 .00 5124.000.90 224 0 n a e: pl nd ` 1 OW.W 5 1710000.4 1 Ox 5760000.00 1 S1p0 W 100. .235 111.1.,..;,,sttaerntaoeatrnmeuowniga. -..: ... '.'.:i :..- . -� 1111..: ,. •'.. .::: b1a74ap{ use pica ns4,s vwranrr AWts M u»awr4 nrerwa8lm w.rraae. d Und Pda 'Unheam Ur+sralse's Sd15 r3, i4na Pdrv,n�lmrxxt nf.c.,iubk. Fs t Cl' 1 CY S 28.00 S 20-00 $20.01 5 25.75 19.50 525.75 15001 ........_..55$_57 $ 20.00 RO 5 26.50 520.46 $ 1510 52631 J 539.+.Q .mmx69b w.rai+<awr9e'I x -, 1-11 avman5.wn 0701 onlol.. COR 11F18G: p 1 l X1 J5 0 4 pa 916v"Bid/ snag be a ahemd on 094.mound CITY OF 17ayrle AS Project Check List Bid 14-66, Construction Fayetteville Regional Park (Phase One) 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. 1Z5% 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 from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. 12 All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). 12 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: Bid Form, Debarment Certification Form, Vendor References & Statement of Disclosure. 5 All Ram 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. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: CROSSLAND CONSTRUCTION CO. INC. ARKANSAS CONTRACTOR'S LICENSE* W 2_012-15 _ Bid 14-66, construction — Fayetteville Regional Park (Phase One) City of Fayetteville Section 00 41 16 BID BOND STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: Crossland Construction Coml2any. Inc. Principal and Contractor, and Federal Insurance company 1 Fidelity and Deposit Company of Maryland 15 Mountain View Road, Warren, NJ 07059/1400 American Lane, Tower I, 18th Floor, Schaumburg, IL 60196 hereinafter called Surety, are held and firmly bound unto the City of Fayetteville , Arkansas and represented by its Mayor and City Council, hereinafter called Owner, in the sum of Five Percent of Amount Bid DOLLARS lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the furnishing of all labor, materials (except those to be specifically furnished by the Owner), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Construction — Fayetteville Regional Park (Phase One) City of Fayetteville, Arkansas WHEREAS, it was a condition precedent to the submission of said bid that a cashiers check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract within twelve (12) consecutive calendar days after written notice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that if the Principal within ten (10 consecutive calendar days after written notice of such acceptance enters into a written Contract with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon demand of the Owner in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. IN WITNESS WHEREOF, the said Crossland Construction Company. Inc, as Principal herein, has caused these presents to be signed in its name by its Ivan Crossland Jr., CEO and attested by its Marta Brown, Asst. Secretary under its corporate seal, and the said Federal Insurance Company/ Fidelily and Deposit Company of Maryland as Surety herein, has caused these presents to be signed in its name by its Bid 14-66, Construction — Fayetteville Regional Park (Phase One) City of Fayetteville Attorney -in -Fact, Pamela K. Hays signed under its corporate seal, this 6th day of Februa A.D., 2015. Signed, sealed and delivered in the presence of: s to Principal Marta Brown Crossland Construction Company, Inc. Principal -Contractor PO Box 45 Columbus, KS 66725 Ivan Crossland Jr_, CEO Title Asst. Secretary Federal Insurance Company / Fidelity and Deposit Company of Maryland Surety MichelAAA0 ta AJ L'r h P a AA- (� As to Surety Michelle Mcvay,1 ess Attorney -in -Fact (Power -of -Attorney to be Attached) Pamela K. Hays By Resident Agent Pamela K. H s End of Section 00 41 16 Bid 14-66, Construction - Fayetteville Regional Park (Phase One) City of Fayetteville Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know Ail ' by These Presents, That FEDERAL. INSURANCE COMPANY, an Indiana Corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, d0 each hereby Constitute and appoint Benson A. Cashion, Matthew K. Cashion Jr., William H. Griffin, Pamela K. Hays and Judy- Schoggen of each as their tae and Iawtut Attorney- in- Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other then bait bonds) given or executed in the course of business, and any instruments amending W altering the same, and consents to the modification or alleration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY have each executed and attested these presents and afftxed their corporate seats on this Stir day of September, 2011. KennWendel, s taM Secretary mes eth. E. Altman, Vice Iden STATE OF NEW JERSEY ss. County of Somersd On this tilt day of September, 2011 before me, a Notary Public of New Jersey, personally Came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the compardes which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, Bing by me duty swum, did depose and say that he is Assi$tant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereat, that the seals affixed to the foregoing Ppwer of Attomey are such Corporate seals and were fhereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like mAherity, and that he is aoquainted with James E. Altman, and knows him to be Vice President of said Companies; and that the signature of James E. Altman, subscribed to said Power of Attorney is in the genuine handwriting of James E. Altman, and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial seal KAT-~ ENNE J. ADEUM fy�Ai:Y „ HOIiMPUBLICOFinaw11:RSF1 Ne. 4316685 PIiB��C►�C'•' Corafnittdafl b0m July 11S, 3014 d Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "AIL powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the (President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respedive designations. The signature or suds otBoers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vtee President, any Assistant Yrca President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any aeriffiaaW retorting thereto appointing Assistant Secretaries or Attorneys- In. Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or cefificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and faWmlle seal shall be valid and binding upon the Company with respect to any bond or undertaking %which it is attached." I, Kenneth C. Wendel, Assistant Sewtaryof FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the-Companiesr) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ri) the Companies are duly hoensed and authorized to transact surety business in all So of the United States of America and the District of Columbia and are auftrized by the U.S. -treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Prodnoes of Canada except Prince Edward Island; and (i) the foregoing Power of Attomey is true, correct and in full force and effect• r dayof Pedo(u0.e'y Given under my hand and seals of said Companies at Warren. NJ this (41T r ` LX, T� i um.*. oro c-t� IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS SONO) OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (906) 903- 3493 Fax (906) 903- 3656 e-mail: sufety@-ChUbb.com Form 15-10- 0225B- U (Ed. 5- 03) CONSENT Section 00 41 13 BID FORM Contract Name: Bid 14-66, Construction — Fayetteville Regional Park (Phase One) Bid Number: 14-66 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: PO Box 45 Columbus KS 66725 Section 1— intent: The undersigned Bidder proposes a nd agrees, if this Bid is accepted, to enter into an agreement with the City of Fayetteville 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. Section 2 — Terms & Conditions: 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 docum ents required by the Bidding Requirements within 15 days after the date of City's Notice of Award. Section 3 — Bidder's Re resentations: In submitting this Bid, Bidder represents, as more fully set forth in the Agreem ent, that. A.) Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number 1 2 3 4 5 Date Number, Date 6, 01128/2015 1G S 1912312()14 _ 7, 01/29/2015 }c.3 1 01/16/2015 , L 3 8, 01/30/2015 tC, 3 01/16/2015 ,�� 9, 02/02f2015 01/20/2015 10, 02/03/2015 rG� Bid 14-66, Construction — Fayetteville Regional Park (Phase One) City of Fayetteville Bid 14-66, Addendum 9 I C. 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 City and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site_ E.) Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 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 City 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 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 City. 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. M.) The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to famish experience statements prior to the Notice of Awards. Bid 14-66, Construction — Fayetteville Regional Park (Phase One) City of Fayetteville Bid 14-66, Addendum 9 #10 1[Layout survey 63 AC $$,890,00 $245070, 2 Mass grading 213,463 CY $3.70 3 Stripping topsoil 50,479 CY $3.60 $181,724.40 4 Replacing to soil 40,125 CY $4.30 $172,537.50 5 Clearing and Grubbi Heavi Wooded 15 AC $7.00 $105.00 8 Clearing and Grub bi Lightly Wooded 5 AC $3.128.00 $15,640.00 7 Erosion Control 1 LS $215229.00 $215,229.00 8 Su rade Pre ration 17,845 SY $0.66 $11,777.70 S 1 i8" R. C. Pipe 744 LF $42.30 $31,471.20 10 24" R. C. Pipe 321 LF $47.70 $15,311.70 11 30" R. C. pie 52 LF $58.90 $3,062.8D 12 36" R. C. Pipe 12 LF $83.60 $1,003.20 13 30'R. C. Ell. Pipe 27 EA $110.70 $2 988.9D 14 18" R. C. Pi Under Pavement 1,259 LF $63.40 $79,820.60 15 24" R. C. Pi Under Pavement 328 LF 1 $73.20 $24,009.6D 16 30" R. C. Pi Under Pavement 130 LF $94.90 $12,337.00 17 36" R. C. Pi Under Pavement 99 LF $114.50 $11,335.50 18 42" R. C. P3 a Under Pan 78 LF $124.40 $9,703.20 19 18" R. C. Ell. Pi Under Pavement) 59 LF $208.00 $12.272.00 20 30" R. C. Ell. Pi Under Pavement 92 LF $112.00 $10,304.00 21 18" R. C. FES 4 EA $1,367.00 $5,468.00 22 24" R. C. FES 1 EA $1477.00 $1,477. 2$ 30" R. C. PES 4 EA $1,686.00 $6,344.00 24 36" R. C. FES 1 EA 1 $2160.00 $2,160.00 25 42" R. C. FES 6 EA $2,734.00 $16,404.00 28 36" Ell. R. C. FES 1 EA $2,816.00 $2,816.00 27 12" C.M. FES 3 EA $300.00 $900.00 28 18" C.M. FES 11 EA $328.00 $3,f)()8.00 29 24" C.M. FES 10 EA $425.00 $4250.00 30 30" C.M. FES 5 EA $711.00 $3,555.00 31 36" C.M. FES 2 EA $854.00 $1,70800 32 48" C.NL FES 1 E4 1 $1 162140 $1 521.00 33 4' Curb Inlets 34 EA $3,117.00 $105,978.00 34 5' Curb inlets 10 EA $3418.00 $34,180.00 35 6' Curb inlets 4 EA $3,746.00 $14 984.00 36 4' Grate Inlet 5 EA $3,554.00 $-17,770.00 37 4' Junction Boxes 3 EA $2,461,00 $7,$83.00 38 5' Junction Boxes 6 FA $2,898.00 $23,184.00 39 6' Junction Boxes 2 EA $3,6600 $7 108.00 40 4' Curb Inlet Extension 32 EA $1,203,00 $38,496.00 41 6' Curb Inlet Extension 1 I EA $1,695.00 $1,695.00 42 Rip Rap 4,500 1 SY $1700 $76,500.00 43 6" Roadwayate Base Course 17,845 SY $606 $108,497-60 44 Asphalt Concrete Hot Mbr Sinner Course PG 04 2 474 Ton $72.75 $179,983.50 45 AS aft Concrete Hot Mix Surface Coume, G 70-22 1 649 Ton $85.50 $140,985.50 46 Concrete Curb and Gutter A 9,228 LF $11.94 $110,182.32 47 Concrete Curb and Gutter B-1 305 LF $12.05 $3,675.25 48 Concrete Curb and Gutter vel Spreader) 177 LF $24.66 $4,368.36 49 4" Thick Concrete Sidewalk 2.985 SY $34.26 $102,266.10 50 6" Thick Concrete Sidewalk 141 SY $43.45 $6,126.45 51 Concrete Driveway tons Commercial 288 SY $59.19 $17,046.72 52 Concrete DfivewayAEMs esaden0al 35 SY $54.79 $1,917.65 53 Concrete Drlvewa Aprons for Roundabout 290 SY $48.49 $14 062.10 54 Concrete Driveway Resrdentlat 95 SY $43.74 $4,155.30 55 Concrete Driveway Commercial 89 SY $46.69 $4,155.41 56 Aggregate Base Course Drivewa 150 1 SY $12.61 $1,891.50 57 4" Pavement Markin Op1qAc 13,860 LF $0.70 $9,702.00 58 12" Pavement Markin o 'c 120 LF $11.03 $1,323.60 59 Pavement Symbols LONLY-Therm 2 EA $490.00 $980.01) 60 PavementSymbols rrows-The astir 16 EA $130.00 $2,080.00 61 PavementSymbols B' a -The lash() 10 EA $294.00 $2,940.00 62 Pavement Symbols reldTriangles -Therm 6 EA $80.00 $480.00 63 Pavement Symbols dvanced Warning - Thermoplastic) 4 FA1 1 $554.00 $2,216.00 64 Pavement Symbols(Handicap S j)ol - Therm221asb 8 EA $325.00 $2,600.00 65 Pavement SvmbDls Shared Lane Symbol - Thermoplastic) 21 EA $396.00 $8,316.OD 66 1 Street Skin Installation 82 EA $224.00 $18,36&00 67 Trade Control and Maintenance 1 LS $5,335.00 $5 335.OD 68 Cast -in -Place Detectable Wami Panel 80 SF $35.96 $2,876.80 69 HandicapAccess Ram 90 SY $60.37 $5,433.30 70 Raised Crosswalk 2 EA $4,741.00 $9482.00 71 12" H.D.P.E. Pi 653 LF $2700 $17,631.00 72 16" H.D.P.E. Pi 1,396 LF $35.00 $48,860.60 73 24" H.D.P.E, Pi 1,162 LF $40.00 $46,080.00 74 30" H.D.P_E. Pipe 1 434 1 LF $55.00 $23,870.00 Bid 14-66, Addendum 10 Bidder Name: ISLAND iS TR{IGTIdN_CQ AG. 02Ja312o15 98 E111t .E service 1FEM QTY. UNIT UNIT COST SUBTOTAL 75 36" H.D.P.E_ Pipe 693 LF $80.00 $41 580.00 76 42" H.D.P.E- Pipe 508 LF $82.00 $41,656.00 77 48" H.D.P.E, Pipe 58 LF $103.00 $5,974.00 78 4" Non -Metallic Conduit 4 at 56 IF each 224 LF $27.00 $6,048.00 79 I Wheel %ojLs 46 EA $85.00 $3,910.00 80 INvloollast 2718 AG Inline Drain 2 EA 1 $586.00 $1,172.00 81 INVloolast 2830 AG Drain Basin 3 EA $1,740.00 $5,220.00 82 N o last 2730 AG Inline Drain 2 EA $1.518-00 $3 036.04 83 N last 3099 CGS Grate 4 EA $772.00 $3,068.00 84 N o last 3099 CGC Lid 1 Fro $906.00 $908.00 85 N o ast 1899 CGS Grate 2 EA $479.00 $958.00 86 Ironsmith 9000FDR H2O -12 Grate Frame and Grate 9 EA $533.00 $4797.00 87 Roadwayti htin 25 FA $7946.QD $198850.00 88 Landscape (driveway Gees, mise, permanent vegetation, rassin , etc. 1 LS $150,126.00 $150,126.00 89 Inigatiom (Roadway) 1 LS $77,205.00 $77,205.00 90 jParke signage indudin landscaping & electrical service 1 EA $30,792.00 $30,792.00 91 lGreen Retaining wall F1illtr k 41,000 SFF $12.51 $512,910.00 92 Rock Removal 76,000 CY $5.24 $398,240.00 93 Rock Pres it Wal! Surface Face) 955 SY $36.05 $34,427.75 94 Vehicular Access Gate i EA $1 107.00 $1,107.00 95 Underground Primary Conduit 3 runs of oonduiGs 15,000 LF $15.95 $239,250.00 96 Relocation of Telehone Service 1 LS $15.981.00 $15,981.00 97 Subtotal Sim Work I Drainage I Roadway 126 Waste receptacle 6 EA $4.007.M61 98 E111t .E service 1 LS $227,33S-00 $227,339.00 99 Water Meter 1 LS $5,327.00 $5,327,00 100 8" ParldngLot Aggreciate Base Course 12,702 SY $8.01 $101 743.02 101 Sub rade 12,703 SY $0.67 $8,611.01 102 Asphalt Compete Hot Mix Surface Course PG 70-22 2,096 Ton $85.50 $179,208.00 103 Concrete Curb and Gutter ffM A $901 LF $11.96 $46.6M.96 104 Ribbon Curb 484 LF $9.89 $4689.96 105 1 Composite wheel stops 99 EA 1 $85.00 $8,415.00 V Pavement Markt 1astic 7460 LF $0.70 $5,222.00 Pavement S bols Handica - Thermo lastic 10 EA $325.00 $3250.Handica Access Ram 51 SY $71.03 $3 622.53 K1017 Street Si n Installation ndica etc 12 EA $224.00 $2,688.00 6"Thick Concrete Flatwork 2158 SY $43.204"Thick Concrete Flatwork 4042 SY $34A8 $137,751Skinned infield materlat 619 CY $245.93 $152,230.67 113 250' Field sports lighting 2 EA $72,561.00 $145,122.00 114 300' Field sports lighting 2 EA $99,437.00 $198,874.00 115 Parkin lot li htin 13 FA $1,622.00 $21,086.00 116 16 Chain link fence 4128 LF $19.95 $82,353.80 117 8' Chain link fence 678 LF $46.32 $31,404.96 118 24' Chaln link fence (backstop) 532 LF $185.09 $98,467.88 119 IV Chain fink fence (securilly fencing) 360 LF $19.95 $7,162.00 120 8' High, 5' wide gate 8 EA $1,036.00 $8.288100 121 VHigh, 12'wide gate B EA $1844.00 $14,752.00 122 6' Hi h 12' wide gate (roMrKY fencing) 2 EA $1,84 $3,690.00 123 5 Row bleacher 16 EA $4,508.00 $72,128,00 124 Metal root du oat 8 EA $13,214.00 $105,712.00 125 Picnic table 8 EA 1 $659.00 $5 272.GD 126 Waste receptacle 6 EA $440.00 $2,640.00 127 tPetstatlon 1 EA $314.00 $314.00 128 ITearn bench 8 EA $645.00 $5,168.00 ole 1 FA $1825.00 $1,825.00 Foul Ie 8 FA $1,172.00 $9,376.00Landscape (sod common areas, parking lot trees, plaza and trees, etc.)Sri 1LS $33D,215.00 $330,215.00shade r12Fla ed baseball fields 249598 SF $1.08 $269,565.84Irrigation (s its fields, common areas, etc 1 LS $104,878.00 $104,878.00Facility rules signage 1 EA $652.00 $852.00 Field identification signage 4 FA $852.00 $3,408.00 136 lBullpens 8 LS $3196.00 $25,568.00 137 Isattina Cages 4 LS $14,32D.00 $57,280.00 138 Restroomslconoession building 1 EA $462.079.00 $462,079.00 139 Bike Racks 7 FA $227.00 $1,589.00 140 Vehicular Access Gate 2 EA $1,079-00 $2,158.00 141 2 Rails it fence 193 LF $7.41 $1430.13 142 Subtotal Baseball Com ex S3 052,551.52 Bid 14-66, Addendum 10 Bidder Name:GROSSI AND CONSTRUCTION 02J03f2015 • a ITEM QTY. UNIT UNIT COST SUBTOTAL 145 8" Parking Lot Acigrewge Base Course 5,638 SY $8.42 $47,471.96 146 Su rade prep 5,639 SY $0.65 $3,665.35 147 As haft Concrete Hot Mix Surface Course JPG 70.22 930 Ton 5fl $79,515.00 148 Concrete Curb and Gutter A 3034 LF $12.11 $36,T41.74 149 fRibbon Curb 600 LF $9.88 $5,808.00 150 lComoosite wheel stops 114 EA $85.00 $9,690.00 151 4' Pavement Markin eano lactic 1968 LF $0.70 $1 377.60 152Pavement bols (Handicap Thermoplastic)bol- 10 EA $325.00 $3,250.00 153 Handicap Access Ramp 24 SY $71.03 $1,704.72 154 Street Sign Installation(handicap, stop sign, etc. 16 EA $224.00 $3,584.00 155 4" Thick Concrete Flatwo€k 4200 SY $33.94 $142,548.00 156 6" Thick Concrete Flalwork 125 SY $43.47 $5,433.75 157 Practice field sp2rts fighting 6 EA 1 $64.858-00 $389,148.00 158 Parking lot lbahling 14 EA $1 787.00 $24,7Y8.00 159 lsoccar goals i 6 EA $ 790.00 $16,740.00 160 Backstop n2101E each goal 3380 LF $0.95 $3,192.00 161 Waste rereptEkCIa 3 EA $719.00 $2157.00 162 Pet station t EA $314.00 $314.00 163 Team bench 12 FA $646.00 $7,752.00 164 Landscape (sod common areas, parking lot trees, plaza and shade trees etc. 1 LS $284,722,00 $284,72x.00 165 Sprigged baseball fields 415998 SF $1.03 $428,477.94 166 lirrigations rtsfiekls common area etc i LS $123405.00 $123,405.00 167 Facility ruiessi nae 2 EA $852.00 $1,704.0D 168 Field identification sianage 4 EA $852.00 $3,408.00 169 Small Restroomslcancession building 1 FA W2,079,00 1 $462,079.00 170 Bike Racks 7 EA $227.00 $1 589.OD 171 2Ra8 qpft fence 288 LF $7.61 $2,191.66 172 Subtotal Soccer Com lex 1 E2,34%286.74 P.M.l V -An.. a- 173 Electrical service 1 LS 1 $16 064.00 $16,064-00 174 Water Meter 1 LS $5.327.00 $5,327.00 175 V'PaTkinci Lot AggMate, Base Course 1,574 SY $11.68 $18,384.32 176 Su rade pep 1,575 SY $1A$ $1.858.50 177 Asphalt Concrete Not Mix Surface Course fPG 70-22) 260 Ton $85.50 $22,230.00 178 Concrete Curb and Gutter A 1110 LF $12.00 $13,320.00 179 Ribbon Curb 33 LF $9.85 $325.05 180 4' Thick Concrete Flabvork 90 SY $35.51 $3195.90 181 6" Thick Concrete Flat Nark 27 1 SY 1 $43.40 $1.171.80 182 Corn site wheel stops 27 EA $85.00 $2,295.00 188 *'Pavement Markin (Thermoplastic) 820 LF $0.70 $574.00 184 Handicap Access Ramp 24 SY $71.03 $1704 - 72 185 Pavement Symbols (Handicaplacti bol -Thermo c 6 EA $325.00 $1,950.00 186 Street Sign Installation handica s n etc. 9 EA $224.00 $2,016.00 187 1 Parldna lot ' hlin 4 EA $5047.00 $20,18a- 188 Waste rete e 3 EA $353.00 $1 059.00 189 Pet station 1 EA $314.00 $314.00 190 Facil' rules signage, 2 FJ1 $85200 $7 704.00 191 Landscape {sod open lawn and common areas, parking lot trees, landsca beds 1 LS $10,829.00 $10,829.00 192 Irrigation n lawn and Common areas 1 LS 1 $42,695.00 $42,696 OD 193 Bike Racks 7 Fro $227.00 $1,589.06 194 Subtotal Rental Pavilion Area 5168,784.29 195 Erosion Control 1 LS 1 $10,762-01) $10,762.00 196 Construction Slaking 1 LS I $6 552.01) $6,552- 197 Trench Excavation§ft 1 LS $3 76.00 $3,276.00 198 2112" PVC Water Service 1 126 LF $1226 $13,804,76 199 single Meter Set 7 EA $4.386.00 $30,576.00 200 8" PVC Water Line 3,099 LF $30.69 $95,108.31 201 16" Open Cut Encasement 60 LF $103.21 $6,192.60 102 Misc. Fittings 5 000 LB $9.83 $49,150.00 203 1811 Gate Valve 6 EA $1752.00 $10.512.00, 204 Fire HydrantAssc 7 EA $4.860.00 $34.020.00 205 ThnW Blocking Concrete 16 CY $273.00 $4,368.00 206 Full Depth Base Baddll $beet CmssBr i FA $655.00 $4 585.00 207 Undercut and Granular Backfitl 542 CY $33.00 $17,886.00 208 Backfill i Testin 1 LS $5,460.00 $5,460.00 209 Rock Excavation 8 BlasfiM 50 CY $164.00 $8,200.00 210 Subtotal of Water Line 1 $300.452,67 CROSSLAND CONSTRUCTION CO. INC.. Bid 14-66, Addendum 10 Bidder Name: 0210312D15 211 Erosion Control 1 LS $8,083.00 $8,083.00 212 Construction SWdng i LS $3 1.00 $3 281.90 213 Trendy Eggivation $a 1 LS $2,735.00 $2,735- 214 4" SCH40 Sanitary Sewer Service Lwgudes 1.263 LF $19.60 $24754-80 215 Sewer Service Cleanout 4 EA $356.00 $1,424.00 216 8" PVC SDR -26 Sancta Sewer Line 2085 LF $26.52 $54.763.80 217 16" Steel Encasement by Open Cut 80 LF $97.33 $T780_40 218 4 10 Manhole 0'-6' De 10 EA $2.625.00 $26,250.00 219 4' ID Manhole Additional De over 5' 12.95 VF $148.00 $1,916.60 220 4' ID D Manhole0.6' 1 EA $4,266.00 $4.266.00, 221 V ID Nfanhole. over 6' 6.67 VF $328.00 $2187.75 222 On-site Seconds Treatment System 1 LS $229,21 .00 $229,216.00 223 Full De th Bm Backfill Street Crossings 2 EA $655.00 $1.312.00 224 Undercut and GranularBac"If 399 CY $3300 $13,167.00 225 Barni Deneftylpft 1 LS $3281.00 $3281.00 226 Rode Excavation 60 CY $155.00 $8,250.00 227 suh6oial of Sancta Sewer $392,874.36 228 1 Base Bid Amount sum of subtatais 1 L5 $11165,655.19 ���, ��-7' oD 229 Mobilization 230 Playground Area Allowances and all corresponding improvements such as play structures and the .1 nrl MCI nfli -111e(s .12YS. l9 L M rO Unit Price Alternates N 1 5D,(o3I. M The fol! finit Ce kens shag onlyffift In the event site condiihion warrant f. tlnde� U! soils vt perarblc yard torundercuftg & backfilling with suitable engi»emd M236 Cubt yard 2 F o�adable ho. FrX40acost percu6lc lmporGngsuUableenghreered for RoadwaySubgvade. Cubic y8rd. 237 CROSSLAND CONSTRUCTION CO. INC. Bid 14-66, Addendum 10 Bidder Name: 92/0312015 Deductive Alternate #1: Soccer tfeiti 53,201.40 The Bidder ag to ermlttate all ba p nettin on soccer fields m the soope of wort far a cost dillwence of 233 610 Dollars 232 �$ S � Unit Price Alternates N 1 5D,(o3I. M The fol! finit Ce kens shag onlyffift In the event site condiihion warrant f. tlnde� U! soils vt perarblc yard torundercuftg & backfilling with suitable engi»emd M236 Cubt yard 2 F o�adable ho. FrX40acost percu6lc lmporGngsuUableenghreered for RoadwaySubgvade. Cubic y8rd. 237 CROSSLAND CONSTRUCTION CO. INC. Bid 14-66, Addendum 10 Bidder Name: 92/0312015 Deductive Alternate #2. Baseball Field #4 453.00 'The Bidder agrees to eliminate the entire 250' baseWl field and all corresponding improvements firm the soaps of work and provide subsequent gradingitempopry seeding for a cost diilerence of fF_ 233 �L �7 t��1.L.