Loading...
HomeMy WebLinkAbout103-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 103-20 File Number: 2020-0200 BID #20-29 CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC.: A RESOLUTION TO AWARD BID #20-29 AND AUTHORIZE A CONTRACT WITH CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. IN THE AMOUNT OF $1,689,781.20 FOR CONSTRUCTION SERVICES ASSOCIATED WITH THE HIGHWAY 16 UTILITY RELOCATIONS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $168,978.12, 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 #20-29 and authorizes Mayor Jordan to sign a contract with Cornerstone Construction of Russellville, Inc. in the amount of $1,689,781.20 for construction services associated with the Highway 16 Utility Relocations Project, and further approves a project contingency in the amount of $168,978.12. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing the 62.88% of the project cost that is reimbursable by the Arkansas Department of Transportation. PASSED and APPROVED on 3/16/2020 Page 1 Printed on 3/17/20 File Number.• 2020-0200 Resolution 103-20 Attest: ```aen�trrrrlr��� GLE RK ��.�• CITy • �F'''. o .� Kara Paxton, City Clerk Treast�et° FAyEIT �1 A `cam c ,i/�i�/1�•'7�YJiJ ^� rs Page 2 Printed on 3/17/20 City of Fayetteville, Arkansas 113 West Mountain Street - Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0200 Agenda Date: 3/16/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 2 BID #20-29 CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC.: A RESOLUTION TO AWARD BID 420-29 AND AUTHORIZE A CONTRACT WITH CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. IN THE AMOUNT OF $1,689,781.20 FOR CONSTRUCTION SERVICES ASSOCIATED WITH THE HIGHWAY 16 UTILITY RELOCATIONS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $168,978.12, 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 #20-29 and authorizes Mayor Jordan to sign a contract with Cornerstone Construction of Russellville, Inc. in the amount of $1,689,781.20 for construction services associated with the Highway 16 Utility Relocations Project, and further approves a project contingency in the amount of $168,978.12. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing the 62.88% of the project cost that is reimbursable by the Arkansas Department of Transportation. City of Fayetteville, Arkansas Page 1 Printed on 3117/2020 City of Fayetteville Staff Review Form 2020-0200 Legistar File ID 3/17/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 2/27/2020 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #20-29 and approving a contract with Cornerstone Construction of Russellville, Inc. in the amount of $1,689,781.20 for construction services associated with the Highway 16 Utility Relocations Project, approving a contingency in the amount of $168,978.12, and approving a budget adjustment to recognize the 62.88% of the project cost that is reimbursable by the Arkansas Department of Transportation. V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 11011.2001 Water/Sewer Relocations - Bond Projects Project Number Project Title Budgeted Item? Yes Current Budget $ 12,793,727.00 Funds Obligated $ 4,353,903.01 Current Balance $ 8,439,823.99 Does item have a cost? Yes Item Cost $ 2,468,423.98 Budget Adjustment Attached? Yes Budget Adjustment $ 1,552,145.00 Remaining Budget $ 7,523,545.01 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 17, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: February 27, 2020 CITY COUNCIL MEMO SUBJECT: Bid #20-29, Cornerstone Construction of Russellville, Inc. — Construction Contract for Highway 16 Utility Relocations (ArDOT Project 040579) RECOMMENDATION: Staff recommends awarding Bid #20-29 and approving a contract with Cornerstone Construction of Russellville, Inc. in the amount of $1,689,781.20 for construction services associated with the Highway 16 Utility Relocations Project, approving a contingency in the amount of $168,978.12, and approving a budget adjustment to recognize the 62.88% of the project cost that is reimbursable by the Arkansas Department of Transportation. BACKGROUND: On February 19, 2020 the City of Fayetteville accepted sealed competitive bids for the Highway 16 Utility Relocations project. Cornerstone Construction of Russellville, Inc. submitted the lowest bid. All bids are shown here: Cornerstone Construction $1.689.781.02 Goins Enterprises $2,290,296.00 Goodwin & Goodwin $2,160,505.00 KAJACS Contractors $1,799,000.00 Privcon Development Inc. $2,396,105.50 TriStar Contractors $1,990,007.00 DISCUSSION: The Arkansas Department of Transportation has requested utility relocations to prepare for the widening of Highway 16 (151h Street) from S. College Ave. to Huntsville Rd. The relocations are 62.88% reimbursable to the City of Fayetteville by ARDOT. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available for this project in the Water/Sewer Relocations account. Attachments: Project Vicinity Map Certified Bid Tab, Bid #20-29 Agreement ARDOT Construction -Relocation Agreement Budget Adjustment n "! PM ^EIIlOH AddeH S LLa f. �f�iro V / 0 F_ rO Ll I any uoa6ulyseM 'm L "r b x any a6al�oJ S r � f '°ri- 6 � r t t T i Ln H i W A �4 C. � i � L 3ntJ IOOHJS S/8TL �� ®� CITY OF ��FAYETTEVILLE ARKANSAS Bid 20-29, Construction - HWY 16 UTILITY RELOCATIONS - Schedule 1 OR aI Ba iatuY:v llrnlaldrdan, Maryr Oithd M.ertbemeR' 01,2070206 0]77 MA Issue dR:01192020 Numter-FAdaerIIuma. O CendcAun NFuner 5 2400040040 Mir Avn,d