� t]ollarsv �$ S Unit Price Alternates N 1 5D,(o3I. M The fol! finit Ce kens shag onlyffift In the event site condiihion warrant f. tlnde� U! soils vt perarblc yard torundercuftg & backfilling with suitable engi»emd M236 Cubt yard 2 F o�adable ho. FrX40acost percu6lc lmporGngsuUableenghreered for RoadwaySubgvade. Cubic y8rd. 237 CROSSLAND CONSTRUCTION CO. INC. Bid 14-66, Addendum 10 Bidder Name: 92/0312015 Deductive AitemiftiW3:P rawid 5100.000.00 The Bidder agrees to delete the playground (Wuding, but not limited to, siruclures, sdetY zone material, signage, merit horn the scopeof wo for a cost di ference of: L234 GS Qollars �oc� o v O � Unit Price Alternates N 1 5D,(o3I. M The fol! finit Ce kens shag onlyffift In the event site condiihion warrant f. tlnde� U! soils vt perarblc yard torundercuftg & backfilling with suitable engi»emd M236 Cubt yard 2 F o�adable ho. FrX40acost percu6lc lmporGngsuUableenghreered for RoadwaySubgvade. Cubic y8rd. 237 CROSSLAND CONSTRUCTION CO. INC. Bid 14-66, Addendum 10 Bidder Name: 92/0312015 Section 6 — Listing of Subcontractors: I, the signed General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved by the City, I will not enter into contracts with others for these divisions of the Work without written approval from the City. Electrical, Sports field, Mechanical, Irrigation, Greenwall, A chitectural eQ A -t aamd 9thC nU&5r - �1 Section 6 — Contract rimes: A.) Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar days indicated in the Agreement. B.) Bidder accepts the provisions of the Agreement referring to liquidated damages in the event of failure to complete the Work with the times specified in the Agreement. Section 7 — Comm unications: A.) Communications concerning this B id shall be addressed to the Bidder as follows: ,9teye Houser Chief Estimator, Crossland Construction Company, Inc. PO Box 45 833 S. East Ave Columbus KS 66725 Phone No. 620,429-1414 FAX No. 620-429-1412 Bid 14-66, Construction — Fayetteville Regional Park (Phase One) Bid 14-66, Addendum 9 City of Fayetteville Section 8 --SIGNATURE: A.) This bid is being subm itted in good faith, according to the entire bid p ackage presented: SUBMITTED on this 6th Bate of Februa -120 15 Arkansas State Contractor License No. 0019620215 If Bidder is: OPTION 1: An individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: OPTION 2: 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.: Bid 14-66, Construction — Fayetteville Regional Park (Phase One) Bid 14-66, Addendum 9 City of Fayetteville. OPTION 3: A Corporation By: Corporation Name: (SEAL, Crossiand Construction Company, Inc. Date of Incorporation: 11/01/1973 Type (General Bpsiness, Professional, Service, Limited Liability): General Business I (Signature — attach eviderre of authority to sign) Name (type or printed): Ivan Crossland Jr. Title: (CORPORATE SEAL) Business address: 833 S. East Ave, PO Box 45 Columbus, KS 66725 Phone No.: 6 0-429-1414 FAX No.: X2,9-1412 OPTION 4: An LLC Company Name: (SEAL) By: (Signature of Members attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: Encs of Section 00 41 13 Bid 14-66, Construction -- Fayetteville Regional Park (Phase One) Bid 14-66, Addendum 9 City of Fayetteville Statement of Disclosure (please submit with Bid) ATTENTION: Please submit this form with your bid. DISCLOSURE STATEMENT: Bidder must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bidiproposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID: 1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal. Opportunity and Non -Discrimination requirements and conditions of employment. Ivan Crossland Jr. CEO Printed Name !I E ! Signed ' �/ Certification of Debarment — THIS FORM NEEDS TO BE SUBMITTED WITH EVERY BID ATTENTION: Please submit this form with your bid. As A BIDDER on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this fon-n. Debarment: Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Your signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME: Ivan Crossland Jr. COMPANY: Crossland Construction Company, Inc. _ PHYSICAL ADDRESS: 833 S. East Avenue Columbus KS 66725 MAILING ADDRESS: PO Box 45 Columbus KS 66725 PHONE: 620-429-1414 FAX: 620-429-1412 EMAIL: SIGNA DATE: CROSSLAND CONSTRUCTION COMPANY, INC. 833 S. East Ave • P.O. Box 45 Columbus, KS 66725 tel 620.429.1414 Fayetteville Regional Park fax 620.429.2125 Fayetteville, Arkansas Subcontractor List Description of Work Subcontractor License Number Electrical 131e-t4n-5 d o f (r7c o c) 51 t - Sports Field f v� G�.. V�i�Lr Cox 0 Z 5 'r� i 0-7 t,5 Mechanical J i c) U) 0-1 D, 4o,415 Irrigation t A 02-215 9 5 05 I J Greenwall 1--)e C— iA Architectural C' —'uSS ""'" "� W I q Le Zb—�j S� !' MV,crossiandconstruction.coin www.crossiandconstruction.com Section 00 41 18 VENDOR REFERENCES Bid #14-66, Construction — Fayetteville Regional Park (Phase One) The following information is required from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: C m-daud Constructinn rnmpal3y, Inc _ BUSINESS ADDRESS: PQ Box 45. 833 S- East Ave, Qo1i jrnhus, KS 66725 NUMBER OF YEARS IN BUSINESS: 35 - HOW LONG IN PRESENT LOCATION: 1.9; 31a rs TOTAL NUMBER OF CURRENT EMPLOYEES: 743 FULL TIME PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: FULL TIME PART TIME PLEASE LIST FOUR (4) LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS All fields must be com leted . Contractors shall have valid experience. 1. Hunt Y-entures COMPANY NAME CITY, STATE, ZIP Tim Graham CONTACT PERSON 479.841.7332 TELEPHONE Nu s DATE COMPLETED E-MAIL ADDRESS 2. Para IndUstdas COMPANY NAME Fayett villa, AR CITY, STATE, ZIP Ken New CONTACT PERSON 479.422.9288 TELEPHONE December 2014 DATE COMPLETED ken newQpaceonrt_corn E-MAIL ADDRESS Bid 14-66, Construction — Fayetteville Regional Park (Phase One) City of Fayetteville Bid # 14-66, Construction — Fayetteville Regional Park (Phase One) 3. Arvest COMPANY NAME Lowell, AR CITY, STATE, ZIP Monte Mills CONTACT PERSON TELEPHONE August 2014 DATE COMPLETED rnmills arvest_com E-MAIL ADDRESS 4. giloam Springs Schools COMPANY NAME Siloam Sprin-gs. AR _ CITY, STATE, ZIP Jndy Wiggins CONTACT PRSON 479-524.3121 TELEPHONE December 2015 DATE COMPLETED :a 1 101 W,il 91 DIV;E;�7 End of Section 00 41 18 Bid 14-66, Construction — Fayetteville Regional Park (Phase One) City of Fayetteville Bentonville Hid School Stadium Bentonville, Arkansas Overview The new Tiger athletic complex sets the standard for High School football stadiums in the state of Arkansas. This 67,500 seat facility features a two-story press box with rooms for coaches, fans, administration and media. The playing surface utilizes ProGreen synthetic turf. The JumboTron score board shows advertisements, game replays and videos, as well as statistics and scores. ,lust west of the stadium is the new field house which holds the Tigers 80 -yard practice field and 3,640 square feet of weight and strength training equipment. The field house contains 4,304 square feet of locker rooms, coach's offices and classrooms with video projection systems. Construction is also complete on the new baseball and softball fields with press boxes and in ground dugout, as well as new track and soccer fields. Contact Information: Owner Contact. Bentonville School District Scott Passmore, Director of Facilities Tel 479-366-3384 Architect Contact: Hight -Jackson Associates Larry Perkin Tel 479-464-4965 Crossland Construction Company, Inc. Pittsburg State University Track/Field Pittsburg, Kansas Overview After winning the Division I I National Championship in 2011, Pittsburg State University decided it was time to update its field, with hopes of hosting the Championship game in future seasons. With worn turf and goal posts, the field needed an upgrade, and Pitt State chose Crossland Construction, to take on this negotiated Design/Build project. Pitt State decided to not only replace multiple aspects of their stadium, but also to upgrade them. Along with new turf, a new design was incorporated into the end zones turf, and new goal posts were put into place. The track and long jump areas were upgraded to avoid tripping hazards, along with new track curbing. Steeple chase pit covers were also added to the track area. Electrical and data lines along the field area were also improved during the project. Crossland and Pittsburg State University have been teaming up for years to present quality facilities to the students and public.Crossland built the original $9M skybox/stadium additions as well as the new Jurnbotron screen and scoreboard. This season, PSU will be introducing not only an improved football stadium, but also an upgraded gymnasium for athletes and fans to enjoy for years to come, as wel Contact Information: Owner Contact: Pittsburg State University Paul Stewart 1761 S. Broadway Pittsburg, KS 66762 626-255-4134 Crossland Construction Company, Inc. Missouri Southern State University Baseball Joplin, Missouri Overview Construction is nearly complete on the new Missouri Southern State University Baseball Complex. This State of the Ari Division II park includes stadium seating, concession areas, all synthetic turf field, professional lighting, along with batting cages as well as parking areas. The inaugural game for the new park will be held on Saturday, February 14, 2015. Owner: Mr. Robert Harrington, Physical Plant Director Missouri Southern State University 3950 Fast Newman Road Joplin, MO 64801 417-625-3191 Architect: Mr. Chad Greer, AIA Corner Greer and Associates 716 S. Main Street Joplin, Missouri 64801 417-206-3.34 Crossland Construction Company, Inc. El Dorado Sports Co EI Dorado, Kansas Overview Crossland was awarded the work of this $11 Million sports complex in EI Dorado, Kansas, a much- needed update for the city, and other possibilities are now being seen for community growth that all accompany the project of this scope. This $10.5 Million project is precast/structural steel where Crossland self -performed all of the building and site concrete, as well as the structural steel erection. The stadium consists of site civil, architectural, structural, mechanical, plumbing, electrical, and other accessory scope. The facility is expected to seat 4,500 fans, with a two level elevated press box/sky box structure; all equipped with restrooms, concession, field and track events, and an artificial turf football field. This project is part of a much larger economic development effort that will give way to a site for not only hosting regional athletic events, but also concerts, other entertainment events, and to provide space for commercial development. The owners of this project wanted to provide the athletes with a new facility to replace the previous aged complex. They wanted to provide the local community, school system, and college with a new facility that would meet today's standards, creating a one -of -a -kind gathering space for the City of EI Dorado. The project has been supported by a number of donations and is a combined effort between the City of EI Dorado, the El Dorado Public School System, and the Butler County Community College. Owner Contact: Butler County Educational Facilities Authority Ray Connell 316-321-4300 Architect Contact: PKHLS Architects Vince Haines, AIA haines@pkhls-architecture.com Crossland Construction Company, Inc. OSU Track & Field Faci Stillwater, Oklahoma Overview Crossland had the privilege of delivering this impressive track and field project to the OSU Cowboys recently, and is proud of the finished result. Special care was taken to construct the track according to the international Association of Athletics Federation (IAAF), NCAA and National Federation of State High School Association's standards. The track surface, Beynon 'BSS 2000', is of Olympic arena quality and one of the finest in the region. Crossland installed a premier track drainage system inside the radius of the track, and an impressive Irrigation system to nourish the natural grass surfaces on the project. The track features nine running lanes, a steeple chase pit, four dual - direction pole vault runways, four dual -direction long jump runways, four shot put circles, one discus cage, a javelin runway and a large high jump area. North of the track is a separate hammer throw area along with two shot put circles and practice throwing nets for discus athletes. The track will accommodate spectators well with grass berms on the east and west sides of the track and concrete sidewalks. The main locker room building contains men's and women's locker rooms, as well as a training room, a large meeting room and offices. Both locker rooms will be furnished with custom built wood and perforated metal lockers, with striking design elements including curved ceilings with LED strip lighting and curved entrance walls. The training room features an advanced aquatic therapy suite equipped with thermal and polar tubs to facilitate athlete rehabilitation and post -competition cool downs. The meeting room will have similar architectural ceiling designs, with a custom built interior drop soffit framing an OSU 3-D logo. OSU pride will be clearly displayed in the design with the school's colors incorporated throughout the facility. The management pavilion includes an office, restrooms and a large storage room where the track equipment will be stored. Contact Information: Owner Contact: Oklahoma State University Mike Buchert 533 Scott Hall Stillwater, Oklahoma 74078 mike.buchort@ok,state.edu Architect Contact: Studio Architecture Josh Hill 1112 North Walker Oklahoma City, Oklahoma 73103 Miami Event Center / NEO Athletics Miami, Oklahoma Overview This $6.6 Million Dollar event center was a collaborative project built for use by both NEO College and Miami High School's Football teams. The project was constructed in two phases. The first phase of the project included the removal of the old grass playing field followed by the earthwork necessary to raise the elevation approximately 2,' preparing it for synthetic, competition grade turf. A drainage system was also put into place during the first phase along with new goal posts and field lighting. Not part of the original project, but later added to CCC's scope was a new scoreboard featuring a large LED video display board. The second phase of the project included the construction of a new high school locker room, training area, concessions, public restrooms, press box structure, 6 private suites and one presidential suite that feature vinyl backed stadium seats, solid surface bars, and multiple televisions. A 2500 seat bleacher system with 100% back rest for added comfort and fully welded treads. Wrought iron fencing surrounds the facility along with a large arched ticket booth structure at the main entrance. The building's feature blended brick and EIFS exteriors to match campus standards. Crossland Construction is honored to have been able to serve as Construction Manager on this project as well as self -perform various aspects of the job including earthwork and site concrete. Harsh winter and unique space challenges during the project design created an extremely challenging schedule. During summer months crews worked overtime six to seven days a week to maintain schedule and finished the project on schedule and under budget. Waxahachie Sports Complex Waxahachie, Texas Overview Crossland Construction was pleased to build the second phase of the new Waxahachie Sports Complex. This project included the addition of four new baseball fields, with the pony field having a 300 foot center field, two bronco fields with 250 foot center fields, and a mustang field with a 225 foot center field. The concrete plaza includes a new concession stand and restrooms. A 100 space asphalt parking area was also added, with the existing parking area being resurfaced. A six lane running track now goes around the football field. A hike and bike trail surrounds the perimeter of the facility. A large play area completes the project. Additional restrooms facilities are on the South side of the complex. Landscaping of the complex was also included. Crossland Construction Corr r- ,;7y Mc. WO Barnes Stadium River Oaks, Texas Overview W.4 Barnes Stadium is a fine new addition for Castleberry ISD's athletic department. The project started with the complete demolition of the existing stadium. It included new construction of a press box, concessions and bathrooms. A complete rework of the football field and installation of a new turf field was also completed along with new parking lots, fences and scoreboard that really complete the new and much improved stadium. Other unique features include a custom made lion statue created by a local artist and an extensive irrigation system. Contact Information: Owner Contact: Castleberry ISD Gary Jones 315 Churchill Road Fort Worth TX 76114 Architect Contact: WRA Architects Derrick York 12377 Merit Drive Dallas, TX 75251 Green Forest Athletic Com The new football stadium in Green Forest, Arkansas was completed just before their first season game on September 2, 2011. The new stadium introduces a new set of bleachers that will seat approximately 1,000 fans, new concession buildings and restrooms and a press box with a camera platform that sits above. Re -grading of the existing field provided an adequate crown for drainage, new stadium lights, and a new eight -lane track. Because of the new track that is now in place at Green Forest, the school will be able to hold its first official track meet in many years. Green Forest, Arkansas Contact Information; Owner Contact: Green Forest Public Schools 400 East 10`h Street, Green Forest, AR 72638 870-438-5201 Architect Contact: Modus Studio 112 W. Center St. Suite 500, Fayetteville, AR 72701 479-555-5577 Crossland Construction Company, Inc. National Guard Armory/ Student Recreation Center $14.6 Million Construction Manager-at-Risk Pittsburg State University Projects Pittsburg, Kansas Veterans Memorial Wall $1.2 Million Construction Manager - at -Risk Bicknell Family Center for the Arts $30 Million General Contractor Porter Hall Addition 1 Renovation $t.8 Million Construction Manager Bowen Hall Strident Housing Renovation 5941 ` 0(,'j xCon-str ucrcn :'Manager .iJJJ �.'Js: Trout Hall Student Housing Renovation $835,000 Construction Manager Crossland Construction Company, Inc. Pittsburg State University Pro T-; Pittsburg, Kansas Kansas Technology Center $24.3 Million General Contractor President's House $1.5 Million Negotiated Polymer Research Center $5.7 Million Construction Manager Gorilla Crossing Student Center Addition / Renovation $1.4 Million Crossland Construction Company, Inc. AHTD District 4 Headquarters Barfing, Arkansas Overview In 2011, Crossland Construction was awarded Phase III of this 3-phase project for the Arkansas Highway Department located in Barling, Arkansas. This will mark the first time that District 4 district - wide crews are all located at the District Headquarters. With a total project cost of $7.4 Million, this project consisted of a multi -crew administration building, a body and paint shop, spread rack, landscaping and site paving. Crossland crews self -performed a large portion of this project, including the concrete, steel, rough and finish carpentry. Crossland has also had the privilege of working with the Arkansas Highway Department on the Hwy 412, 4 -lane divided road between Hindsville and Huntsville Bypass in Madison County. We are proud of the privileges we've had to work this owner and look forward to more business partnerships in the future. Contact Information: Owner Contact: Arkansas Highway Transportation Dept. Ray Gruver PO Box 2261, Little Rock, AR 72203 501-569-2090 Architect Contact: SAIC Benham Joseph Rogers 201 Presidential Drive, Lowell, AR 72745 479-770»5800 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Benson A. CASHION, Matthew K. CASHION, JR., William H. GRIFFIN, Judy SCHOGGEN, Cynthia L. TRICKSY, Pamela K. BAYS, Nick W. PETERS and James R. RAMSAY, all of Little Rock, Arkansas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and.on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York„ the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and .FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 16th day of November, A.D. 2012. ATTEST: /-- ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 100, INS SEAL �� w � �� : `g• 3�,� 1988 � $� Assismi Secretary Vice President Eric D. Barnes Thomas 0. McClellan} State of Maryland City of Baltimore On this 16th day of November, A.D. 2012. before the subscriber, a Notary Public ofthe State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. +,�yiUHttf7/ � •�rllt!lli�t� Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 164-26208 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revolve any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force_ This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Hoard of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimite under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIM( NY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this( day of �=e i0CU -ru _, 20_L5_. 9a tNs � ;SAL 9 Ar a $ low 4 � a,,�� Geoffrey Delisio, Vice President AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND CROSSLAND CONSTRUCTION COMPANY, INC. THIS AGREEMENT is dated as of the day of 14 t in the year 2015 by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Crossland Construction Company, Inc.(herein after called CONTRACTOR). CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. This project includes all work shown within the drawings/manual encompassing, but not limited to, the following items — site clearing, erosion control, earthwork, utilities, storm drainage, asphalt paving, concrete curbs, sidewalks, pavement markings, concession structures, site amenities and furnishings, signage, fencing, sports facilities, plant material, irrigation, and any items necessary to complete the project as shown in the CDs. Items noted on the plans as "Not in Contract" shall not be included in this phase of the project. Article 2. PROJECT MANAGER. This Project has been designed by Lose & Associates, Inc. under the supervision of: City of Fayetteville Parks and Recreation Department 1455 South Happy Hollow Road Fayetteville, Arkansas 72701 and will hereinafter be called PARKS AND RECREATION DEPARTMENT PROJECT MANAGER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and have the rights and authority assigned to PROJECT MANAGER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work for Construction of Fayetteville Regional Park (Phase One) shall meet an intermediate deadline to ensure proper turf establishment for recreational field usage. This deadline shall be August 10, 2015 for all soccer fields and June 9, 2018 for all baseball fields and shall include the following items: • All water lines and electrical service necessary for irrigation operability • All irrigation systems necessary for soccer and baseball field installation • All sprigging necessary for soccer and baseball field installation 3.2. The Work for Construction of Fayetteville Regional Park (Phase One) shall be substantially complete within 492 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.13 & C of the General Conditions within 522 consecutive calendar days after the date when the Contract Time commences to run. 3.3. Liquidated Damages. CITY OF FAYETTEVILLE and CONTRACTOR recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense- and difficulties involved in proving the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY OF FAYETTEVILLE-one-thousand dollars ($1000.00) for each day that expires after the time specified in paragraph 3.2 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.2 for completion and readiness for final payment or any .proper extension thereof granted by CITY OF FAYETTEVILLE, CONTRACTOR shall pay CITY OF FAYETTEVILLE one -thousand dollars ($1000.00) for each day that expires after the time specified in paragraph 3.2 for completion and readiness for final payment. Article 4. CONTRACT PRICE. CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. For all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified -item of Lump Sum Work; and 4.2. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. PAYMENT ITEMS See attached bid form, dated February 6, 2015 and revised February 19, 2015 See attached change order Number 1, dated February 19, 2015 See attached bid tab, dated February 6, 2015 As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.13 of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER as provided in the General Conditions. 5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, less the aggregate of payments previously made and less such amounts as PARKS AND RECREATION DEPARTMENT PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.13.5 & 14.02.D of the General Conditions. 95 percent of Work completed (with the balance of 5 percent being retainage), If Work has been 50 percent completed as determined by the PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, and if the character and progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, CITY OF FAYETTEVILLE, on recommendation of PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.13.5 & 14.02.13 of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as PARKS AND RECREATION DEPARTMENT PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.6.5 & 14.02.13 of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.13 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER as provided in said paragraphs 14.07.6 & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement CONTRACTOR makes the following representations: 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2. CONTRACTOR has visited the sites and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that CITY OF FAYETTEVILLE and PARKS AND RECREATION DEPARTMENT PROJECT MANAGER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 6.5. CONTRACTOR is aware of the general nature of work to be performed by CITY OF FAYETTEVILLE and others at the site that relates to the Work as. indicated in the Contract Documents. 6.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7. CONTRACTOR has given PARKS AND RECREATION DEPARTMENT PROJECT MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7, CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE and CONTRACTOR concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 7, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages 1 to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 13 inclusive). 7.7. Specifications consisting of Divisions 1 through 32 as listed in table of contents thereof. 7.5. Addenda numbers 1-10, inclusive. 7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and additional sheets as enumerated in the drawing index with each sheet bearing the following general title: Construction Documents- Construction Regional Park Phase One. 7.10. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1. Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. CITY OF FAYETTEVILLE and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, Its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees, 8.6. Freedom of Information Act. City contract and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, CONTRACTOR will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18- 44-501 through 508) prohibits the filing of any mechanics' or materialmen's liens in relation to this public construction project. Arkansas law requires and the Contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non- payment of labor or materials on the bond. The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE, and one counterpart has been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and CONTRACTOR or identified by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER on their behalf. This Agreement will be effective on 1 [ 1____ 2015 (which is the Effective Date of The Agreement). CITY OF FAY,-TTEVILLE: CCo 8 tALI Attest i�.i0�- �•___�"�"�' `���arrrrr►rrrr� ;�.��RK•1R�q • GSI Y 0'c!- Address ,c-Address #hiving notices':;' a FAYETTEVILLE: ,�'i �•a•r• 0 i *Atte: * If a n, attest by the Secretary. Address for giving notices (If CITY OF FAYETTEVILLE is a public body, attach License No. evidence of authority to sign and resolution or other documents Agent for service of process: authorizing execution of Agreement.) (if CONTRACTOR is a corporation, attach evidence of authority to sign.) Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Construction Company, Inc. held on the 17th day of January, 2014, the Board of Directors did, by unanimous decision, authorize Ivan Crossland Jr., or Bennie Crossland, or Curt Crossland, or Mike Crossland or Patrick Crossland to sign on behalf of said Corporation all Bonding documents for Crossland Construction Company, Inc. All documents signed by Ivan Crossland Jr, or Bennie Crossland or Curt Crossland shall be legally binding upon Crossland Construction Co., Inc. and their successors and assigns. ATTEST: — Marta Jrown. Asst. Secretary State of Kansas, County of Cherokee: 2.a Bennie Crossland, President Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Bennie Crossland, President of Crossland Construction Company, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. It witness thereof I have set my hand and affixed my seal this 23rd day of July, 2014. Notary Mblic My Commission Expires:+P-701'1 KAYLA L. OSREN uw*XYPUMX 8TA12 F ICAs IAyApp.�LZ. _. 1A Document G701r' - 2001 Change Order PROJECT (Name mid address): CHANGE ORDER NUMBER: 001 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 2/19/2015 ARCHITECT: ❑ Judge Cummings Road Fayetteville, Arkansas CONTRACTOR -.F] TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 13144 FIELD: ❑ Crossland Construction Company, Inc. CONTRACT DATE: 'IBD PO Box 45 CONTRACT FOR: General Construction of Phase I of OTHER ❑ Columbus, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount artriburable to previoresly executed Construction Change Directives) See Attachment A for value engineered items that are to become a part of this contract The original Contract Sum was $ —11,788,362.19 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 11,785,362.19 The Contract Sum will be decreased by this Change Order in the amount of $ _ 2,355,997.27 The new Contract Stun including this Change Order will be $ 9.429.3(14.92 The Contract Time will be increased by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Lase & Associates, Inc. Crossland Construction Company, Inc. City ofFayctteville ARCHITECT (Ffrm name) CONTRACTOR (Firm name) OWNER (Firm name) 1314 5's Ave N, Suite 200 PO Box 45 Nashville. TN 31203 Columbus, KS 66725 RES ADDRESS Y r5i ntnrrn( BY (Signature) �uo �'-y (Typed name) yped name) 2 !9 ?0�c /?an('2otct) DATE DATE 113 West Mountain Street Fayetteville, AK 72701 ADDRESS BY (Signature) (Typed now) DATE AIA DOtument G701° —20011. Copyright 0 1474, MT. 2000 and 2001 byihe American inelitute of Architects. Ali rights reserved. WARNING: This AIA Rocument is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distrlbutlartI Etais AE¢' Cta°eurnent, ar any .I portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible underthe law. This document was produced by AIA soltware at 09:22:51 on 02(1812015 under Order No.3057041554 1 which expires on OSM12015, and is not for resale. User Notes: (1818703988) Bid 14-66, Construction -Fayetteville Regional Park (Phase 1) Value Engineering Changes Accepted as Change Order No. 1 Item Description Qty. Unit Unit Price Savings 1 Reduce 8' sidewalks along parking lots and in the soccer complex to 6' (sidewalks along road to remain 8') 1 Is $ 11,727.00 $ 11,727.00 2 Eliminate two batting cages 2 each 14,320.00 $ 28,640.00 3 Eliminate Erosion Control matting 1 Is $ 5,714.00 $ 5,714.00 4 Change thermoplastic striping to paint (all areas) 1 Is $ 15,300.00 $ 15,300.00 5 Eliminate sports lighting from soccer complex with exception of conduit. Install all emtpy coduit and juntion boxes on as shown on plans 1 Is $ 410,000.00 $ 410,000.00 6 Construct turn down edge sidewalk to replace curb and gutter at baseball complex 1 Is L. 10,011.00 $ 10,011.00 7 Reduce parking lot base stone to 6" 1 Is $ 35,396.00 $ 35,396.00 8 Eliminate all elements at the Rental Pavilion Area except the electrical service for the septic system 1 Is $152,730.00 $ 152,730.00 9 Eliminate grading and associated storm drainage for Rental Pavilion Area 1 Is $ 98,984.001 $ 98,984.00 10 Change all storm pipe in parking lots to HDPE 1 Is $ 6,350.00 $ 6,350.00 11 Eliminate landscaping around large detention pond 1 Is $ 9,910.00 $ 9,990.00 12 Change all rain gardens to sod eliminate stone and plantings. 1 Is $ 18$860.00 $ 188,860.00 13 Eliminate epoxy flooring in both buildings 1 Is $ 25,510.00 $ 25,510.00 14 Change surface course on road to Superpave 64-22" 1 Is $ 10,718.00 $ 10,718.00 15 Change parking lot surface to Type 3 mix and all parking lots` 1 Is $ 27,234.00 $ 27,234.00 1fi Remove 1,500 Lf. curb and gutter and 6 inlets, 1,200 Lf. 18" pipe from north cul de sac to baseball fields 1 Is $ 78,700.00 $ 78,700.00 17 Ishorten entry sign length 1 Is $ 10,000.00 $ 10,000.00 18 Remove curb, gutter, storm drain and downsize road to 20' from entry to round -a -trout 1 Is $162,713.00 $ 162,713.00 19 Reduce cost of infield sand and clay mix 1 Is $ 46,292.00 $ 46,292.00 20 Eliminate Baseball Field #4 1 Is $ 305,453.00 $ 305,453.00 21 Eliminate playground 1 Is $ 100,000.00 $ 100,000.00 22 1 Eliminate picnic tables 8 ea $ 659.00 $ 5,272.00 23 1 Eliminate flagpoles 1 ea $ 1,172.00 $ 1,172.00 24 Eliminate roadway irrigation 1 Is $ 77,205.00 $ 77,205.00 25 Reduce sand from ballfield soil mix from 4" to 2" 1 Is $ 85,000.00 $ 85,000.00 26 Reduce water line installation 1 Is $ 286,647.91 $ 286,647.91 27 Reduce sanitary sewer system installation 1 Is $ 163,458.36 $ 163,458.36 Total Change Order No.1 Savingsl $ 2,358,997.27 Fayetteville Regional Park Road Cost - Fayetteville Arkansas Crossland Numbers Cost Breakout UNIT COST _ 1 - -La ut- --- - 53 AC 1 $3,890.00 $245.11MOD 2 Mass grading 213,463 CY $3.70 $789,613.10 3 Stripping to soil 5DA79 CY $3.60 $181,724.40 4 Replacing topsoil 40.125 CY $4.39 $172,537.50 5 Claziring and Grubbing -Heavily Wooded 15 AC $7.00 $105.00 6 Clearing and Grubbing -tightly Wooded 5 AC $3,928.00 $15,640.00 7 Erosion Control 1 LS $215.229,00 $215,229.00 8 Su rade Pre ration 17.845 By $0.66$11,777.70 9 18'R. G. Pi 744 LF $42.3D $31,471.20 10 24' R. C. Pie 321 LF $47,70 $15,311.70 11 130"R. C. Pie 52 LF 1 $58.90 $3,062.80 92 361 R. C. Pie 12 LF $83-60 $1,003.20 13 30' R. C. Ell. Pie 27 EA $110.70 $2,988.90 14 18" R. C. Pie Under Pavement 1,259 LF $63.40 $79,820.60 15 24" R. C. Pie Under Pavement 328 LF $7320 $24,809.80 16 30' R. C. Pie Under Pavement 139 LF $94.90 $12,337-00 17 36" R. C. Pie Under Pavement 99 LF $114.50 $11,335.50 16 42" R. C. Pia Under Pavement 78 LF $124.40 $8,703.20 19 18' R. C. Ell. Pie Under Pavement 59 LF $208.00 $12,272-00 20 30' R.C.EII. Pie Under Pavement 42 LF $112.00 $10,304.00 21 /8" R. C. FES 4 EA $1,367.00 551168110 22 24'R, C. FES 1 EA $1477.00 $1,477.00 23 30- R. C- FES 4 Flt $1,586.00 $8,344.00 24 36" R. C. FES 1 EA $2.160.00 $2.160.00 25 42" R, C, FES 5 EA $2,734.00 $16,404.00 26 36" Eli. R. C. FES 1 EA $2,816.00 $2,896.00 27 12" C.M. FES 3 EA $3110.00 $400.00 28 18" C.M, FES 11 EA $326.00 $3,608.00 29 24" C.M. FES 10 EA $425.00 $4,260.00 30 30" C.M- FES 5 EA $711.00 $3,555.00 31 36"C.W FES 2 EA $654.00 $1,706110 32 48"C.W FES 1 EA $1521,00 $1,521.00 33 4' Curt Inlets 34 EA $3,117.00 $105,978.00 34 VCurb Inlets 10 EA $3,416-00 $34,180.00 35 6'Curb Inlets 4 EA $3,746.00 $14,984.011 313 4' Grate Inlet 5 EA $3 554,00 517.770.00 37 4' Juncton Boxes 3 EA 2461.00 $7,38300 38 5' Junction Boxes 8 EA $2,898.00 $23,184-00 38 6' Junction Boxes 2 FJ4 $3.554.00 $7,10800 40 4' Curtr Inlet Extension 32 EA $1,203.00 $38.496,D0 Curb Inlet Extension 1 EA $1,895.00 $1,695.00 1 Ra 4,500 SY $17.00 $76.smoo Roadwe ate Base Course 17,845 BY $6.08 $108.497,60 25 halt Concrete Hot Mix BinderCourse PG 64-22 2,474 Ton $72.75 $179,983.50 341.2e, halt Concrete Hol Mix Surface Course PG 70-22 1,649 Ton $85.50 $140,989.50 ncrete Curb and Gutter T A 9228 LF $11.94 $110.182.32 ne Curb and Gulter T B•1 305 LF $1205 $3,67525 Curb and Gutter Level Spmaded 177 LF $24.68 1 $4,368.36 49 4" Thick Concrete Sidewalk 2,985 SY $34.26 5102.266.10 50 6" Thick Concrete Sidewalk 141 SY $43.45 $6.126.45 51 Canerele Drivewa Aprons Commerclal 288 SY $59.t9 $17,046.72 52 Concrete Drivsway, Aprons Residential 3,5 SY $54.79 $1.917.65 53 Concrete 04vaway A Ona for Roundabout 290 BY $48.49 $14,062.10 54 Concrete Driveway Residential 95 BY $43.74 $4,155.30 55 Concrete Dri-ay lCommercial)89 SY $46.69 $4,155.41 56 Aggregate Base Course Driveway 150 SY $12.61 $1,581.50 57 4" Pavement Markin (Thermoplastic) 13,860 LF I 50.70 $9,702.00 58 12" Pavement Marld Therm lask 120 LF 1 $11,03 $1,323.60 59 PavementSymbols ONLY - Thermo lastic 2 EA 1 $490.00 $98000 60 Pavements mbols Arrows- Thermoplastic) 18 EA $130.00 $2.080.00 Pavements mbols Bi cle-Thermo lastic 10 EA $294,00 $2,940.00 Pavements mbols Yield Trion es -Themes IasOc 6 EA $80.00 $480.00 Pavements mbols Advanced Warnin -Tho lasso 4 EA $554.00 $2,216.00 Pavements mbols Handica S mbol-Thlastic 8 EA $325.00PavementS mbols SharadLaneS bol -Thermo las6t 21 EA$396.00 8,316.00Street R6B Si nlnstata0m 82 EA $224.00 18,36&00 Traffic Control and Maintenance1 LS $5,335.00 $5.335.00 CasEln-Place Delectable Wamin Panel 80 SF $35.96 $2,876.80 Handica Access Ram so SY $60.37 $5.433.30 Raised Crosswalk 2 EA $4,741.00 $91182.00 2' H.fJ.P.E. Pie 653 LF $27.00 $17,631.00 8'H.D.P.E. Pie 1,396 LF $35.00 $46,860.00 Pie 9152 LF $4000 $46,060.00 0'H,D.P.E- Pi 434 LF $55.00 23,870.00 6"H.D.P.E. Pi 693 LF $60.00 $41,580.00 N7324'H.D.P.E� 2"H.ID.P.E. Pi 508 LF $82.00 1,65640 81 H.D,P,E, Pi 58 LF $103.00 597400 " Non-Malallic Conduit 4 at 56 LF each 224 LF $27.00 $6,048.00 heel Sto 46 EA $85.00 $3,910.00 la ast 2718 AG Inline Drain 2 EA $58600 $1,172.00 10 8512830 AG Drain Basin 3 EA S1,740.00 $5,220.-00 N I 1as12730 AG Inline Drain 2 EA $1.518,00 $3,036.05 blI last 3099 CGS Grate 4 $772.00 $3,088.00 N last 3099 CGC Lid 1 $906.00 $905.00 N$2 N last 1899 CGS Grate 2 5479,00 $958.00 Ironsmith 9000FDR-H2O-12 Grate Frame and Grate 9 $533.00 $4,797.00 h[in rEA $7,946.00 $198,650.00 Landscape {driveway trees, mise, permanent vegetation, grassing.etc. Roadway 1 $150,126.00 $150,126,00 89 IfN ation Roadwa 4 $0.66 $0.00 90 Park enc si na a inclulain & electrical service 1 =,792.00 520,792.00 91 Green Retaining wail Flilltrexx 41,000 SFF $12.51 $512,910.00 92 IRock Removal 76,000 CY $5.24 $398,240-00 93 Rock Prespi4 Wall Surface Face 955 SY $36.05 $34,427.75 94 Vehicular Access Gate 1 EA $1,107.00 $1,107.00 95 Untle round Primary Conduit 3 runs of conduits) 15,000 LF $15.95 239,250.00 96 Relocation of Telephone Service 1 1S $0.00 $0.00 VE 04 Chan a therm leatic to paint 1 LS f9.1go.00 59,180.00 Ramous cure, =atom drain and downsize road to 20' VE 021 from orittv to roundabout 1 LS $162,713.00 $182.713.00 Remove 1500 If of eurb and gutter and 6 inlets 1200 It 10" VE 010 coca from noth cut do so C $0 bb flelds t 1 LS $70.700.110 $70,700.00 5 $3,880.00 $19,450.00 15633 $3.70 $58,582.10 4573 $3.611 516.462,80 $4.30 $7.00 2 $3128.00 $6,256.00 36,000 $1.00 $96,000.00 17,645 $0.66 $11,777.70 245 $42.30 $10,363.50 279 $47.70 $13,308.30 $58.90 12 $83.60 $1,003.20 27 $150.70 $2,880.90 773 $63.40 $49 006.20 63 $73.20 $4,811.60 $94.90 12 $114.50 $1,374.00 $124.40 69 1 $208.00 S12,272,0D 92 $112.00 510,304-00 $1,367.00 $1,477A0 $1,586.00 1 $2160,00 52,760.00 - 1 $2 816.00 $2,816.00 $300.00 8 $328.00 $2,624.00 3 5425.00 $1275.00 $711.00 $854.00 - _ ... $1,521.00 - 30 $3.117.00 $93,510.00 7 53.418.00 $23,926.00 4 $3,746.00 514,984,00 $3,554.01) $2A61.00 1 32898.00 $2,898.00 1 $3,554.00 $3,554.00 27 $1,203.00 $32,481.00 1 - -- $1695.00 $1,695.00 300 $17.00 $5.100.00 17845 $6.118 10B,49Z60 2,474 $72,75 $179,983.50 1.649 $85.50 140,989.50 9,22B 511.94 $110,182.32 305 $12,05 $3,675.25 $24.68 2985 $34.26 $102,266.10 141 $43.45 $6,126.45 268 $59.19 $17 046.72 35 55439 $1,917.65 290 548.49 $14,062.10 95 $43.74 $4,155.30 - 89 $46.69 $4,155,41 150 $12.61 $1,891.50 -13,860 $0.70 $9,702.00 120 $11.031 $1,323.50 - 2 - $490.00 1 00 4S $134-00 $2,080.00 10. $294.00 $21940.00 8 80.00 $480.00 4 $554.00 S2,216.00 8 $325.00 2,600.99 21 5395,00 so 316.00 82 $224.00 1.16,388.00 1 $5,335,00 $5,335.00 60 $35.96 2,876.80 90 0.371 $5,433.30 2 S4.741.001 $9,482.00 $27.00 423 $35.001 $14.805,00 _- 346 $40.00 1 $13840 -OD $55.00 647 $80.00 538,820.00 $82.00 $103.00 - 224 - $27.ao $6048.00 $85.00 5586.00 $1,740A0 1 $1,518.00 $1,51600 1 5772.00 $772.00 $906,00 $479.00 $533.00 25 $7,946.00 $198,65000 1 $150,12800 $150,126.00 1 $0.00 $0.00 0 $0.00 512.51 $5.24 $36.05 $9,107.00 515.95 $p.00 - 1 $9,180.00 $916046 1 $192,713.00 $162,713.00 1 $78,700,00 478,790-0 FAYETTEVILLE REGIONAL PARK FINAL MASTER PLAN ENLARGEMENT �''-= FAYETTEVILLE, ARKANSAS"' FAYETTEVILLE REGIONAL PARK u PHASE I MASTER PLAN ENLARGEMENT ° FAYETTEVILLE, ARKANSAS ,...._, CITY OF arglNSAS MEETING OF MARCH 3, 2015 TO: Mayor and City Council THRU: Don Marr, Chief of Staff CITY COUNCIL AGENDA MEMO FROM: Connie Edmonston, Parks and Recreation Director DATE: February 19, 2015 SUBJECT: Reso ii to approve a contract with Crossland Construction Company, Inc. or ``Construction of Regional Park Phase One RECOMMENDATION: Staff recommends approval of a c%5.60 Crossland Construction Company, Inc. in the amount of $11,788,362, approval Order No. 1 in the amount of ($2,358,997) reduced by accepting value enginthe original bid; and a project contingency in the amount of $528,000, approximatea total cost of $9,957,365 and approval of a budget adjustment recognizing $37,533 in Par&nd Dedication Funds. r BACKGROUND: The City of Fayetteville has been planning for a Re ijV Park since 2002. Through an intensive site selection process, a site was selected and appro dXthe Parks and Recreation Advisory Board in 2003. In 2010 approximately 200 acres were geAr ly donated by Chambers Bank for the park. ZOOSince that time, through overwhelming public support, over 35Z s of pristine Ozark forest adjacent to the park at Mount Kessler were purchased and prese a partnership with the Walton Family Foundation, the City of Fayetteville and the Fa Natural Heritage Association, making the park a truly unique destination for Fayetteville a orthwest Arkansas. Additionally, Advertising and Promotions Hotel Motel Restaurant (HMR) tax bond was approved by the voters in 2014 to appropriate approximately $3.5 million for the construction of Phase One of the Regional Park. Lose and Associates, Inc. was selected through a professional selection committee in November of 2013 to finalize the master plan for the park and to create the construction documents for Phase One of the park. Large Scale Development 14-4819 was approved by the Planning Commission on October 13, 2013. DISCUSSION: Bid 14-46 was advertised on November 26, 2014 and opened February 6, 2015. Four contractors bid the project with Crossland Construction Company, Inc. being the low bid in the amount of $11,788,362. Mailing Address: 113 W. Mountain Street www.fayette%ille-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Parks & Recreation Adjustment Number 2015 Dept.: Parks & Recreation Requestor: Alison Jumper BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Bid for Regional Park from Crossland Construction was $11,788,362.19 with a change order of -$2,358,997.27 for a net contract of $9,429,364.92. Approval of a project contingency in the amount of $528,000. $1,577,740 is being added to the Regional Park project (02002) with $720,207 coming from remaining funds in Community Park Improvements (13001.1306), recognizing $37,533 in Park Land Dedication funds and the remaining $820,000 from the use of fund balance. COUNCIL DATE: 3/3/2015 LEGISTAR FILE ID#: 2015-0088 xerVC*V $PY'aUJer 2/20/2015 10:43 AM Budget Director Date TYPE: DESCRIPTION: GLDATE: RESOLUTION/ORDINANCE POSTED: v.20 150102 TOTAL 857,533 857,533 Increase / (Decrease) Pro'e� et.Sub# Account Number Expense Revenue Project Sub AT Account Name 2250.9255.5806.00 1,577,740 - 02002 9000 EX Park Improvements 4520.9555.5809.00 1,400,000 - 06035 2800 EX Street Improvements 2250.0925.4419.02 37,533 02002 9600 RE Greenspace Fees - SW 2250.9255.5315.00 (720,207) - 13001 1306 EX Contract Services 2250.0925.4999.99 - 820,000 RE Use of Fund Balance 4520.9555.5809.00 (1,400,000) - 06035 1 EX Street Improvements C:\Users\dmccoy\AppDafa\Roaming\L5\Temp\50da7fc8-3da7-4aa0-8052-59ccbd530878 1 of 1 City of Fayetteville - Purchase Order Request (PO) eau,s ion o.: e: (Nota Purchase Order) P.0 Number: All PQ Requests shall be scanned to the Purchasing a -mall! PurehasingQfayettevlllear.gov. Purchase shall not be made until an actual PO has been issued. Vendor Vendor ar Legistart: #: 9124 Crossland Construction Name: ats � 8013-0088 FOB Point: Taxable Address: 833 South East Avenue 135 a Expected Delivery Date: 86725 Shlp to code: QuotC)E A aiche d City: Columbus State; Kg 2369 444 -Mg Requester: Alison Jumper Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Subg Inventory 4 I'med Asset # 1 Regional Park Construction Phase 1 1 3,842,656.00 $3,642,656.00 4570.9570.5806A0 02002.9000 2 $0.00 3 $0.00 4 70.00 5 70.00 6 $0.00 7 $0.00 a 90.00 s $0.00 1a $•00 shippinglHandling lot $0.00 petro ns rut ons: Subtotal: $3,642,656.00 Tax: WOO Total: $3�858i00 Approvals, Mayor: Departmerd Director: Purchasing Manager - Chief Financial Officer. "get Director- IT Director; Dispatch Manager: Utilities Manager: Other, nccoywppuarausoamrgaa� r empy�ui a r r cc-yuea+� rrtnmua-w�c+nnr a rna-.isnrruR�,nna� un— & � f k 3 / ; k « ( 9 2 a 2 2 © co co 40 7 0. ƒ Go co ) k V a c _ a \ z § 0 £ § k k c L $ $ _ / \� \ § k } —� ) i % / e w 2 _ 3 6 J o k & CD co co / E \ a o § E a °\ } ) . a 7 ' k k q o � 7 @ E Q cc Gt 2 � K & 2 � k k & 4)K § § | IL0 2 k | �. %� 2 K - i m m: 0 E / \ a Im �(; S t■£_ @ �3ks § ] �.2, X222 § � — LL 2 ■ ■ 2 / 0 a e j / ( 0 2 k m C o 2 E ] J # ) ja \ 2 § k § § A # k ) \ § % 2 k $ C 2 / Q ■ £ .. > L + § i 0 § § _ m co 0)CL J % $ d § City of Fayetteville - Purchase Order Request (PO) Requisition N777aW (" a Pur:9i mer) P.O Number: All PO Requests shall be scanned to the Purchasing e-mail: Purchasingefayetteville-8r.gRv. Purchase shall not be made until an actual PO has been Issued. Vendor Vendor 9124 Croaaland Construction Mail Arts 0. Legiatar#: #: Name: 2015-0088 FOB Point. Taxable Address: 833 South East Avenue 135 a Expected Daliv" Date: 88725 Shlp to code: Quates Attached City: Columbus ape; DES OW 2369 444-3469 Requester, Aiison Jumper Item Description Quant Unit of Issue Unit Cost Extended Cast Account Number Project.Sub# Inventory # Fixed Asset # 1 Regional Park Construction Phase 1 1 1 A00,000.00 57,4001000.00 4520.9259.5809.00 08035.2800 2 $0.00 3 $0.00 4 $0.00 5 $10•� 6 $0.00 7 $0.00 s $0.00 9 $10.00 10 $0.00 Shipping/Handling Lot $0.00 Special nstructions: Subtotal: 41,400,000.00 Tax: $0.00 Taal: $1,400,000.00 Approvals: Mayor. Department Director: Purchasing Manager. Chief Financial Officer. Budget Director: IT Director. Dispatch Manager, Utilities Manager: Other. (::nlsersmrnccoyWppUatalKosmngual i e pryoewusDmz rorau.ximjrvnummat vnurn •._.��� •�••�� � . llllllllll1111111111111111111111�111111111illlll�l1111111111111111111111111111 . Doc ID: 016132090004 Type. LIE Kind: PERFOArL4NCE BOND Recorded; 03/12/2015 at 12;53:53 PM Fee Amt: $30.00 Pape 1 of 4 WashKyleiSylvesterntn nCircuit Clerk DECREASE PENALTY RIDER FileB033-00000054 BOND NO. 8216-60-69 / 09174513 To be attached and form a part of Bond Nos. 8216-60-69 / 09174513 dated the day of MARM 20W executed by Federal Insurance Company / Fidelity and Deposit Company of Maryland as sureties, on behalf of Crossland Construction Company, Inc. as current principal of record and in favor of the City of Fayetteville, Arkansas as Obligee, and in the current amount of Eleven Million Seven Hundred Eighty Eight Thousand Three Hundred Sixty Two and 19/100 ($11,788,362.19) Dollars In consideration of the agreed premium charged for this bond, it Federal Insurance Comnanv / Fidelity and ilennsit rmmnnnv of 1 from the JL day of 2015, said bond shall be amended THE BOND PENALTY SHALL BE Decreased: understood and agreed that 22I nd hereby consents that effective follows: FROM: Eleven Million Seven Hundred Eighty Eight Thousand Three Hundred Sixty Two and 191100 (Sl 1,788,362.19) Dollars TO: Nine Million Four Hundred TwentyNine Thousand Three Hundred Six Four and 9211 i 00 (59,429,364.92) Dollars The decrease of said bond penalty shall be effective as of the day of f4lliH , 2af5, and does hereby agree that the continuity of protection under said bond subject to changes in penalty shall not be impaired hereby, provided that the aggregate liability of the above mentioned bond shall not exceed the amount of liability assumed by it at the time the act and/or acts of default were committed and in no event shall such liability be cumulative. Signed, sealed and dated this ITF4 day of MAjuH , 201$ f - Crossland Construction' Cam pane, Inc., Chubb PO#R Federal Insurance'iCompan Attn: Surety Department • Vigilant Insurance ICompa4 15 Mountain View Road Surety ATT NEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, �an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin Corporation, do each hereby constitute and appoint Bret S. Burton, Emily R. Lippert, Kathleen A. Snyder and Desiree E. Westmoreland of Wichita, Kansas; Travis Byers, Monica F. Donatelli, Carolyn J. Johnson, Kelly E. Kimmel, Michael D. Whipps and S. Mark Wilkerson of Overland Park, Kansas; Kathie Malay of Dallas, Texas — ------ I ...� each as their true and lawful Attomey- in- Fact to execute under such designation in their names and to affixl1 Vteir corporate seals to and deliver for and on their behalf es surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any Instruments amending or aftertng the same, and consents to the modifitatlon or alteration of any instrument referred to In said bonds or obligations. In Witness Whereof, sold FEDERAL INSURANCE COMPV0, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals an this 30 day of December, 2014. 1 JIM rim, ou" I' 00(m STATE OF NEW JERSEY 1 ss. County of Somerset On this 30th day of December, 2014 before me, a Notary Public of New Jersey, personally cams a Dawn M. Chloro, to, me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chlores, being by me duty swam, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNrTY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto allixed by authority of the By- Laws of said Companion; and M she signed Bald Pourer of Attorney as Assistant Secretary of said Companies by like authority; and that site is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attomey is in the genuine handwriting of David S. Norris, Jr., and was thereto subscribed try authority of said By- Laws and in deponents presence. Notarfal Seal KATHERINE J. ADELAAR I ' TARP NOTARY PUBLIC OF NEW JERSEY No. 2316685 00MMISSIOn Expires July 16, 2019 RU�4SC Notary Public CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNrrY COMPANY: 'All powers of attorney ter and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations, The signature of such oMcers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Asslstant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facslmile to arty power of attorney of to any ce frcate relating thereto appointing Assistant Secretaries of Awmeys- in- Fact for purposes only of executing and attesting bonds and undertakings and other wrttings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which d Is attached 1, Dawn M. Chlams, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the'Companiesl do hereby certify that (1) the foregoing extract of the By- Laws of the Companies Is true and cored, (II) the Companies are duty licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigltant are licensed in the U.S. Virgin Islands, and Federal is licensed In Guam, Puerta Rico, and each of the Provinces of Canada except Prince Edward Island; and pit} the foregoing Power of Attorney Is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this 4 • I IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS Form 15.10- 02258- U GEN CONSENT (rev. 12-14) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F. HALEY, Vice President, in pursuance of authority granted by Articleiv, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Mark WILKERSON, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON, Michael D. WHIPPS, Kelly E. KIMMEL and Travis BYERS, all of Overlandl Park, Kansas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings MiIls, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings MIills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of January, A.D. 2015, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 9 A DL) O�PD2 e+°'� sXi COs Secretary Vice President Eric D. Barnes Gerald F. Haley State of Maryland County of Baltimore On this 8th day of January, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F. HALEY, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me persor ally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instnunent byithe authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. jetrlr vT< Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 r POA -F 078-0008C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seat, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of the By -Laws of the Companies is stili in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of 120_ wo 6LIOj`� �G �r1�R.'�4 N71Li�Y ..r 110i 88AL Thomas O. McClellan, Vice President THE AMERRAN INSTITUTE OF AIA Document A312 RCHPECTS l{11111 IIIIII III loll Illi{ Illll VIII Illll Ilii l{ill Illll {1111 I{III Illi{ lifl Il{I Doo ID: 016132080009 Type: LIE Kind: PERFORMANCE BOND Recorded: 03/12/2015 at 12:49:04 PM Fee Amt: $55.00 Pape 1 of 9 Washington County, AR Kyle Sylvester Circuit Clerk FileB033-0000005.3 Bond No. 8216-60-69/09174513 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shalllbe considered plural where applicable. CONTRACTOR Address): (Name and SURETY .(Naml and Principal Place of Business): Crossland Construction Company, Inc. Federal Insurance Company PO Box 45 15 Mountain View Road Columbus, KS 66725 Warren, NJ 07'059 OWNER (Name and Address): Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 18th Floor City of Fayetteville, Arkansas Schaumburg, IL 60196 113 West Mountain Street Fayetteville, AR 72701 CONSTRUCTION CONTRACT Date: MARCH 4x14 J2015 Amount: ($ 11",788,362.19 ) Eleven Million Seven Hundred Eighty Eight Thousand Three Hundred Sixty Two Dollars and 191100 Description (Name and Ldcation): Fayetteville Regional Park, Phase 1, Judge Cummings Road, Fayetteville, Arkansas BOND Date (Not earlier than Construction Contract Date): Amount: ($11,788,362.19 ) Eleven Million Seven Hundred Eighty Eight Thousand Three Hundred Sixty Two Dollars and 191100 Modifications to this Bond: ® None 1 0 See_Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: ( rporate Seal) Federal Insura ompany 1 Crossland Co traction Co pony, In Fidelity and D it omp of Ma nd Sibnature: Signature: uey Name and Title:. Jr Name and Title: Car n J. h n ` „ 0 W., Attorney -in -Nat .(Any additional signatures appear on page 3) (FOR INFORMATION ONLY—Name, Address and Telephone) I - AGENT or !BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer -or IMA, Inca other party): 51 Corporate Woods, 9393 W. 110th Street, Suite 600 Lose & Associates, Inc. Overland Park, KS 66210 1314 5th Ave N11 Suite 200 913-982-3650 Nashville, TN 37208 I AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312.1984 I THIRD PRINTING • MARCH 1487 1 I The Contractor and the Surety, JoT'R11y and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is Incorporated herein by reference. 2 It the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- lion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason• able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare aContractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de - dared earlier than hventy days after the Contractor and the Surety have received notice as provided In Sub. paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex. pense take one of the following actions.- 4.1 ctions:4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract. or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or i which it y be liable to the Owner and, as i soon as practicable after the amount is deter- mined, tender payment therefor to the t Owner; or .2 i Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional ivrillen notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surely proceeds as provided In Subparagraph 4,4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or impart, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surely elects to act under Subparagraph 4.1, 4.3, or 4.3 above. then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under The Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Ownerof the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure• ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc. tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-petfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the O%vner or its heirs,.executom, administrators or successors. 0 The Surety hereby waives notice of any change, includ- ing changes of lime, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. I 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction In the location in which the work or part of the work is located and shall be instituted within Itivoyears after Contractor 4.4 Waive its right to perform and complete, arrange Default or i; ithin two years after the Contractor ceased for completion, or obtain a new contractor and with working or within two years after the Surety refuses or fails reasonable promptness under the circumstances• to perform its obligations under this Bond, whichever oc- curs first. If'the provisions of this Paragraph are void or .1 After investigation, determine the amount for prohibited b`y law, the minimum period of limitation avail - AIA DOCUMtNT A312 - PERFORMANCE BOND AND PAYMENT BOND -DECEMBER 1981 E0.1- AIA 9 THE AMt41CAN INSTITUTE, OF ARCHITECTS, 1735 NtW YORK AVE.. N.W., WASmINCTON, D.C. 20006 A312.1984 2 TwRD MHT INC 9 mARCH 190 able to sureties as a defense in the juri�fction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where theconstruction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common taw bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amotts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced b`y all valid and proper payments made to or on behalf Of the Contractor under the Construction Con- tract. j! 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form ori otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other tl CONTRACTOR AS PRINCIPAL. SURETY Company: (Corporate Seal) Company: Signature: Name and Title: Address: Signature: Name and Title: Address: those appearing on the cover page.) (Corporate Seal) AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. -AIA a, THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C� 20006 A312.1984 3 THIRD PRINTING • MARCH 1987 1 � i THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. 8216-60-69 1 09174513 AIA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SWLTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that Crossland Construction Company, Inc. 4IKe Ins.4 fw name and oddass or legal We orca msdta ) PO Box 45 Columbus, KS 66725 as Principal, hereinafter called Principal, and, Federal Insurance Company/ Fidelity and Deposit Company of Maryland 15 Mountain View Road, Warren, NJ 070591 1400 American Lane, Tower I, 18th Floor, Schaumburg, IL 60196 0!M insert W normo end address or legal two of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas (Here kamA Uwne wW address o<legslWeofOwe* 113 West Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Eleven Million Seven Hundred Eighty Eight Thousand Three Hundred Sixty Two Dollars and 19/100 Mere insert a sum equal to at least Or~ of the corttrad price) Dollars ($11,788,362.19 f for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated KA f2 ,} qt -vi for I ,entered into a contract with Owner 04ere kmM LA name, address and description of project) Fayetteville Regional Park, Phase 1, Judge Cummings Road, Fayetteville, Arkansas In accordance with Drawings and Specifications prepared by Lose &Associates, Inc. {HW* ins*! U name and address or legal title of AMhk$cq 1314 5th Ave N, Suite 200 Nashville, TN 37208 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract I AMDOCUMENTA3tt • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA® FEBRUARY 1870 ED. 0 THE AMERKAN INSTITUTE OFARCMTECTS,173SKY. AVE, N.W, WASHINGTON, D.C. 20006 LAB00ANDMATERIAL PAI MEI1*BOND NOW, THEREFORI=, THE CONDITION OF THIS OBLIGATION Is such that, if Principal shag 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 folfawing conditions: 1. A claimant is defined as one having a direct and the name of the party to whore the materials were contract with the Principal or with a Subcontractor of the fumished, or, for whom the work or labor was done or Principal for labor, material, or both, used or reasonably performed. Such notice shall be served by mailing the required for use in the performance of the Contract, labor same by registered mail or certified mail, postage prepaid, and material being construed to include that part of water, In an envelope addressed to the Principal, Owner or Surety, gas, power, light, heat, oil, gasoline, telephone service or at any place where an office is regularly maintained for the rental of equipment directly applicable to the Contract transaction of business, or served in any manner in which 2. The above named Principal and Surety hereby jointly legal process may be served In the state in which the and severally agree with the Owner that every claimant as aforesaid project is located, save that such service need not herein defined, who has root been paid In fun before the expiration days be made by a'public officer. of a period of ninety (90) after the date on b) After the expiration done (1) year following the date on which the last of such claimant's work or labor was done or which principal ceased Work on said Contract it being performed, or materials were furnished by such claimant, understood, however, that if any limitation embodied in this may sue on this bond for the use of such claimant, bond Is prohibited by any low controlling the construction prosecute the suit to final judgment for such sum or sums hereof -such limitation shall be deemed to be amended so as may be justly due claimant, and have execution thereon. as to be equal to the minimum period of limitation permitted The owner shall not be liable for the payment of any costs by such law. or expenses of any such suit. c) Other than in state court of competent jurisdiction in 3. No suit or action shall be commenced hereunder by and for the county or other political subdivision of the'state any claimant in which the Project, or any part thereof, Is situated, or in a) Unless claimant, other than one having a direct the United States District Court for the district in which. the Project or any thereof, is situated, and not elsewhere. contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the part 4. The amount of this bond shall be reduced by and Surety above named, within ninety (go days after such to the extent of any payment or payments made in good claimant did or performed the last of the work or labor, or faith hereunder, inclusive of the payment by Surety or furnished the last of the materials for which said claim is mechanics' liens which may be filed of record against said made, stating with substantial accuracy the amount improvement, whether or not claim far the amount of such claimed Ren be presented under and against this bond. Signed and sealed this 4 r" day of H A Rc t l 12015 ATTEST: Crossland Construction Company, Inc. 01.� a � A i T\W WITNESS: Federal Insurance Company/ Fidelity and (sr�.ety� :E —, I i Travis Byers Carolyn J. Johnso`e1 AA000YNW-FIT^311 ' PERKHMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA 0 FEBRUARY 1970 Et). • YNE. AMERICAN INSTITUTE OFARCMTECTS, 1735 KY. AVE. N.W. WM*ONGTON, p.C.=06 aposit Corn. any of !Maryland (Sc&Q rney-in-Fact Band Na. 8216-6n-69 1 09174.9;13 L UNIIII #]"IMW 4 KNOW ALL BY THESE PRESENTS, That ivc, Crossland Construction Company,_Inc. P9 Box 45 Columbus. KS 66725 as Principal, and Federal Insurance Company/ Fidelity and Deposit Company of Maryland a corporation organized under the laws of the State of IN'/MQ I and duly authorized to do business in the State of AR , as Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 as Obligcc, in the penal sum of Eleven Million Seven Hundred Ei Eight Thousand Three Hundred Sixty Two Dollars and 191100 (S 11,788,362.19 ) to which payment well and truly to be made the do bind ourselves, our and a =cls of our heirs, executors, administrators, successors and assigns jointly and severally; firmly by these presents. WHEREAS, the said Principal entered into a Contract with the of for Fayetteville Regional Park, Phase 1, Judge Cummings Road, WHEREAS, said Contract has been completed, and was approved on S�Rp dated Mk Re H 39P. 2015 le, Arkansas day of MA Qt H 20 15 I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH., That if the Principal shall guarantee that the work Q1 be free of any defective materials or workmanship which became apparent during the period of 1 One _ ycar(s) following completion of the Contract then this obligation shall be void, othenvise to remain in full force and effect. provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the Surety assumes rio liability for such a guarantee. I ' Signed and sealed this ITN day of MA W-14 I ZD 15 i Crossland Cons#ru ion Com an Inc. (Seal) I -.- ` (Seal) I Federal Insurance Company 1 Fidelity d Deposit Company of Maryland, B .�� i I FAM - ., Chubb PO R Federal Insurance'Compa Attn: Surety Department Vigilant InsuranceCompa 15 Mountain View Road Surety ATT NEY Pacific Indemnity'Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, I an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Bret S. Burton, Emily R. Lippert, Kathleen A. Snyder and Desiree E.{Westmoreland of Wichita, Kansas; Travis Byers, Monica F. Donateili, Carolyn J. Johnson, Kelly E. Kimmel, Michael D. Whipps and S. Mark Wilkerson of Overland Park, Kansas; Kathie Maley of Dallas, Texas — each as their true and lawful Aramery- in- Fact to execute under such designation In their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the mod'eraation or atteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPV4Y VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed III%& corporate seats on this 30 day of December, 2014. 00(a STATE OF NEW JERSEY G 3 as. County of Somerset On this 30t" day of December, 2014 before me, a Notary Public of New Jersey, personally tame Dawn M. Chloro, to me known to he Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M Chloros, being by me duty swam, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of Cie By- Laws of, said Companies; and that she signed said Power of Attorney as Assistant Secretaryof said Companies by like authority; and that she is acquainted with David B. Norris, Jr., and knows him to be Vioe President of said Companies; and that the signature of David S. Norris, Jr., subscribed to said Power of Attorney Is In the genuine handwrifing of David B. Nonis, Jr., and was thereto subscribed by authority of said By- Laws and in deoonenfs presence. Notarial Seal KATHERINE J. ADELAAR ' NOTARY PUBLIC OF NEW JERSEY Commission Explre3 July 18, 2019 I CERTIFICATION Extract from the By- taws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and :on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President. any Vice President any Assistant Vice President any Secretary, arty Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any Certificate relating thereto appointing Assistant Secretaries or Attorneys- in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and arty such power so executed and certified by such facsimile signature and fa i Unile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' I, Dawn M. Chioros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the'Companiesl do hereby certify that Q) the foregoing extrad of the By- Laws of the Companfes is true and correct (II) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed In the U.SJ Virgin Islands, and Federal is licensed In Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and ` Qiq the foregoing Power of Attorney Is true, correct and In fug force and effect. ` Given under my hand and seals of said Companies at Warm, NJ this IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHEunCrTY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADORESS Form 15.10.0225e- U GEN CONSENT (row. 12-1<) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F. HALEY, Vice President, in pursuance of authority granted by Article Vl, Section 81 of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Mark WILKERSON, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON, Michael D. WHIPPS, Kelly E. KIMMEL and Travis BYERS, all of Overland 'Park, Kansas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall he as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed andl acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills'Maryland. in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,.of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of January, A.D. 2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �� o ocrofr iws'�� wk s 7 AL 4A, � rtw �_; —•— lo- aL� � Secretary Eric D. Barnes State of Maryland County of Baltimore Vice President Gerald F. Haley On this 8th day of January, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F. HALEY, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being l y me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by Ethe authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. i✓ � l.�s'Si+� 'Fel �(r ` \ � , t i rR//111411111 Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 076-0008C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Sea] of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 41" day of MMUH , 2015. ^�► Sid s n+. .xi; M SEAL low Thomas O. McClellan, Vice President 't City of Fayetteville Staff Review Form 2015-0317 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item NMW hit VWW-11 � t�Q 2�3 Alison Jumper 7/7/2015 Parks & Recreation / Parks & Recreation Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Orders No. 2 and 3 for a contract reduction in the amount of $18,184.85. Budget Impact: 2250.9255.5806.00 Account Number 02002.9000 06035.2800 Project Number Parks Development Fund Regional Park Project Title Budgeted Item? Yes Current Budget $ 9,962,689.00 Funds Obligated $ 9,432,565.00 Current Balance $ 530,124.00 Does item have a cost? No Item Cost $ - Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 530,124.00 V20140710 Previous Ordinance or Resolution # 56 15 Original Contract Number: Approval Date: (� Comments: CITY OF ai ye e e ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning Superintendent DATE: July 7, 2015 ►7111fA aAkv,IIMDel SUBJECT: Approval of Change Orders No. 2 and 3 with Crossland Construction for the construction of the Regional Park RECOMMENDATION: Staff recommends approval of Change Orders No. 2 and 3 for a contract reduction in the amount of $18,184.85. BACKGROUND: The City of Fayetteville began constructing the first phase of the Regional Park in March of 2015. During the contract negotiation and value engineering process several items were identified as cost savings. These items were incorporated into Change Order No. 1 and approved with the original contract. Value engineering items were originally decucted via lump sum items. After itemized costs were identified and changes necessary for final construction plans were made, additional savings were realized. The attached Change Order No. 2 reflects the additional savings resulting in a reduction of $46,777.79. Change Oder No. 3 recongnizes costs incurred by the contractor in the amount of $28,592.94 for rental equipment being on site but not able to be used due to a delay in necessary permits for the project. Total change to the contract is a reduction of $18,184.85. DISCUSSION: Change Orders No. 2 and 3 are needed to reconcile fees the contractor incurred for equipment rental and to reconcile value engineering savings realized after itemized costs were identified and incorporated into the schedule of values. BUDGETISTAFF IMPACT: Total contract amount is reduced by $18,184.85 leaving the complete contingency amount of $528,000 in the project. Attachments: Resolution 56-15 Change Order No. 2 Change Order No. 3 Schedule of Values Equipment Delay Documentation Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. I TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof PASSED and APPROVED this 3rd day of March, 2015. APPROVED: -."-/ . Zn J LI N d AN, Mayor SONDRA E. SMITH, City Clerk/Treasurg ttt{1 Ilfff/// ��>�;••G��Y FAYETTEVILLE, �= r - TON ATTEST: #A1A Document G701 TU -2001 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 002 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 6129/2015 ARCHITECT: ❑ Judge Cummings Road Fayetteville, Arkansas CONTRACTOR: ❑ TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 13144 FIELD: ❑ Crossland Construction Company, Inc. CONTRACT DATE: TBD PO Box 45 CONTRACT FOR: General Construction of Phase 1 of OTHER: ❑ Columbus, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (include, where applicable, any um ilputed amount urtriburable inprevioudr evecufed Construction Change Direcrives) See attached spreadsheet for new schedule of values based on conformed drawings that responded to city comments and final value engineering changes on the project. The original Contract Sum was $ 11,788.362.19 The net change by previously authorized Change Orders $ -2,358,997.27 The Contract Sum prior to this Change Order was $ 9,429.364.92 The Contract Sum will be dm -ceased by Ibis Change Order in the amount of $ 46.777.79 'tile new Gntract Sum including this Change Order will be f 9,382.587.13 '!he Contratt'lime will be decreased by Zero (0) days. 'the date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. WTE: This Change Order docs not include changes io the Contract Sunt. Contract Time or Guaranteed Maximum Price: which have been authorized by Construction Change Directive until the cost and time have been agreed upon by hoth the Ohvner and Contractor, in which case u Change Order is executed to suNrscde the t.011slr16011 Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Lose & Associates, Inc. Crossland Construction Company. Inc. Cily of Fayetteville ARCHITECT (14rm name) CONTRACTOR (1.7rrn naare) OWNER (Fara name) 1314 5'h Ave N. Suite 200 Nashville.'I'N 37208 Allrjt.�." (',,A-",) BY (Signature) Chris Camp, President (Typed nanre s/16 DATE PO Box 45 Columbus, KS 66725 ADDRESS -0.; 4.—u BY (Vgnanrre) '1)4or3 FALL , FacieLr HA►lA��e (7yped name) o4 -21. 1S DATE 113 West Mountain Street Fa et illc, AK 7TNI SS. B (Signalure)Yc�// O r! C /C!Q' (Ty -ped ante) DATE AIA 00cume t Q101' -2001. Copyright O 1978. 1987. 2000 and 2001 by The American ha u t9 of Arehitedb. AN" r*swvod. WARNING: This AIA' Document Is protected by U.S. Copyright Law and Intematlonal Trvatles. Unauthorized reproductlon or distributlon of this AIA' DocumOnt.Or any ) portion of it, may result in ser are civil and criminal penalties, and will be prosecuted to the maximum extent poastble under the law. This document was produced by AIA software at K01:56 on OBQQM15 oder Order No.3719808957_1 which expires on 05b5J2016, and Is n01 for resale. Uaw Notal- (1B1emu 17) f0 ,k •� Document G701`m -- 2001 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 003 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 6/29/2015 ARCHITECT: ❑ Judge Cummings Road Fayetteville, Arkansas CONTRACTOR: ❑ TO CONTRACTOR (Name and address): ARCHITECTS PROJECT NUMBER: 13144 FIELD: ❑ Crossland Construction Company, Inc. CONTRACT DATE: TBD PO Box 45 CONTRACT FOR: General Construction of Phase I of OTHER: ❑ Columbus, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) Cost for equipment rental while waiting on permits. The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders 3 -2,405,775.06 The Contract Sum prior to this Change Order was 9,382,587.13 The Contract Sum will be increased by this Change Order in the amount of 28,592.94 The new Contract Sum including this Change Order will be f 9,411.180.07 The Contrad Time will be decreased by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. NOTE: This Change Order does not include changes in the Contract Stan, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Lose & Associates, Inc. Crossland Construction Company, Inc. City of Fayetteville ARCHITECT (Firm name) CONTRACTOR (Finn name) OWNER (Firm name) 1314 5* Ave N, Suite 200 Nas ilIc. TN 37208 S BY (Signature) PO Box 45 Columbus. KS 66725 ADDRESS -P.:. �"f BY (Signature) Chris Camp. President Vio►J PA t,- , PIZOJEcr MANAGER (I)ped name) (Typed name) (0 IL 2 C7 OL. 27. IS' DATE = I DATE 113 West Mountain Street AIA Decumsut (3701" -2001. Copyright O 1974, 1987, 2000 and 3001 by The American institute of Architects. NI rights rssmed. WARNING: This AIA Document Is protected by U.S. Copyrlghl Law and Imemalional Treatise, unauthortced reprodttetlon or dlaMbutlon of this AIA• Document, or qtly 1 portion of it, may result In severe civic and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AM software at 10:28:25 on 0&2912015 under Order No.3719888957_1 which expires on 05ION2019, and is not for resale. Mar Notes: (1147303498) Alison Jumper Submitted By City of Fayetteville Staff Review Form 2015-0481 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/9/2015 Submitted Date Action Recommendation: Croom\nrkl Cong�n�chm �hurge IXd�s 4 4 Parks & Recreation / Parks & Recreation Department Division / Department Staff recommends approval of Change Order Numbers four- seven to contract #2359 with Crossland Construction for a contract increase in the amount of $54,722. Budget Impact: 2250.9255.5806.00 Account Number '02002.9000 Project Number Parks Development Fund Regional Park Project Title Budgeted Item? Yes Current Budget $ 8,562,338.00 Funds Obligated $ 8,061,157.86 Current Balance $ 5U1,180.i4 Does item have a cost? Yes Item Cost $ 54,722.00 Budget Adjustment Attached? NA Budget Adjustment $ - Remaining Budget $ 446,458.14 V20140710 Previous Ordinance or Resolution # 56-15 Original Contract Number: 2359 Comments: Approval Date: n b J CITY OF Ta�y'm V�� eAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning Superintendent DATE: October 8, 2015 STAFF MEMO SUBJECT: Approval of Change Order numbers four — seven to contract 42359 with Crossland Construction for the construction of the Regional Park RECOMMENDATION: Staff recommends approval of Change Order Numbers four- seven to contract #2359 with Crossland Construction for a contract increase in the amount of $54,722. BACKGROUND: The City of Fayetteville began constructing the first phase of the Regional Park in March of 2015. The current phase includes the construction of three baseball fields, six soccer fields, water, sewer, and electric utilites, road and parking lot construction, a great lawn area and two rest roomlconcession buildings. This phase of the project is anticipated to be complete in the fall of 2016. Change Orders two and three resulted in a savings of $18,185. DISCUSSION: Change Order numbers four - seven are needed to address several changes to the contract. Change Order four addresses the western slope of the park that was originally designed to be an approximate 15' vertical cut with a green wall system on top of the cut for an approximate 35 additional vertical feet. During grading operations, native material was exposed that was not suitable on its own to uphold the slope. After discussion of several options including extending the green wall further down to finished grade, constructing gabion walls and constructing a block wall, a determination was made to simply grade the slope at a 2:1 ration and establish a stand of native Buffalo Grass sod to stabilize the slope. This change along with adjusting baseball outfields, associated fencing and storm drainage resulted in a savings of $168,032. Change Order five addresses changing materials for drainage swales that will be visible to the public. Since the Regional Park will be our flagship park, staff recommends instead of limestone rip rap, utilizing a geotextile that will be planted with native buffalo sod in drainage swales that will be visible to the public. This will present a much more aesthetically pleasing landscape. This changes resulted in an increase of $30,950. Change Order six address material needed to stabilize the subgrade for the road. Shale cut from the western slope was able to be used for road sub base, however cement is required to be added to the shale in order to meet the City specification for road base. This change results in an increase of $182,765. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Change Order seven addresses improvements to the existing Judge Cummings Road to accommodate hauling traffic for the landfill remediation project. In order to most efficiently continue construction at the park and on the Phase Two landfill project, Judge Cummings Road needed to be raised in two locations, a culvert was needed and additional road base to support dump trucks was needed. This resulted in an increase of $9,039. BUDGET/STAFF IMPACT: Total increase requested with Change Orders four- seven is $54,722 which is available in the remaining contingency of $501,531. The initial savings of $18,185 from Change Orders two and three will be realized at the end of the contract, making the overall contract increase to date $36,537. Attachments: Resolution 56-15 Change Order Nos.4-7 2 Document G70.1'" - 2001 Change Order PROJECT (Name and ad&ess): CHANGE ORDER NUMBER: 004 Fayetteville Regional Park, Phase 1 DATE: 1013/2015 OWNER: Judge Cummings Road ARCHITECT: Fayetteville, Arkansas TO CONTRACTORCONTRACTOR: ❑ (Name andadrli'ess): ARCHITECT'S PROJECT NUMBER: 13144 Crossland Construction Company, Inc. CONTRACT DATE: TBD FIELD: ❑ PO Box 45 CONTRACT FOR: General Construction of Phase I of OTHER: ❑ Columbuss,, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (Include, wire app"Cable, any undisputed amount aftrlbulable ro previously executed Construction Change Directives) I. Clear and Grubb: 2ACQu $7,000.00-$15,400.00 2. Stripping Topsoil: 2,200 CY Qa $3.60 � S7,9200.00 3. Mass Grading: 58,583 CY @ $3.70= $216,757.10 4. Replace Topsoil: 3,000 CY Q 58.60= 525,800.00 5. Concrete Apron (Commercial Item 51): 37 SY © $59.19 = $2,190.03 6. Concrete Apron (Residential hem 54): 69SY I'a,� 43.47 = $3,018.06 7. Buffaro Grass Sod (2:1 Slope): 13173 SY Q 7.29 =$966,031.17 S. Bermuda Sod (Baseball): 3,639 SY a 52.60 = $9,461.40 9. Seeding(Bascball): 31,326 SF @ $0.08 = $2,506.08 10. Street Lights Along Judge Cummings: I LS @ S32,936.00 - S32,936.00 (5 Tights shown of RFP #3, in lieu of 3) 11. Allowance for Maintenance 2:1 Slope: 1 LS © $27,500.00 = $27,500.00 12. Office Expense and Revised Model: I LS a $7,500.00 =- $7,500.00 13. Greenwall Shope and Other Expences: I LS Q S 19,000.00 - S 19,000.00 Sub Total $466,019.84 1. Greenwall: -41,000.00 SFF a 512.51 " (S512,910.00) 2. 6' Perimeter Chain Link Fence: 455 LF @S19.95 - (59,077.25) 3. Bermuda Sprigging (Baseball): -64,075 SF Q 51.08 - ($69,201.00) 4. 18" HDPE Storm Pipe: -102 LF @ 535.00 = (S3,570.00) 5.24• HDPE Storm Pipe: -16 LF @$40.00 _ (SM0.()0) 6. Concrete Apron (Residential Item 52):-15 SY S54.79 = ($821.85) 7. Concrete Apron (Residential hem 54): -66 SY a 543.74 =(52,886.84) 8. Concrete Curb and Gutter Level Spreader: -19 LF © $24.68 - ($468.92) 9. Presplit Wall: -955 SY @ 536.10 = (534,475.50) Sub Total ($634,051.36) Total ($168,031.52) The original Contract Sum was $ _ 1.1 788,362.19 The net change by previously atnhariaed Change Orders $ -2,377,18_2.12 The Contract Sum prior to this Change Order was ; _9 11,190.07 The Contract Sum will be decreased by this Charge Order in the amount of ; 168,031.52) The new Contract Sum including this Change Order will be, S 9,243,148.55 The Cuntract Time will be decreased by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or (huumniced Maximum Pricc which have been authoriztd by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. AIA Document 0701 ^' - 2001. Copyright O 1978, 1987, 2000 and 2004 by The American Instituto of ArcNtects. All rights roserrsd. WARNING: This A l e Document ts protected by U.S. Copyrfght Lrw and tntomatlonaf Treaties. Unauthorized roproductlon or dletrlbutlon of th,13 AfA` Document. or any portion of It, may result In severe civil and crlminal penalties. and will be prosecuted to tis maximum extant possible under eta law. Thls doarnent was produced WAW software at 15:47.30 on 1=5Mt 5 under Order No.3719866057 1 which expires on 0570512018, and is not for resale. User Notes: (1 195914609) RFP #3 1 Clear and Grubb: 2 AC 7,000.00 15,400.00 2 Stripping Topsoil: 2,200 CY 3.60 7,920.00 3 Mass Grading: 58,583 CY 3,70 216,757.10 4 Replace Topsoil: 3,000 CY 8.60 25,800.00 5 Concrete Apron (Commerdai I -em 51): 37 $Y 59.19 2,190.03 6Concrete Apron (Residential Item 54): 69 SY 43.74 3,018.06 7 Buffalo Grass Sod (2:1 Slope): 13,173 SY 7.29 96,031.17 8 Bermuda Sod (Baseball): 3,639 SY 2.60 9,451.40 9 Seeding (Baseball): 31.326 SF 0.08 2,506.08 10 Street tights Along Judge Cummings: 1 LS '32,936.00 32,936.00 5 Lights shown on RFP 03, in lieu of 3 11 Allowance for Maintenance 2:1 Slope: 1L5 27,500.00 27.500.00 12 OfOce Expense and Revised Model: 1 LS 7,500.00 7,500,00 13 Greenwall Shops and Other Expenses: 1 Is 19,000.00 19,000.00 Sub Total: 1 466,019.84 1 GreenwalR -41,000 SFF 12.51 1512,910.00) 26' Perimeter chain Link Fence: -455 LF 19.95 (9,077.25) 3 Bermuda Sprigging (Baseball): •64,075 SF 1.08 (69,201.60) 4 18' HOPE Storm Pipe: •102 LF 35.00 (3,570.00) 5 24' HOPE Storm Pipe: -16 LF 40.00 (640.00) 6 Concrete Apron(Residential ltem.'52): -15 SY 54.79 (821.85) 7 Concrete Apron (Residential Item 54); -66 SY 43.74 (2,886.84) 8 Concrete Curb and Gutter level Spreader: -19 LF 24.68 {468.92) 9 Presplit wall -955 SY 36.1 (34,475.50) Sub Total: f (631 051.36) AFP 03 Total: (168,031.52) NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER Lose 8t. Associates, Inc. ARCHITECT (Firm name) 1314 5n' Ave N, Suite 200 Nae ville, T\° 372CA AlnqTs BY (Signature) Chris Camp, President (t),ed name) DATE Crossland Construction Corneany, Inc. CONTRACTOR (Firm name) PO Box 45 Columbus. KS 66725 BY (Signature) gIOW 9l't-1. (Typed name) 10.6.15 DATE City of FayelreviIle OWNER (Firm naive) 113 Wes&ouni;mnSYri�rt HR t)atumerll (1701 - 2001. COpyrlght O 1879, 1087, 2090 and 2001 by The Arneftsn tnsf tub of Architects. All rights reserved. WARNMO: Thle AIA' Document Is protected by U.S. Copyright Law pnd International Tra31101. Unsulhorixed reproduttion or distribution of this AtA$Document, or any Portion of H. may result In severo c1vH and criminal penalties, and will be prosecuted to the maxlmum extent poasibis under the Inw, This documed was produCCd by AIA software at 14:92:19 on 10705/1015 under Order No.37I9888957 1 which expires an 05J95t2018, and Is not for resale. User Notes: (2003188778) :moi Document G701"'-2001 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 005 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 10/3/2015 ARCHITECT: ❑ Judge Cummings Road Fayetteville, Arkansas CONTRACTOR: ❑ TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 13144 FIELD. ❑ Crossland Construction Company, lnc. CONTRACT DATE: TAD PO Box 45 Columbus, KS 66725 THE CONTRACT IS CHANGED AS FOLLOWS: CONTRACT FOR: General Cansiruction of Phase l of OTHER: ❑ Fayetteville Regional Park (Include. where applicable, any undisputed amount attrihurable to previously executed Construction Change Directives) 0 Provide cost for Pyromat Eiigh Performance Turf Reinforcement Mat (to be used in the diversion and rip -rap ditch line west of round -about): 1,676 SY ter 26.50 = S44,414.00 la,3a Buffalo Grass at 2lbs per 1,000 SF: 15,079 SF © $0.81 = 512,213.99 Ib, 3b Replace Rip -Rap with Pryonlat High Performance Turm Reinforccincnt Mat: (1,676) SY $17.00=($28,492.00) Sub't'otal S28,135.99 GC Costs (Overhead & Profit @ 10% $2,813.59 Total $30,949.58 The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders $ -2,545,213.64 The Contract Sum prior to this Change Order was $ 9,243,148.55 The Contract Sum will be increased by this Change Order in the amount of $ 30,949.58 The new Contract Sum including this Change Order will be $ 9,274,098.13 The Contract 'Time %vi II be decreased by 7,ero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days, NOTE: 'Chis Change Order does not include changes in the Contract Sum, Contract lime or Guaranteed Maximum Prix which have been authorircd by Construction Change Directive until the cost olid time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER, [..ose & Associates, Inc. Crossland Construction Company, Inc. ARCHITECT (1-irin name) CONTRACTOR (Firm name) 1314 5`h Ave N, Suite 200 Nashville ' Ti 37208 D� S (BY ih tutoh Sex mjcct ,Manager (Typed name) to. `l, -Lotti DATE PO Box 45 Columbus, KS 66725 ADDRESS 'J _• 1.1 � � BY (Signature) VI�sJ l.1e44 (Typed name) le) .T.15 DATE City of Fayetteville _ OWNER (Finn name) AIA t7ocument 0701 " - 2001. Copyright o 1979, 1987, 200o ant! 2001 by The American Institute of Architects. All rights reserved. WARNING:.This Me Oocumeni is protected by U.S. Copyright Law and Intamatlonal Treatlas. Unauthorized rnproduelion or distribution of this AIAe Document, or any Portion of It, rtay result In severe civil and crlminal ponaltios, and will be prosecuted to tho maximum extent passible under the law. This document was produced by AIA software at 14:08.39 on 111)072015 under Order No.3719886957_I which expires on 05!05/2018, and is not for resale. User Notes: t2GNs7n911 \� ,�\ �;��-\` '� `r, •`:`S''`/ ,r'6/`i\ ��7�riii' JJ•l a1 1 0,,,/ %, i -T\\ f/ �\��\\♦i\� •'�\�1 t11t`�, � \ , ,� `,` 2k��M `'�„w�,ikr �.� 'moi O�•11�' t 1 I ��. .'j" ✓ ! r s f.�> ��•- W`\ � 1 �-�\�� .wry .:..��%G��4��ii.r� ".tom% � 7M.G - J •moi ���: `\e\\�.-�����;`\i �\ \\\ `�`�\\\ ,\\\�\\ \ti� .1\\ �-\. \ \ \\ .^- r { '��" � >ir\ \' \\\t�p! \: >\/ �r' / �1 rl.�y y t' .3 .` ,�•ryV�,-+L i _`, `- _-._._ � ate' /'-y!r • '•'`>" f -f' / '• i ��'j� yy.` � �.� \\\\ \\ \t r ! � i ! r� //`„ . 1. - =fi` \ i-- - \ l J /I r lira `,\\:�:�,v`♦t`',\ ,\ illi _ __ _ - I v i\� �•? — �.�-'� ' - +�': Kyr,. ffi � pL•iu pyrum.rt in Iha li4mui n n:rd remu�C rip-: �ip� � .,ti l� � � �-•' _�. \ J ' I �,�1 �,, I !,�•,h�,•,� ., .,,J •t ��_ ��\..\ter• � i I�r1 \ 2t11}� 1 P tl t1171+� iBlrl 1t - _ leo it �5�\}l l!I F `L \11lI�Vtt !1'• 1 ; � !tl � I Ire .r j`- 1 �� ' �� _�} d ✓% fr 7 .�� - - _ M'N IJrLI.'1 \\.. :, I IIIl,I ; ` �; \. _ 'f , "1 t / I /'r � t•-r�p •-�/ =ns ; { ` / i / �� r, tt _� ' j; ; ,1 \1`t� ♦\\\ . .\ .ti ` t\ ! \ \ r� s� r r . Y �`'l/ JT \�!��— _`�. �,dl-JJ+.yt\\\� \? \\\ 1\• i �EP \I; \ �� I r ,: _t,�� �� }- ! 7 a01-117.94-000 ��\1� ` ` tliiglllt�p,+,'d� 9 \\,\\ \\ b ��� i , -`•'r�i \ !j _ - / /i / �t `• . DARREL do ET EL MEREDITH 1404-517 \\ \ .�1 /''1 �` >:o�ri �• \t"rr \F�•' j1.11t. C�. ,1 Ir '`'\ ', -=U r" t / N ZONING: Ag/SF Res 1 Unit /Ac =r..-vr• Y r: r•• -� -� - - / J 1 oo1-•rz9a-ego �. / DCN tlDM9lK 7007-867CS 0 Z 'r\ 400 r I t ZONING[kglS, Rest U"it SCALE' V 00' t % AUSiUST 015 PYRAMATO HIGH PERFORMANCE TURF REINFORCEMENT MATS is 4D Pyramat'D High Performance Turf Reinforcement Mats (HPTRMs) feature our patented woven technology composed of a unique, three-dimensional matrix of polypropylene yarns.These yarns are designed in a uniform, dimensionally stable and homogenous configuration of pyramid -like structures, and they feature our patented X30 fiber technology specially created to lock soil in place. HPTRMs exhibit extremely high tensile strength as well as superior interlock and reinforcement capacity with both soil and root systems. They stand up to the toughest erosion applications where high loading and/or high survivability conditions are required, including maintenance access, steep slopes, and and semi -arid environments, pipe inlets and outlets, structural backfills, utility cuts, potential traffic areas, abrasion, high-flow channels and/or areas where greater factors of safety are desired. Pyramat's superior characteristics provide a longer design life than our first and second generation standard TRMs, and meet the definition of HPTRM as defined by the U.S. EPA Storm Water Fact Sheet, "Turf Reinforcement Mats" (EPA 832-F-99-002) and FHWA FP -03 Specifications Section 713.8. FEATURES & BENEFITS ► A unique, patented matrix of pyramids formed with X3 fibers that gridlocks soil in place under unvegetated, partially vegetated and high-flow conditions ► Ideal for extended ultraviolet (UV) exposure, utility cuts, maintenance equipment traffic, pipe inlets and outlets and other high loadings ► X3 cross-sectional area for additional tensile strength, flexibility and seedling emergence ► Holds seed and soil in place on channels and slopes while vegetation grows ► Provides permanent reinforcement to enhance vegetation's natural ability to filter soil particles and prevent soil loss during storm events ► Promotes infiltration which leads to groundwater recharge ► Vegetation solution providing more pleasing aesthetics than conventional methods (i.e. rack riprap and concrete paving) ► Greater flexibility to maintain intimate contact with subgrade, resulting in rapid seedling emergence and minimal soil loss ► Can be used in and and semi -arid environments ► Completely interconnected yarns that provide superior UV resistance throughout the HPTRM ► Meets requirement of 5 mm' or less mesh size to prevent wildlife entanglement in any sensitive habitats W Superior product testing, performance and design life PYRAMAT® HPTRMs PRODUCT FAMILY TABLE Outperforms and is more cost- effective than conventional erosion control methods, including: ► targe rock riprap ► Grouted riprap ► Gabions ► Concrete paving ► Hard roadside shoulders ► Articulated concrete blocks ► Fabric formed revetments PR:- i-PEX I THE ADVANTAGE CREATORS'" Up to 50 yeers HI'IAMs Up to 25 years 2nd Generation tandloktlw" TAMS Up to 10 years ist Generation tandlok TAMS G E OSY NTH ETI C S 'Dmip We peRormance mar vary depending upon rrdd cor4iSa 6 and appication PYRAMATm HIGH PERFORMANCE TURF REINFORCEMENT MATS APPLICATION SUGGESTIONS FOR PYRAMATm HPTRMs W o IH:IV OR STEEPER N SHEAR STRESS = UP TO 15 Ib/ft2(718N/m3) x VELOCITY UP TO 25 ft/sec (7.6 m/sec) PERMANENT PYRAMATO $12,00.18.00/yd, 2.5 ANCHORS/yd2 $14.35 - 21.53/m2 3ANCHORS/m2 Y MODERATE waVEACT10N - 1-2 It m (30 - 60 cm) N � W ad U � PIPE INLETS & OUTLETS �r N ND1ES: 1. Installed cosi estimates range hom large to small projects acardingto material quantity. rhe estimates include material. Seed,10or and equipment. Costs wary greatly In different regions of the country. 2. For anchor sire and style, please see our HPIRM Installation Guidelines. KEY PHYSICAL PROPERTIES OF PYRAMATm HPTRMs ► Construction: Patented three-dimensional woven matrix makes it 10 times stronger than first generation TRMs, with performance unequaled in turf reinforcement. ► Tensile Strength: 4000 Ib/ft (58.4 kN/m) tensile strength meets U.S. EPA definition of a High Performance Tuff Reinforcement Mat. ► UV Resistance: Patented UV protection package provides superior resistance to the damaging effects of ultraviolet radiation. 'See Roper Engneerirg BalWns or EGDESIGN• software for more idwmatiarn PYRAMATO HPTRM PROPERTY TABLE' ENGLISH 6 METRIC VALUES TEST METHIt 13.5 Oz/yd2 MASS PER UNIT AREA ASTM D-6566 MARV 4559/0 THICKNESS ASTM D•6525 MARV 0.4 in 10.2 mm LIGHT PENETRATION ASTM D-6567 TYPICAL 10% COLOR VISUAL — GREEN,TAN TENSILE STRENGTH ASTM D-6818 MARV 4000 x 3000 Ib/f1 58.4 x 43.8 kN/m TENSILE ELONGATION ASTM D•6818 MaxARV 65% RESILIENCY ASTM D•6524 MARV 80% FLEXIBILITY/STIFFNESS ASTM D-6575 TYPICAL 0.534 in -Its 615000 mg -cm FUNCTIONAL LONGEVITY OBSERVED TYPICAL PERMANENT UV RESISTANCE' ASTM D•4355 MINIMUM 90% @ 6000 HOURS SEEDLING EMERGENCE' ECTC DRAFT TYPICAL 296% METHOD #4 ROLL V/IDTH MEASURED TYPICAL 8.5 It 2.6 in ROLL LENGTH MEASURED TYPICAL 90 ft 27.4 m 761b ROLLVIEIGHT CALCULATED TYPICAL 34 kg 85 yd' RDLL AREA MEASURED TYPICAL 71 ma NOTES: 1.1he listed property values are effective 06/2009 and are subject to change without notice. 2. MARV indicates Minimum Average Rail Value calculated as the typical minus two standard deviations. Statistically. it yields a 97,7% degree of cardidence that any sample taken during quality aswrance testing will exceed the reported value Maximum Average Roll Values (A1wW is calculated as typical plus two standard deviations. 3.Cafculated as percent increase in average plant biomass with tall fescue glass seed in sand 14 days after seeding versus a nwRECP protected control specimen. 4, An components must meet OV resisianco values. PYRAMAT° HPTRM PERFORMANCE VALUES ENGLISH & METRIC UNITS SHORT-TERM FUNCTIONAL LONGEVITYr VELOCITY ��l� PYRAMAT® PERMANENT 151b/ft2 251t/sec 101b/ri' 201Vsec 6.0-8.0 lb/It' 151t/sec 0.035 0.028 0.017 718 N/mt 7.6 msec 478 N/W 6.1 m/WC 285-383 N/mx 4.6 msec NOTES: 5. Maximum permissible sheat stress has been obtained through fully vegetated (70% to 1009E density) testing programs featuring specific soil types, vegetation classes. now conditions and failure criteria. Achieved after 1:4 weeps of vegetative establishment versus the industry standard of two full growing seasons. These conditions may not be rM- evam to every project nor are they replicated by other martefacurem Please contact Proper for further information. 6. Maximum permissible shear stress has been obtained through partially vegetated (30% to 70% density► testing p;ovams featuring specific soil typeS,vegeta[ion classes, now conditions and failure crileria.These conditions may not be relevant to every project not are they replicated by other manufacturers. Please contact Roper for further infornatipn. 7. Maximum permissible shear stress has been obtained through unvegeta•,ed (0% to 3D% density) testing programs featuring specific sail types, vegetation classes, liow conditions and failure wite4a.Thew conditions may not be relevant to every project nos ase they replicated by other manufacturers. Please coatact Roper for further information. For downloadable documents like construction specifications, installation guidelines, case studies and other technical information, please visit our web site at geotextile.com. These documents are available in easy-to-use Microsoft° Word format. P�r__ P X* I TWE ADVANTAGE CREATORS7" GEOSYNTHETICS Propex Operating Company, LLC PH: 423 899 0444 6025 Lee Highway, Suite 425 PH: 800 621 1273 PO Box 22788 FAX: 423 899 7619 Chattanooga, TN 37422 www.geotextile.com Gaoler', LandbM, Pyr Ml*. XO*. SuprrOrd. Palmmal' OW Peaaac` aro repurmed Vatlama,La of PM00, OPAmlirep COmpary. LLC. THIS PUBLICATION SHOULD NOT BE CONSTRUED AS EN13INEERING ADVICE. WHILE INFORMATION CONTAINED IN THIS PUBLICATION IS ACCURATE TO THE BEST OF OUR KNOWLEDGE, PROPER DOES NOT WARRANT ITS ACCURACY OR COMPLETENESS.THE ULTIMATE CUSTOMER AND USER OF THE PRODUCTS SHOULD ASSUME SOLE RESPONSIBILITY FOR THE FINAL DETERMINATION OF THE SUIT- ABILITY OF THE INFORMATION AND THE PRODUCTS FOR THE CONTEMPLATED AND ACTUAL USETHEONLY WARRANTY MADE BY PROPER FOR ITS PRODUCTS IS SET FORTH IN OUR PRODUCT DATA SHEETS FOR THE PRODUCT, OR SUCH OTHER WRITTEN WARRANTY AS MAY BE AGREED BY PROPER AND NNDIVIDUAL CUSTOMERS. PROPER SPECIFICALLY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, WARAANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PLIRPO$E. OR ARISING FROM PROVISION OF SAMPLES. A COURSE OF DEALING OR USAGE OFTRADE. LL -505 02009 Prppt. OPOrIIlinO CamPaaY, LLC 06108 RFP #4 1.3 P, ide Roll for Py,Pnrat High Pe,fe,manee Tuel Re l4fe,eement Mat Ito be used in she diversion and riprapdAch line west of —d-ataoul Ia. 3, Ruffalo Grass seed@ 3 lbs par 1000 spft lb, 31, Reps.. RIP AAP wish P- -at High Pesfprmanee Turf R,,W,,ep,aent Mal 1,676 SY 16.50 5 44,414.00 15.079 SF o.01 S 13,313.99 (1.676j SY 17,01) S L9.451.001 Sub Total S 30.135.99 G[ Gpsss (M,,hcad & P,,rk @ 10% $ 2,013.59 Total $ 30,909.58 A �sa� � ...... ". e�sa'r "' 8eo 11 -AIA Document G701Tld -- 2441 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 006 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 10/5/2015 ARCHITECT: ❑ Judge Cummings Road Fayetteville, Arkansas CONTRACTOR: ❑ TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 13144 FIELD: ❑ Crossland Construction Company, Inc. CONTRACT DATE: 'TBD PO Box 45 CONTRACT FOR: General Construction of Phase I of OTHER: ❑ Columbus, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Direcrives) 1. Please give us a price for mixing 4% cement content to an application rate of 28 lbs of cement per sq yd for treating 8" of subgrade for total cement treatment of 203 tons (price is Turrlkey which includes: Material hauling, mixing, compacting, layout) 16,615 SY@$10.00—$166,150.00. Sub Total $166,150.00 GC Costs (Overhead & Profit) ©10% $16,615.00 Total: $182,765.00 The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders $ -2,514,264.06 The Contract Sum prior to this Change Order was $ 9,274,098.13 The Contract Sum will be increased by this Change Order in the amount of $ 182,765.00 The new Contract Sum including this Change Order will be 5 9,456,863.13 The Contract'lime will be decreased by Zero (0) days. The date of Substantial Complction as of the date of this Change Order therefore is 492 calendar days. NOTE:'Ibis Change Order does not include changes in the Contract Sum, Contract'l'tme or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL'SIGNEO BY THE ARCHITECT, CONTRACTOR AND OWNER. Lose & Associates, Inc, Crossland Construction Company, Inc. City of Fayctte:viIIC ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) 1314 5's Ave N, Suite 200 Nashville '1' 7208 ODwS QBY Signa l e) -1 3 1 Sexton, Projeflt Manager (Typed name) Ia .?. Z, IC" DATE PO Box 45 113 W;Mount Columbus. ICS 66725 a viife, AK ADDRESS n ss If -v BY (Signature) rlyped name) go -1.19 DATE AIA Document G70111- - 2001. Copyright 0 1979. 1097, 2000 and 2001 by The American tnsdtula of ArchilecM All rights reserved. WARNING: ThI3 AIA* Document Is protecled by U.S. Copyright Law and International Treaties. Unauthorized reproductlanor distribution or thla Ale Document, or any portion of It, may reautt In severe civil and criminal pen allies, and will bo prosecuted to the maximum oxtont possible under tho low. This document was produced by AIA software at t4 M26 on 10107!2015 under Order No.3719866957 1 which expires on 0510612016, and is not for resale. user Notes: (942351 Z03) e� 1A Document G709 - 2001 Work Changes Proposal Request PROJECT (Name and address): Fayetteville Regional Park OWNER (Nance and address) City of Fayetteville Parks FROM ARCHITECT (Name and address): Lose & Associates, Inc. 1314 5'h Ave. North, Suite 200 Nashville, TN. 37208 TO CONTRACTOR (Name and address): Crossland Construction Company Attn: Dion Hall 1800 S. 52nd Street Suite 410 Rogers, Arkansas 72758 PROPOSAL REQUEST NUMBER: 005 DATE OF ISSUANCE: 8. 18.2015 CONTRACT FOR: General Construction CONTRACT DATE: 3.12.2015 ARCHITECT'S PROJECT NUMBER: 13144-2 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: FIELD: ❑ OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Zero (0) days, the Contractor must submit this proposal or notify the Architect, in writing, of the dale on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Please give its a price for mixing 4% cement content to an appliation rate of 28lbs of cement per sq yrd. for treating 8° of subgrade for a total cement treatment of 203 tons. ATTACHMENTS (List attached documents that support description): NIA REQUESTED BY H C (Sid, rc�tut John F. Sexton (Printed name and title) AIA Document G7091 —2001. Copyright ® 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorixod reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:38:02 on 08I18t2015 under Order No.3719888957_1 which expires on 05105f2016, and Is not for resale. User Notes: (1364092237) RFP #5 Description Qty Unit Unit Price Total 1 Please give us a price for mixing 4% cement content to an appliaction rate of 28 lbs of cement per sq yd. for treating 8" of subgrade for total cement treatment of 203 tons 16,615 SY 10.00 $ 166,150.00 (Price is Turnkey which Includes: Material Hauling, Mixing, Compacting, Layout( Sub Total 5 166,150.00 GC Costs (Overhead & Profit) @ 30% 5 16,615.00 Total $ 182,765.00 •— Document G-701""-2001 Change Order PROJECT (Name andaddress): Fayetteville Regional Park, Phase I Judge Ctunmin&v Road Fayetteville, Arkansas TO CONTRACTOR (Name and address).- Crossland ddress):Crossland Construction Company, Inc PO Box 45 Columbus, KS 66725 CHANGE ORDER NUMBER: 007 DATE: 101512015 ARCHITECT'S PROJECT NUMBER: 13144 CONTRACT DATE: 'I'BD CONTRACT FOR: General Construction of Phase I of Fayetteville Regional Park OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (hrchde, where appllrable, any undisputed amount ar/rlbulable to previously executed Construction Change Directives) 1. Please give us a price per ton to place 6" of base stone to cover the Northeastern soccer field along the Old Judge Cummings Road that was discussed in the last on-site meeting }told on August 27"s. 'rhe area is approximately 275' long x 14' wide at a depth of 6". Also included is the. installation of temp pipe: 435 SY @ $6.08 = $2,644.80. 91 In addition to the base stone on the road the following ramps were needed to be installed rnr crossing the storm sewer installed for the project. East Temp Crossing: 350 Yl) @ $3.70 = S 1,295.00 West. 1'emp Crossing: 170 YD ©113.70 = $629.00 Additional rock: 600 SY © $6.08 = $3,648.00 Sub Total $8,216.80 GC Costs (Overhead & Profit) 2 10%=$821.69 Total: $9,038.4$ '11c original Contract Sum was $ 11,788,367-19 7'he net change by previously.authorized Change Ordcrs $ -2,331,499.06 The Contract Sum prior to Utis Change Order was $ — 9,456,863.13 The Contract Sum will be inarased by this Change Ordcr in the amnnmt of $ 9,038.4$ 'rhe new Contract Sum including this Change Order will be $ 9,465,90.1.61 'rbr Contract lime will be decreased by 7-cro (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. NDTE: 'Phis Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Cunstructiun Change Directive until the rA)S1 and tittle have been ettgreed upon by both the Owner and Contractor, in which case a Catange Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER, Lose Ra Associates, frac. Crossland Construction Company, Inc._ City of Fayetteville_ ARCHITECT (C'irrn name) CONTRACTOR (1'rrun frame) OWNER (Firm numr) 1314 5't' Ave Suit PO Box 45 113 West ountain Street 6lashv' Tr' 7208 C'011tl,lbus, KS 66725 Fayette e, AK 7 AD D�Sq ADDRESS A 8: A- .�-C '7 _ N .x_./ tet. Chrls.Camp, President /0- DATE o-DATE (Typed name) 10.1.iS DATE AIA oocumont G701 m - 2001. Copyright 01070, 1087, 20CIO and 2091 by Tho American Institute of Architects. All rights reserved. WARNING: This Ale Oacumenl Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this A10 Ooeument, or any pardon of it, may result In sovers civil and criminal penalties, and vrlit be prosecuted to the maximum extent possible under the law. This detxarlent was produced by AIA software at 17:04:44 on 10107rto15 under Order N0,3719809571 which expires on 05108170111, and Is not for resai0. User Notes: (I 146376307r) Slafl-AIA Document G709 rra -2001 Work Changes Proposal Request PROJECT (Name and address): Fayetteville Regaional Park OWNER (Name and address): City of Fayetteville Parks FROM ARCHITECT (Nance and address): Lose & Assoicates, Inc. 1314 5rh Ave. North, Suite 200 Nashville, Tennessee 37208 TO CONTRACTOR (Name and address): Crossland Conduction Company Attn: Dion Hall 1800 S. 52°d Street Suite 410 Rogers, Arkansas 72758 PROPOSAL REQUEST NUMBER: 006 DATE OF ISSUANCE: 8.31.2015 CONTRACT FOR: General Construction CONTRACT DATE: 3.12.2015 ARCHITECT'S PROJECT NUMBER: 13144-2 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: 2 FIELD: ❑ OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Zero (0) days, `he Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description ofthe Work): Please give us a price per ton to place 6"of base stone to cover the Northeastern soccer field along the portion of Old Judge Cummings Road that was discussed in the last on-site meeting held on August 27h. This area is approximately 275' long x 14' wide at a depth of 6". Also included in this price would be the installation of temporary pipe, in the low portion of Old Judge Cummings Road. ATTACHMENTS (List attached documents that support description): John F. Sexton (Printed name and title) AIA Document G709 T" —2001. Copyright* 1993 and 2001 by The American Inslitute of Architects. All rights reserved. WARNING: This Ale Document Is protocled by U.S. Copyright Law and International Treatles. Unauthorized reproduction or distribution of this AIA° Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosocutod to the maximum extent possible undor the law. This document was produced by AIA software at 16:13;11 on 08131/2016 under Order No.3719868957 1 which expires on 0510512016, and is not for resale. User Notes: (1515603049) RFP #6 Description Qty Unit Unit Price Total 1 Please give us a price per ton to place 6" of base stone to cover the Northeastern soccer field along the old Judge Cummings Road that was disscussed in the last on-site meeting helf on August 271h. This area is approximately 275' long x 14' wide at a depth of 6" . Also included is the installation of temp pipe. 435 SY 6.08 $ 2,644.80 • In addition to the base stone on the road the following ramps were needed to be installed for crossing the storm sewer installed for the project. East Temp Crossing 350 YD 3.70 $ 1,295.00 West Temp Crossing 170 YO 3.70 $ 629.00 Additonal rock 600 SV 6.08 $ 3,648.00 Sub Total FS 8,216.80 GC Costs (Overhead & Profit) @ 10% S 821.68 Total $ 9,038.48 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 414-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3rd day of March, 2015. APPROVED: Lrou'10021IR"i"M Ill N1 • ATTEST: By: AAA. -I, &- SONDRA E. SMITH, City Clerk/Treasurg 1 =;FAYETTEVILLE•; u— ti Alison Jumper Submitted By City of Fayetteville Staff Review Form Cly �i 2015-0547 Legistar File ID N/A City Council Meeting Date - Agenda Item only N/A for Non -Agenda Item 11/18/2015 . Parks & Recreation / _ Parks & Recreation Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of change order nine to contract #2359 with Crossland Construction for a contract increase in the amount of $20,900 for irrigation changes. Budget Impact: 2250.9255.5806.00 Parks Development Account Number Fund '02002.9000 Regional Park Project Number Project Title Budgeted Item? No Current Budget $ 9,287,338.00 Funds Obligated $ 8,777,215.86 Current Balance $ 510,122.14 Does item have a cost? Yes Item Cost $ 20,900.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 489,222.14 V20ra0710 Previous Ordinance or Resolution # 56-15 Original Contract Number: 2359 Approval Date: UMM67,Y.z4ao6 Comments: 3 CITY OF aeevie ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning. Superintendent DATE: November 18, 2015 STAFF MEMO SUBJECT: Approval of change order nine with Crossland Construction for irrigation changes at the Regional Park RECOMMENDATION: Staff recommends approval of change order nine to contract #2359 with Crossland Construction for a contract increase in the amount of $20,900 for irrigation changes. BACKGROUND: Construction of the first phase of the Regional Park began in March of 2015 and is progressing on schedule. This phase of the park includes six soccer fields, four baseball fields, two concessiontrestroom buildings, great lawn, utilities, roads and parking. The majority of the utilities and road base have been constructed as well as the baseball and soccer fields. Temporary grass will be established this winter and final turf grass on the fields will occur in the spring. DISCUSSION: A change in the irrigation design in necessary to obtain an acceptable watering window for all fields. Water demands are such that a looped system is required. The original design included two meters tied to one backflow preventer, however to accomplish the looped system, the meters need to be separated and an additional backflow preventer, hotbox and pipe is needed. BUDGETISTAFF IMPACT: Total cost for the irrigation changes is $20,900. This amount is available in the project contingency, leaving a balance of $501,010. Attachments: Resolution 56-15 Change Order No. 9 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3rd day of March, 2015. APPROVED: ATTEST: L,/'LION J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurjr, rrrrrrir,� 'G1TY pFysG,� ^C-); FAYETiEVILLE: i,���Ni TON, N 0%, ,``�� ' Document G701TM - 2001 Change Order PROJECT (Name curd ad&=): CHANGE ORDER NUMBER: 009 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: I I/IOno 15 Judge Cummings Road ARCHITECT: ❑ Fayetteville, Arkansas CONTRACTOR: ❑ TO CONTRACTOR (Name and aces): ARCHITECTS PROJECT NUMBER: 13144 Crossland Construction Company, Ina CONTRACT DATE: TEDD FIELD: ❑ PO Box 45 CONTRACT FOR: General Construction of Phase I of OTHER - Columbus. KS 66725 Fayetteville Regional Perk THE CONTRACT IS CHANGED AS FOLLOWS. (Include. where appllrable, any undlsptaed omount arfribldable fa previously a rwured Connruction Chmtge D&rwdvm) 1. Price for soccer field Irrigation changes, -Add 2.5e RP'L and hot box -Add 4001.E 3" pipe Total: $20,900.00 •fhe original Contract Sum was = 11 788 362.19 The net Change by previously authorized Change Orders ; -1,607,007.58 The Contract Sum prior to this Change Order was ; 10,181,354.61 _ "]he Contract Sum will be i=eased by this Change Order in the amount of $ 20,900.00 The new Contract Stan including this Change Order will be f 10,242 254.61 The Contract T-trae will be unchanged by Zero (0) days. lMe date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days, NOTE: This Change Order dots not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Prix which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to ntpersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Losc & Assodatm. Inc. Crossland Construction COMPMW, Inc Cit of Fayetteville ARCHITECT (Firm cram) CONTRACTOR (Firm name) OWNER (Firm nam) 1314 5"' Aver , 5u 200 PO Hex 45 It 3 West Mountain Street Nashvi Columbus KS 66725 F AK ADDRESS S' �.: rte► Y BY (Signartfre) Jo ;Cxtort,Project Manager Olow AAt-1. Fkvjrr&r MAAih6,fv U/ (7)Wd name) (7)wd name) (T ) Nov, le, 2015 II•I?.t5 j) -d"q— I5 DATE j DATE DATE -- AIA Ooeu'"ent G701" - 2001. CopyrW O 1979. 19g7, 2000 and 21301 by The American hatltute of Archilecb. AN rlptge reserved, WARNING, This AIA' 00cument b protected by U.S. Copyright Lew and international Treaties. Unauthorized reproduction or WMrtbutlon of Ihls AtAa Document, or any portion of It, may result In severe clyll and utminal pen attles, and will be prosecuted to the maximum extent possible under the taw. This rim rLa and was produced by A1A sofbaere at 11:03:22 on 1 ttl (MA 1 S under I]rder No. 371986US7 I which expires on Ob106r2016, and b not for metals. Use mss' (1735609092j .‘on C,od Co4tuc City of Fayetteville Staff Review Form 9D kip 2016-0175 56-15 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Alison Jumper 3/28/2016 Parks & Recreation/ Parks& Recreation Department Submitted By Submitted Date Division/ Department • Action Recommendation: Staff recommends approval of change order ten to contract#2359 with Crossland Construction for a net contract increase in the amount of$146,612 for changes in earthwork, lighting, baseball features, sewer system and the addition of data conduit Budget Impact: 2250.9255.5806.00 Parks Development Account Number Fund '02002.9000 Regional Park Project Number Project Title Budgeted Item? No Current Budget $ 5,455,338.00 Funds Obligated $ 4,974,089.39 Current Balance $ 481,248.61 Does item have a cost? Yes Item Cost $ 146,612.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 334,636.61 V20140710 Previous Ordinance or Resolution # 56-15 q fI Original Contract Number: 2359 Approval Date: d-.+-h—l111 Comments: • CITY OF Fãëttvil1e STAFF MEMO ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning Superintendent DATE: March 30, 2016 SUBJECT: Approval of change order ten with Crossland Construction for changes at the Regional Park RECOMMENDATION: Staff recommends approval of change order ten to contract#2359 with Crossland Construction for a net contract increase in the amount of$146,612 for changes in earthwork, lighting, baseball features, sewer system and the addition of data conduit. BACKGROUND: Construction of the first phase of the Regional Park began in March of 2015 and is progressing on schedule. This phase of the park includes six soccer fields, four baseball fields, two concession/restroom buildings, great lawn, utilities, roads and parking. Earthwork, utilities, road • base, curb and gutter and sidewalks have been constructed as well as the baseball and soccer fields. Landscaping is underway as well as the site and sports lighting, fencing and building construction. DISCUSSION: Changes during construction over the past few months have resulted in needed credits and additions to the contract which are detailed below: Credits: 1. Mass grading in lieu of rock removal $(117,040.00) 2. Sports lighting credit $ (40,000.00) 3. Removal of trash cans $ ( 4,797.00) 4. Removal of soccer goals $ (16,740.00) Subtotal credits $(178,577.00) • Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Additions: A 1. Undercut of poor soils $230,888.00 • 2. Addition of trench drain at level spreader $ 3,528.80 3. Data conduit at road crossings $ 21,958.30 4. Drip field topsoil and curtain wall $ 18,700.00 5. Clay bricks under batters boxes • $ 4,945.00 6. Jox Boxes $ 6,830.00 7. General Contractor's allowed overhead $ 1,175.50 and profit on items 5 and 6. 8. Street lighting foundation modification $ 23,304.60 9. Street lighting pole modification $ 13,859.24 Subtotal additions $325,189.44 Total $146,612.44 Rock was anticipated to be encountered onsite; however it was not, allowing the contractor to use standard grading equipment, resulting in a savings. The number of light fixtures for the baseball fields was able to be reduced and the pegs and cages on the poles for maintenance access were eliminated, resulting in savings. The lighting manufacturer will maintain the lights for 25 years and will access with lifts. Additionally, Parks and Recreation will provide our standard trash can for the site, soccer goals were purchased with a grant, allowing these items to be subtracted out of the contract. A price of$28.00/cy for excavation was included in the bid in the case poor soils were encountered on site. Approximately 8,246 cy of poor soil was encountered and needed to be.removed resulting in a cost of$230,888. A change to one of the level spreader drainage features was needed to eliminate permanent ponding. Data conduit was decided to be added to the park. The majority of this work was done by Parks Maintenance crews to save money; however it was necessary for Crossland to construct the portions crossing roads and parking areas. Changes to the on-site sewer treatment facility were required by the Arkansas Department of Health for approval. The addition of batters boxes on the four baseball fields was necessary to accommodate the level of use the fields will get and will reduce the amount of routine maintenance needed. Lastly, modifications to the street light poles and foundations were needed to meet the current code requirements for wind loading. • BUDGET/STAFF IMPACT: Total cost increase for the changes is $146.612.44. This amount is available in the project contingency, leaving a balance of $333,498. Attachments: • Resolution 56-15 Change Order No. 10 2 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of$528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3rd day of March, 2015. APPROVED: ATTEST: y: .�� . -- By: }Y�dh�/ia �. la - • LI N Or AN, Mayor SONDRA E. SMITH, City Clerk/Treasurgr K•/'T 9 ",, -01 :FAYETTEVILLE: %9J 7t9I0INSP 'J • Irl„ to Document G701TM — 2001 Change Order PROJECT(Name and address): CHANGE ORDER NUMBER:010 OWNER: ❑ Fayetteville Regional Park, Phase I DATE: 03.08.2016 ARCHITECT:0 Judge Cummings Road Fayetteville,Arkansas CONTRACTOR: 0 TO CONTRACTOR (Norrie and address): ARCHITECT'S PROJECT NUMBER: 13144 FIELD: 0 Crossland Construction Company, Inc. CONTRACT DATE:TBD PO Box 45OTHER:0 CONTRACT FOR: General Construction of Phase I of Columbus, KS 66725 Fayetteville Regional Park THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable,any undisputed amount attributable to previously executed Construction Change Directives) Project credit: I. Mass grading in leiu of rock removal $(117,040.00) 2. Sports lighting credit $(40,000.00) 3. Removal of trashcans(RFP#9) S(4,797.00) 4. Removal of soccer goals(RFP#9) $(,740.00) Credit subtotal $(178,577.00) Protect additions: I. Undercutting,poor soils(8246cy x$28.00cy) $230,888.00 2.Addition of trench drain at level spreader $3,528.80 3. Data conduti and road crossings $21 958.30 4. Drip field topsoil and curtain wall additions $18,700.00 5.Addition of clay bricks under batters boxes (RFP#9) $4945.00 6. Addition of lox Boxes (RFP#9) $6830.00 6.GC cost (RFP#9) $1,175.50 7.Street lighting foundation modification 523 304.60 8. Street lighting light pole modification $$3 859.24 Addition subtotal $325189.44 Total 5146,612.44 The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders $ -1,586,107.58 The Contract Sum prior to this Change Order was $ 10,202,254.61 The Contract Sum will be increased by this Change Order in the amount of $ 146612.44 The new Contract Sum including this Change Order will be $ 10,348,867.05 The Contract Time will be unchanged by Zero(0)days. The date of Substantial Completion as of the date of this Change Order therefore is 492 calendar days. NOTE:This Change Order does not include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. AIA Document G701'•-2001.Copyright®1979, 1987.2000 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AIA' Document Is protected by U.S.Copyright law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of It,may result In severe chill and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 17:06:40 on 03/23/2016 urder Order No.3719868957_1 which expires on 05105/2016,and is not for resale. User Notes: (1447904857) NOT VAUD UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. Lose&Associates,Inc. Crossland Construction Company,Inc. City of Fayetteville ARCHITECT(Arm name) CONTRACTOR(Firm name) OWNER(Firm name) 1314 5th Ave N,Suite 200 PO Box 45 / 113 West j ountain Street Nashville,TN 37208 Columbus,K ,. z'/ Fa ettev' I AK ajl I A RDQRE$$ ADD�Sg ADl,•.,.; BY( nature) ('70. r (-gnaturr John Sexton,Project Manager /0" - / a/7 •. I • b (Typed name) (Typed name) (Typed name) -1-3. 70(7.0 3.25.70 yca, //g/i DATE DATE DAT • • • AIA Document 0701`"-2001.Copyright Ci 1979,1987.2000 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AlA Daemon'Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAe Document,or any 2 portion of IL may result In severe civil and criminal penalties,and will bo prosecuted to the maximum extent possible under the law.This document • was produced by AIA software at 17:06:40 on 03/2312016 under Order No.3719868957_1 which expires on 05/05(2016.and is not for resale. User Notes: (1447904857) Mass Grading in Lieu of Rock Removal Description Qty Unit Unit Price Total Bid Line Item 092,is for 76,000 cy of Rock Removal at a cost of$5.24 per cy.We have completed the mass grading of the site and did not encounter any rock.In lieu of rock we removed 76,000 cy of dirt.Line item 002 is for Mass Grading at a cost of$3.70.We offer a deductive change order for the rock removal and a change for the mass grading. Rock Removal,Line Item 092 -76,000 CY 5.24 $ (398,240.00) Mass Grading,Line Item 002 76,000 CY 3.70 $ 281,200.00 Sub Total $ (117,040.00) GC Costs(Overhead&Profit)@ 10% $ - Total $ (117,040.00) Sports Lighting Credit Description qty Unit Unit Price Total The fixture count on the Musco sports lighting package was reduced by.The climbing pegs and baskets were also removed from the light poles.The Musco Maintenance package was added in the contract. The breakdown for this change is as follows; Baseball 1 LS -14,864.00 $ (14,864.00) Soccer 1 LS -21,500.00 $ (21,500.00) • Sub Total 5 (36,364.00) GC Costs(Overhead&Profit)@ 10% $ (3,636.00) Total $ (40,000.00) T .' IA Document G709T" — 2001 Work Changes Proposal Request PROJECT(Name and address): PROPOSAL REQUEST NUMBER:009 OWNER:❑ 13144 Fayetteville,Ark rz DATE OF ISSUANCE: 12.09.2015 ARCHITECT: CONSULTANT:El OWNER(Name and address): CONTRACT FOR: General Construction City of Fayetteville Parks CONTRACTOR:El CONTRACT DATE: 3.12.2015 FIELD:❑ FROM ARCHITECT(Name and ARCHITECT'S PROJECT NUMBER: 13144-2 OTHER:❑ address): Lose&Associates,Inc. 1314 5th Ave.North,Suite 200 Nashville,Tennessee 37208 TO CONTRACTOR(Name and address): Crossland Construction Company Attn: Dion Hall 1800 S. 52nd Street Suite 410 Rogers, Arkansas 72758 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein.Within Zero(0)days,the Contractor must submit this proposal or notify the Architect, in writing,of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER,A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION(Insert a written description of the Work): -Price for installation,materials,labor,etc. for 172 sqft.of Un-fired clay bricks by Diamond Pro for batters boxes and pitchers mounds for all the baseball fields. -Price for installation,materials,labor;etc. for Jox Boxes by On Deck Sports for all batters boxes in baseball complex. Remit FE7177(Original Jox Box),two 4'x 8'panels per field. -Delete all soccer goals and trash cans from project,the city will purches their extra's. ATTACHMENTS(List attached documents that support description): -See attached detail provided by Lose&Associates -See attached website link to ondecksports.com \�E-QUESTED BY THi TECT: -John F.Sexton (Sig ature) (Printed name and title) • AIA Document G709i°—2001.Copyright®1993 and 2001 by The American Institute of Architects.All rights reserved.WARNING:This AIA° Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA° Document,or any portion of it, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 13:20:15 on 12/10/2015 under Order No.3719868957_1 which expires on 05/05/2016,and is not for resale. User Notes: (1482127185) Ywwk GM V rvw IP- ,(1. C/IrLanne DRAFT AIA Document G709'T 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 009 OWNER: 0 13144 Fayetteville,Ark ARCHITECT: DATE OF ISSUANCE: 12.09.2015 El —GONSUL=TANT:❑� OWNER(Name and address): CONTRACT FOR: General Construction City of Fayetteville Parks ICONTRACTOR:' CONTRACT DATE:3.12.2015 I FIELD: 0 FROM ARCHITECT(Name and ARCHITECT'S PROJECT NUMBER: 13144-2 OTHER:0 address): Lose&Associates, Inc. 1314 5th Ave.North, Suite 200 Nashville,Tennessee 37208 il TO CONTRACTOR(Name and i address): _- i Crossland Construction Company s Attn:Dion Hall M..-e 1800 S. 52nd Street Suite 410 ... ` Rogers,Arkansas 72758 ,.. ”s- r w. I Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed`modifications to the Contract Documents described herein. Within Zero(0)days,the Contractor must submit this-proposal r- f notify the Architect, in writing,of the date on which proposal submission is anticipated. "-..„. THIS IS NOT A CHANGE ORDER,A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. ; "--" .y1 ( er DESCRIPTION (Insert a written description of the Work): -Price for installation,materials,labor, etc. for 172 sqft. of Un-fired clay bricks by Diamond Pro for batters boxe" s and pitchers mounds for all the baseball fields. -Price for in tallation, materials, labor,etc. for Jox Boxes by/n click/ports for all batters boxes in-baseball complex. t # 1FE7177(Original Jox Box), two .r'-4'x 8'panels .et e L.p 1 -- _.._,r. Pe 641 So C.-r�9�s ar...i ,441, a--1 -.. ?'°3`47 'Mt ,-.74-1v-:L( evni c.rr ATTAC MENTS (List attached dbbuments that support description): 1 -See attached detail provided by Lose&Associates %'`✓f '‘ -See attached website link to ondecksports.com 1! REQUESTED BY THE ARCHITECT: John F. Sexton (Signature) (Printed name and title,) AIA Document 0709 - 2001. Copyright 0 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Liv and International Treaties. Unauthorized reproduction or distribution of this AtA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the 1 law. This draft was produced by A1A software at 09:52:42 on 09/29/2015 under Order No.3719868957_1 which expires on 05/05/2016, and is not for resale. User Notes: 111799290191 • RFP#9 Description Qty Unit Unit Price Total Price for installation,materials,labor,etc.for 172 soft.Of Un-fired clay bricks by Diamond Prr 1 E5 4,945.00 5 4,945.00 for batters boxes and pitchers mounds for all the baseball fields Price for installation,materials,labor,etc.for lox Boxes by On Deck Sports for all batters boas: 1 15 6,830.00 $ 6,830.00 in the baseball complex.Items FE7177(Original lox Bax),two 4'aS'panels per lisle Delete all soccer goals 6 Pair .2,790.00 S (16,740.00) Delete all trash cans12 EA -399,75 $ (4,797.00) Sub Total I5 19,762.0011 GC Costs Overhead&Prolitl @ 10% I$ 1,177.501 Total $ (8,584.50) BACKFILL WITH MATERIAL FROM INITIAL I EXCAVATION. MOUND/HOMEPIATE CLAY BY DIAMOND PRO OR APPROVED EOUAL. -UN-FIRED CLAY BRICKS BY DIAMOND PRO OR APPROVED EOUAL. i i SECTIO \ I 10•_5" • NOTES: / 48" , 29" 48" 16" 32' 6" 1T 6'. 32" 76" EXCAVATE 3" & SET BRICKS IN PLACE. =_� -32" x 60" BRICK WATER LIGHTLY & TAMP � �s "ter ;:,; WEAR PAD DOWN. ADJUST UNTIL y� 7. l -J .f,4'; BRICKS ARE LEVEL. �/ 1r/ eanERs BOX FILL REMAINING AREA -;_ _ .*‘;'t24.7d WITH SPECIFIED CLAY „+— BACKFILL. – u, --i 32" X 48" BRICK " /''-2'"'� WEAR PAD In -1 _ m N .Z_S ._ //" 'LI n f ; ,7�' �— CATCHER'S BOX m 6: -mctimS Rumm 4 C.2— -B'x 2e BRICK WEAR PAD 2.5"I 43" 2.5" r— _. . ... ..+ PITCHERS RUBBER (SOFTBALL ONLY) HOME PLATE LAYOUT PARKS AND RECREATION DATE CATEGORY DTL. NUMBER 11/5/10 Athletic Complexes 2.1k DESIGN STANDARDS GiYINNETT COUNTY, GEORGIA BALLFIELD WEAR PADS FILE NAMEweorpads.dwg SCALE: N.T.S. Additional Undercut Description Qty Unit Unit Price Total While cutting in and bringing the roadway to grade,we encountered unsuitable soil conditions. it was determined to remove those unsuitable soils and backfill with suitable materials. We had a bid day price of$28 per cubic yard for undercut. 8246 CY 28.00 $ 230,888.00 Sub Total $ 230,888.00 GC Costs(Overhead&Profit)@ 10% $ - Total $ 230,888.00 Dion Hall From: Chris Camp <ccamp@loseassoc.com> Sent: Wednesday, January 06, 2016 11:53 AM To: Dion Hall;John Sexton;Jumper, Alison Subject: change orders Dion We are trying to complete the next change order and tie up all the loose ends. 1 have reviewed undercut totals that Grubbs and Colby have sent me. Grubbs total is 8559.53 cubic yards and Colby's total is 8246 cubic yards. If you will agree to 8246 we will include this amount in the next change order at 28 dollars per cubic yard for a total add of 230,888. Other items we will include in next change order include: Sports Lighting Credit of$41,000 Trash Can Credit of$4,797 Soccer Goal Credit of $16,740 Two 4' curb extensions $2,406 We need pricing for the following: RFI 9 for baseball Jox Boxes Cost to for data conduit roadway crossings (we will send formal RFI on this one) Also once we have approved septic system we will have to review pricing for the system. Can you think of any other outstanding items? Chris Chris Camp,ASLA ' President Lose & Associates, Inc. 1314 5th Ave, North Nashville, Tennessee 37208 61.5-242-0040 (p) 615-242-1405 (f) 615-390-4366 cell Celebrating our 31st Anniversary Check Us Out! • loseassoc.corn facebook.corn/loseassoc twitter.corn/loseassoc PRIVILEGED AND CONFIDENTIAL: This electronic message and any attachments are confidential property of LOSE & ASSOCIATES, INC. The information is intended only for the use of the person to whom it is addtcssed. Any other interception, copying, accessing, or disclosure of this message is prohibited. If you have received this message in error, please immediately notify LOSE & ASSOCIATES, INC'., and purge the message received. Do not forward this message without permission. 1 French Drain at Level Spreader Description DN Unit Unit Price Total Install french drain at level spreader.This french drain runs from Storm Structure at ST.2241 58 Lf 38.00 $ 2,204.00 to level spreader.This includes 58 of road crossing,32 if non road crossing.4'pipe 32 IS 22.00 $ 204.00 (both preferated and solid)and core drilling storm structure. 1 Core Drill 300.00 $ 300.00 • Sub Total I S 3,208.00 I GC Costs(Overhead&Profit)@l0% I$ 320.80I Total $ 3,528.80 • Install 4" conduit for Cox Communications Description qty Unit Unit Price Total Price to install two 2'conduit at two road crossings,across the baseball parking lot and from the property line to Cato Springs Road.This cost Includes but not limited to equipment,conduit,put bores,full depth backfill at road crossings. Breakout is as follows: Labor 1 LS 7,150.84 $ 7,150.84 2'PVC(Pipe.Couplings,90,) 2100 LF 1.80 5 3,960.00 15+30+30 Pull Flew/Precast 4 EA 750.00 $ 3,000.00 4'a 3'Deep Trench Full Depth 275 TN 12.75 5 3,506.25 Equipment(Backhoe,Compactor,Trenched 1 LS 2,345.00 $ 2,345.00 • Sub Total 15 19,962.091 GC Costs(Overhead&Profit)O)10% $ 1,996.21 Total $ 21,958.30 0 0 8 g 0 0 N N b m a8 8 O ry 8 0 N u .- Y d LL a o • c ro ro o = c•_ r _ u' -o 3 8 c m = a _ 4-) = 0 o e< e Street Light Pole Foundation Redesign Description Qty Unit Unit Price Total Sheet E5.0 shows the pole base light fixture detail.There is a statement"Pole base shown for biding purposes.Contractor shall submit pole base design suitable for local conditions and approved by structural engineer with lighting submittals."This detail shows the pole base 5'-0"below grade. This is the dimension that was priced.Since that bid day,we have received a new detail showing the pole base to be 10'-C below grade.There was not sufficient information on bid day to account for the depth of 10'40".We feel that we are deserved a change order for the difference in depth. Bid Day Price for 52 total S'-0"deep pole base with 6"above grade was 5458 per base. The current detail will increase costs due to the following; Drilling-Bid day plan drill attachment on skidsteer.Now we have to use a drill rig 58 EA 125.00 $ 7,250.00 Reinforcing-Material cost will double 1.8 TN 720.00 $ 1,296.00 Concrete-Material cost will double 72 CY 95.00 $ 6,840.00 Remove excess spoils(Equipment and Labor) 1 LS 5,800.00 $ 5,800.00 This price reflects the 6 poles that were added on Judge Cummings Road Sub Total $ 21,186.00 • GC Costs(Overhead&Profit)@ 10% $ 2,118.60 Total $ 23,304.60 L - n 0 t I ' • • 9 POLE FOUNDATION NOTES: 1. FC = 3000 PSI. 2. ASTM A615 - GRADE 60 REBAR 3. FOUNDATION DESIGN BASED UPON AN ALLOWABLE PASSIVE PRESSURE OF 1500 PSI AND NEGLECTING THE TOP TWO FEET OF SOIL. Site Light Pole Changes Description Qty Unit Unit Price Total Price to change the pole thickness to meet the 120 mph wind requirement,per the electrical code. Electrical 1 LS 12,599.31 $ 12,599.31 Sub Total $ 12,599.31 GC Costs(Overhead&Profit)@ 10% $ 1,259.93 Total $ 13,859.24 Alison Jumper Submitted By City of Fayetteville Staff Review Form 2016-0314 Legistar File ID N/A City Council Meeting Date - Agenda Item only N/A for Non -Agenda Item 3/28/2016 Parks & Recreation / _ Parks & Recreation Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of change order eleven to contract #2359 with Crossland Construction for a net contract increase in the amount of $232,583. Comments Budget Impact: 2250.9255.5806.00 Parks Development Account Number Fund '02002 Regional Park Project Number Project Title Budgeted Item? No Current Budget $ 5,930,181.00 Funds Obligated $ 5,494,864.00 Current Balance $ 435,317.00 Does item have a cost? Yes Item Cost $ 232,583.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 202,734.00 V20140710 Previous Ordinance or Resolution N 56-15 Original Contract Number: 2359 n ' Approval Date: I - n H- 110 Comments Alison Jumper Submitted By CYoeeland, �or�-i' `or), a0 �►�- City of Fayetteville Staff Review Form 2016-0663 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/16/2016 Parks & Recreation / _ Parks & Recreation Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order Number thirteen to contract #2359 with Crossland Construction. Budget Impact: 2250.9255.520.5806.00 Account Number 02002.1 Project Number Parks Development Fund Regional Park Project Title Budgeted Item? Yes Current Budget $ 65,725.00 Funds Obligated $ 48,706.00 Current Balance I $ 17,019.001 Does item have a cost? Yes Item Cost $ 29,889.33 Budget Adjustment Attached? NA Budget Adjustment $ - Remaining Budget $ (12,87ii.33) V20140710 Previous Ordinance or Resolution # 56-15 Original Contract Number: 2359 Approval Date: ( A - acl - l u Comments: The cost of this change order will be covered by savings from asphalt line item. See attached memo. CITY OF Ta e e11� Y ARKAtVS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning Superintendent DATE: December 16, 2016 STAFF MEMO SUBJECT: Approval of Change Order thirteen to contract #2359 with Crossland Construction for the construction of the Regional Park RECOMMENDATION: Staff recommends approval of Change Order Number thirteen to contract #2359 with Crossland Construction. BACKGROUND:. The City of Fayetteville began constructing the first phase of the Regional Park in March of 2015 and completed the majority of the park in August this year. Change Order twelve was issued in July to add an additional parking lot containing approximately 82 spaces. Changes realted to the parking as well as wrap up of the main park cosntruction are detailed below in Change Order thirteen. DISCUSSION: Change Order thirteen is the final change order for the project and is needed to add required screening shrubs and irrigation for the additional parking lot, undercut poor soils found in the parking area, cover overhead and administrative costs for construction and reinstall parking signs. Additionally, this change order will credit back items that were incorrectly reflected in previous pay applications including road stabilization, curb and gutter and costs for resurfacing areas of the pavement that were damaged during construction. BUDGET/STAFF IMPACT: Total increase requested with Change Orders four- seven is $ 29,889.33 which will .be covered by savings from the asphalt surfer course line item that is not being fully utilized and will not be billed. Asphalt surface course savings: $98,028.63 Total Change Order 13: $29,889.33 Remaining: $68,149.30 Attachments: Resolution 56-15 Change Order No. 13 Change Order Detail Email from Crossland Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Jumper, Alison From: Dion Hall <dhall@crossland.com> Sent: Wednesday, December 07, 2016 10:40 AM To: Jumper, Alison; John Sexton Cc: Jana Galyean Subject: RE: Fayetteville Regional Park - Project Wrap Up Attachments: Combined Final Change Order.pdf Alison, Please find attached change order. Per our previous conversation, we can use the remaining money left in the Asphalt Line item for the parking lot to cover this change order. As of Parking Lot Pay Application #004. We have the following; Line Item 010: Asphalt Concrete Hot Mix Surface Course (Cost Remaining) $ 98,028.63 Combined Change Order Cost: $45,575.33 Remaining Balance that will remain Unbilled: $52,453.30 Please let me know what needs to happen. I would like to bill the final, final billing before the end of the year. Respectfully, VOKSTRUCTION C810AXT, INC. ,96r 11aff Project Manager Cell: (479) 847-6481 dhall(@crossland.com website: www.crosslandconstruction.com P ease consider the environment before printing this e-mail. From: Jumper, Alison [mailto:ajumper@fayetteville-ar.gov] Sent: Monday, December 05, 2016 8:28 AM To: Dion Hall <dhall@crossland.com>; John Sexton <jsexton@loseassoc.com> Cc: Jana Galyean <jgalyean@crossland.com> Subject: RE: Fayetteville Regional Park - Project Wrap Up Dion, we are working on all on the pay apps. I'd like to wrap all of the change orders into one'itemized change order. Could you please combine? Alison Jumper, PLA, ASLA Park Planning Superintendent City of Fayetteville, Arkansas 72701 T 479.444.3469 1 F 479.521.7714 Facebook I Twitter I Instaeram I YouTube Combined Final Change Order Description City Unit Unit Price Total CREDIT FOR MISCROSURFACING ASPHALT This change is for the Owner completing the Micro surfacing of the damaged asphalt roadway The area that is to be resurfaced runs from Cato Springs Road to the first roundabout on Judge Cummings Road. The area to be micro surfaced Is 33,178 SF. The price for Micro surfacing is ' $2.33 per SY. Micro surfacing 73,676.44 SY 2.33 5 (8,566.11) Additional Parking Lot Plants (After the Change Order was Issued( This change Is for the additional plantings and irrigation that was added to the new parking lot area after the change order for the new parking lot was finalized. Please refdr to the date of the Landscape Architect on the attached drawings. The date that was priced for the Approved Change Order is 5.12.16. The additional plants were added on set with the date of 7.6.16. 78 Each, 18 to 24 inch Shamrock Inkberry Holly Landscaping 1 LS 5 6,207.00 Irrigation 1 LS S 3.000.00 Reinstall "No Parking Signs" The "No Parking Signs* around the roadway were installed per the prints as being parallel with the drive lanes. At the request of the City, we removed and reinstalled the signs as being 45 degrees to the drive lanes. Rotate 23 Signs to Face 45 degrees to the Drive Lanes 23 EA 210.00 $ 4,830.00 Parking Lot Additional GC's Crossland submitted a request for six (6) additional weeks of overhead compensation for the extension of the contract past the original completion dale. The compensation that was requested was requested was $28,691.00. This amount was derived using a 7 day working wee& which equated to $683.12 per day. We executed Change Order 012 with the understanding that we be compensated $683.12 per day For every calendar day past the original completion date, not to exceed 528,691 Additional GC's 1 New Parking Lot Undercut This price is for undercutting the Northeast corner of the parking lot addition. The area to be undercut is 40 ft. x 165 ft. Per the recommendation by Grubbs after the proof roll was completed on 08.22.16. We will undercut the area approximately 18 inches in depth. We will use onsite material for the fill. The fill will be installed in two lifts; one 12 to 14 inch lift and the remainder will be the second lift. - Undercut 367 Standard Curb Credit in Lieu of Turndown Curb This price is providing a credit for the areas In the new parking lot in which a turndown curb was installed in lieu of standard curb. Standard Curb •165 _ laydown Curb 165 Credit for Mixing 4% Cement Treatment of Judge Cummings Road Change Order x006 was issued for 16,615 SY @10.00 per SY of Cement Treatment The actual area in which the cement treatment was used equaled 15,189 SY. A credit will be Issued for the difference in quantity of 1,426 SY LS 28,691.00 $ 28,691.00 CY 28.00 LF 11.96 IF 9.31 Cement Treatment 1426 SY 10.00 Sub Total GC Costs (Overhead S, Proftl @ 10% Total $ 10,276.00 5 11,973.401 5 1.536.15 $ (14,260.00) S 29,740.64 $ 148.69 $ 29,889.33 'A -j=-1A Document G701Tm - 2001 Change Order PROJECT (Name and address): Fayetteville Regional Park, Phase 1 Judge Cummings Road Fayetteville, Arkansas TO CONTRACTOR (Name and gddress): Crossland Construction Company, Inc. PO Box 45 Columbus, KS 66725 CHANGE ORDER NUMBER: 013 DATE: 12.15.16 ARCHITECTS PROJECT NUMBER: 13144 CONTRACT DATE: TBD CONTRACT FOR: General Construction of Phase 1 of Fayetteville Regional Park OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) Below is a combination of change orders to be applied to the project discription attached for additional clarification: Credit for Microsurfacing asphalt: ($8,566.11) Additional Parking lot plans: Landscaping $6,207.00 Irrigation $3,000.00 Reinstall Parking lot signs $4,830.00 Parking lot addiotional GC's $28,691.00 New parking lot undercut $10,276.00 Standard Curb Cedit in lieu of turndown curb ($1,973.40) $1,536.15 Credit for mixing 41/o cement treatment of Judge Cummings Road ($14,260.00) Sub total: $29,740.64 GC Cost:. $148.69 Total: $29,889.33 The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders $ -770,356.27 The Contract Sum prior to this Change Order was $ 11,018,005.92 The Contract Sum will be increased by this Change Order in the amount of $ 29,889.33 The new Contract Sum including this Change Order will be $ 11,047,895.25 The Contract Time will be unchanged by (0) days. The date of Substantial Completion as of the date of this Change Order therefore is (no change). NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. AIA Document G701 Tm —2001. Copyright @.1979,1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document Is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or dfWbution of this;AlA® Document, or any portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible,under4lie law. This document was produced by AIA software at 09:49:57 on 12/15/2016 under Order No.0482507861_1 which expires on 05/04/2017, and -is not for resale. User Notes: (1163278407) NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Lose & Associates, Inc. Crossland Construction Company, Inc. City of Fayetteville ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) 1314 5"' Ave N, Suite 200 Nashville, TN 7208 ADD R SS BYi ignatu John Sexton, Project Manager (Typed name) l2. 15 .2ol�b DATE PO Box 45 113 Columbus, KS 66725 ADDRESS ' I BY (Signature) (Typed name) 12.15.16 DATE red name) /a -d -6-i4' DATE AIA Document G7011" —2001. Copyright ©1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document Is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this Ale Document, orany 2 portion of It, may result in severe civil and criminal penalUes, and will be prosecuted to.the maximum extent possible under the law. This document was produced by AIA software at 09:49:57 on 12/15/2016 under Order No.0482507861_1 which expires on 05/04/2017, and is not for resale. User Notes: (1163278407) Standard Curb Credit in Lieu of Turndown Curb This price is providing a credit for the areas In the new parking lot in which a turndown curb was installed in lieu of standard curb. Standard Curb -165 LF Laydown Curb 165 LF Credit for Mixing 4% Cement Treatment of Judge Cummings Road Change Order 0006 was Issued for 16,615 SY @10.00 per SY of Cement Treatment The actual area in which the cement treatment was used equated 15,189 SY. A credit will be issued for the difference in quantity of 1,426 Sy Cement Treatment 1426 SY 1186 $ (1,973.40) 9.31 $ 1,536.15 30.01 $ (14,260.01)1 Sub Total GC Costs (Overhead & Profit; @ 10[6 $ 148.69 Total $ 29,869.33 Combined Final Change Order. i Description Qty. Unit : Unit Drice `. Total CREDIT FOR MISCROSURFACING ASPHALT I! This change Is for the Owner completing the Mlcro surfacing of the damaged asphalt roadway The area that is to be resurfaced runs from Cato Springs Road to the first roundabout on fudge •• Cummings Road. The area to be micro surfaced is 33,178 SF. The price for Micro surfacing is I $2.33 per SY. , Micro surfacing .3,676.44 SY 2.i3: t $. (8,566.111 Additional Parking Lot Plants (After the Change Order was Issued) ' This change is for the additional plantings and irrigation that was added to the new parking lot area after the change order for the new parking lot was finalized. Please refer to the date of the Landscape Architect on the attached drawings: The date that was priced for the Approved Change Order is 5.12.16. The additional plants were added on set with the date of 7.6.16. .. 78 Each, 18 to 24 inch Shamrock Inkberry, Holly Landscaping 1 LS �� ! $ 6,207.00 ' Irrigation _ 1 LS i S 3.010.00 ' Reinstall "No Parking Signs" The "No Parking Signs" around the roadway were installed per the prints , as being parallel with the drive lanes. At the request of the City, we moved and reinstalled the signs as being 45 degrees to the drive lanes. , Rotate 23 Signs to Face a5 degrees to the Drive Lanes 23 EA 210.b0 i I $ 4,830.00 ' Parking Lot Additional GC's - Crossland submitted a request for six (6) additional weeks of overhead compensation for the extension of the contract past the original completion date. The compensation that was ! requested was requested was $28,691.00. This amount was derived using a 7 day working weel which equated to $683.12 per day. We executed Change Order 012 with the understanding that we be compensated $683.12 per day for every calendar day past the original completion date, not to exceed $28,691 Additional GC's 1 LS 28,691.00 $ 28,691.00 New Parking Lot Undercut This price is for undercutting the Northeast corner of the parking lot addition. The area to be undercut Is 40 ft. x 165 ft. Per the recommendation by Grubbs after the proof roll was completed on 08.22.16. We will undercut the area approximately 18 inches in depth. We will use onsite material for the 011. The fill will be installed in two lifts; one 12 to 14 inch lift and the remainder will be the second lift. Undercut 367 CY 28.00 $ 10,276.00. Standard Curb Credit in Lieu of Turndown Curb This price is providing a credit for the areas In the new parking lot in which a turndown curb was installed in lieu of standard curb. Standard Curb -165 LF Laydown Curb 165 LF Credit for Mixing 4% Cement Treatment of Judge Cummings Road Change Order 0006 was Issued for 16,615 SY @10.00 per SY of Cement Treatment The actual area in which the cement treatment was used equated 15,189 SY. A credit will be issued for the difference in quantity of 1,426 Sy Cement Treatment 1426 SY 1186 $ (1,973.40) 9.31 $ 1,536.15 30.01 $ (14,260.01)1 Sub Total GC Costs (Overhead & Profit; @ 10[6 $ 148.69 Total $ 29,869.33 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council -of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section.3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3`d day of March, 2015. APPROVED: ATTEST: i y. - — By LI N J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurif `°° ARK•/ 7RFr'% =0: FAYETTEVILLE -�- �� 'mss, AKA N�,P J��• Ise Standard Curb Credit in Lieu of Turndown Curb This price is providing a credit for the areas In the new parking lot in which a turndown curb was installed in lieu of standard curb. Standard Curb -165 LF Laydown Curb 165 LF Credit for Mixing 4% Cement Treatment of Judge Cummings Road Change Order 0006 was Issued for 16,615 SY @10.00 per SY of Cement Treatment The actual area in which the cement treatment was used equated 15,189 SY. A credit will be issued for the difference in quantity of 1,426 Sy Cement Treatment 1426 SY 1186 $ (1,973.40) 9.31 $ 1,536.15 30.01 $ (14,260.01)1 Sub Total GC Costs (Overhead & Profit; @ 1036 $ 148.69 Total $ 29,869.33 Combined Final Change Order. i Description Qty. Unit : Unit Drice `. Total CREDIT FOR MISCROSURFACING ASPHALT I! This change Is for the Owner completing the Mlcro surfacing of the damaged asphalt roadway The area that is to be resurfaced runs from Cato Springs Road to the first roundabout on fudge •• Cummings Road. The area to be micro surfaced is 33,178 SF. The price for Micro surfacing is I $2.33 per SY. , Micro surfacing .3,676.44 SY 2.i3: t $. (8,566.111 Additional Parking Lot Plants (After the Change Order was Issued) ' This change is for the additional plantings and irrigation that was added to the new parking lot area after the change order for the new parking lot was finalized. Please refer to the date of the Landscape Architect on the attached drawings: The date that was priced for the Approved Change Order is 5.12.16. The additional plants were added on set with the date of 7.6.16. .. 78 Each, 18 to 24 inch Shamrock Inkberry, Holly Landscaping 1 LS �� ! $ 6,207.00 ' Irrigation _ 1 LS i S 3.010.00 ' Reinstall "No Parking Signs" The "No Parking Signs" around the roadway were installed per the prints , as being parallel with the drive lanes. At the request of the City, we moved and reinstalled the signs as being 45 degrees to the drive lanes. , Rotate 23 Signs to Face a5 degrees to the Drive Lanes 23 EA 210.b0 i I $ 4,830.00 ' Parking Lot Additional GC's - Crossland submitted a request for six (6) additional weeks of overhead compensation for the extension of the contract past the original completion date. The compensation that was ! requested was requested was $28,691.00. This amount was derived using a 7 day working weel which equated to $683.12 per day. We executed Change Order 012 with the understanding that we be compensated $683.12 per day for every calendar day past the original completion date, not to exceed $28,691 Additional GC's 1 LS 28,691.00 $ 28,691.00 New Parking Lot Undercut This price is for undercutting the Northeast corner of the parking lot addition. The area to be undercut Is 40 ft. x 165 ft. Per the recommendation by Grubbs after the proof roll was completed on 08.22.16. We will undercut the area approximately 18 inches in depth. We will use onsite material for the 011. The fill will be installed in two lifts; one 12 to 14 inch lift and the remainder will be the second lift. Undercut 367 CY 28.00 $ 10,276.00. Standard Curb Credit in Lieu of Turndown Curb This price is providing a credit for the areas In the new parking lot in which a turndown curb was installed in lieu of standard curb. Standard Curb -165 LF Laydown Curb 165 LF Credit for Mixing 4% Cement Treatment of Judge Cummings Road Change Order 0006 was Issued for 16,615 SY @10.00 per SY of Cement Treatment The actual area in which the cement treatment was used equated 15,189 SY. A credit will be issued for the difference in quantity of 1,426 Sy Cement Treatment 1426 SY 1186 $ (1,973.40) 9.31 $ 1,536.15 30.01 $ (14,260.01)1 Sub Total GC Costs (Overhead & Profit; @ 1036 $ 148.69 Total $ 29,869.33 RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66 and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council -of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section.3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3`d day of March, 2015. APPROVED: ATTEST: i y. - — By LI N J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurif `°° ARK•/ 7RFr'% =0: FAYETTEVILLE -�- �� 'mss, AKA N�,P J��• Ise Alison Jumper Submitted By Cfoe r6 .n o� ►oma �,econ6 t OA- CYC ay"A__ cry City of Fayetteville Staff Review Form 0 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/13/2017 Parks & Recreation / _ Parks & Recreation Department Submitted Date Division / Department Action Recommendation: Staff recommends approval of a Reconciliation Change Order to contract #2359 with Crossland Construction to reduce the final contract amount to $10,931,560 due to quanities not billed during the construction. Budget Impact: 2250.9255.520.5806.00 Parks Development Account Number 02002.9000 Project Number Fund Regional Park Project Title Budgeted Item? Yes Current Budget $ 79,152.00 Funds Obligated $ 69,018.11 Current Balance $ 10,333,8'-1 Does item have a cost? No Item Cost $ (116,334.00) Budget Adjustment Attached? NA Budget Adjustment $ - Remaining Budget.6,67.89 V20140710 Previous Ordinance or Resolution # 56-15 Original Contract Number: 2359 Approval Date:- 16-11 Comments: The change order will reduce the final contract amount and release encumbered funds back into the project. CITY OF • aye RevsIq TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Connie Edmonston, Parks and Recreation Director FROM: Alison Jumper, Park Planning Superintendent DATE: February 13, 2017 PiflaAIT, 14 IYAto] SUBJECT: Approval of a reconciliation change order to contract #2359 with Crossland Construction for the construction of the Regional Park RECOMMENDATION: Staff recommends approval of a reconciliation change order. to contract #2359 with Crossland Construction to reduce the final contract amount to $10,931,560 due to quantities not billed during the construction. BACKGROUND: The City of Fayetteville began constructing the first phase of the Regional Park in March of 2015 and completed the majority of the park in August this year. The first phase of the park is complete and includes four baseball fields, six lit soccer fields, two concession/restroom buildings and associated roads, parking and infrastructure. DISCUSSION: This reconciliation Change Order will finalize the contract amount based on quantities that were placed in the field. Through the project certain items were omitted from the contract and/ or quantities were overestimated and not placed in the field. This change order will document the final cost for this phase which is $10,931,560. BUDGET/STAFF IMPACT: There is no additional cost. This change order will release remaining funds currently encumbered back into the Regional Park project 02002.1. Attachments: - Resolution 56-15 Reconciliation Change Order Mailing Address: 113 W. Mountain Street wrww.fayetteville-ar.gov Fayetteville, AR 72701 A T A Document ' '' Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 014 Fayetteville Regional Park, Phase 1 Judge Cummings Road Fayetteville, Arkansas TO CONTRACTOR (Nance and address): Crossland Construction Company, Inc. PO Box 45 Columbus, KS 66725 DATE: 02.06.17 ARCHITECT'S PROJECT NUMBER: 13144 CONTRACT DATE: TBD CONTRACT FOR: General Construction of Phase 1 of Fayetteville Regional Park OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable topreviously executed Construction Change Directives) During the construction of the project all quantities put in place were verified, quantified, and compared to the quantity that bid on bid day. When the project was completed, the actual quantity installed was less or more than bid day quantities. This change order is to reconcile those quantities that were different than bid day. Those quanities are as follows. MAIN PARK 028 18" C.M. FES (984.00) 044 ASPH BINDER (PG 64-22) (9,675.75) 045A ASPH SURFACE SP 64-22 (3,001.21) 054 CONCRETE DRIVEWAY (RES) 0.00 055 CONCRETE DRIVEWAY (COM) (933.80) 056 AGG BASE DRIVEWAY (3,013.79) 134 FAC RULES SIGNAGE (852.00) 135 FED IDENT SIGNAGE (2,556.00) 167 FAC RULES SIGNAGE (1,704.00) 168 FDD IDENT SIGNAL) (3,408.00) PARKING LOT 010 ASPH SURFACE TYPE 3 (98,028.63) 021 18" C.M. FES 656.00 026 ASPII BINDER (PG 64-22) (116.40) 030 CONCRETE DRIVEWAY APRONS (COM) 3,728.97 031 CONCRET DRIVEWAY (COM) 933.80 032 AGG BASE DRIVEWAY 3,013.79 033 18" HDPE PIPE 1,260.00 035 ASPH SURFACE SP 64-22 296.39 036 MDUNG 4% CEMENT (1,950.00) Sub total: $(116,334.63) The original Contract Sum was $ 11,788,362.19 The net change by previously authorized Change Orders $ -740,466.94 The Contract Sum prior to this Change Order was $ 11,047,895.25 The Contract Sum will be decreased by this Change Order in the amount of $ 116,334.63 The new Contract Sum including this Change Order will be $ 10,931,560.62 The Contract Time will be unchanged by (0) days. The date of Substantial Completion as of the date of this Change Order therefore is (no change). NOTE: This Change Order does not include. changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. AIA Document G701 TM —2001. Copyright © 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA"' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ate Document, or any portion of It may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA_ software at 15:34:39 on 02/06/2017 under Order No.0482507861_1 which expires on 05/04/2017, and is not for resale. User Notes: (808923988) NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER, Lose & Associates, Inc. Crossland Construction Company, Inc. City of Fayetteville ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) 1314 50' Ave N, Suite 200 PO Box 45 Columbus, KS 66725 ADD/R�/� !i i - t t� BY (Signature) Chris Schnurbusch (Typed name) 02.09.17 113 West Mountain Street Fayette ie, AI 701 Y igna ur -9_ (Typed name) a- M -4r1 DATE DATE DATE AIADocument G701 TM —2001. Copyright 01979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution o€this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:34:39 on 02/0612017 under Order No.0482507861 1 which expires on 05/04/2017, and is not for resale. User Notes: (808923988) RESOLUTION NO. 56-15 A RESOLUTION TO AWARD BID #14-66 AND AUTHORIZE A CONTRACT WITH CROSSLAND CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $11,788,362.19 FOR CONSTRUCTION OF PHASE ONE OF THE REGIONAL PARK, TO APPROVE CHANGE ORDER NO. 1 TO REDUCE THE CONTRACT PRICE BY THE AMOUNT OF $2,358,997.27, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $528,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #14-66.and authorizes a contract with Crossland Construction Company, Inc., a copy of which is attached to this Resolution and made a part hereof, in the amount of $11,788,362.19 for construction of Phase One of the Regional Park. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to reduce the amount of the contract with Crossland Construction Company, Inc. by $2,358,997.27. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency in the amount of $528,000.00. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. PASSED and APPROVED this 3rd day of March, 2015. APPROVED: ATTEST: l By: - By: LADION J AN, Mayor SONDRA E. SMITH, City Clerk/Treasuretr Olt I►IPI/I/0 Baa:P,°Y,,/ TR� =oma G\Z Y O e ��. FAYETTEVILLE•;v' sL• o��" opo®�,r� f i o►11 ,9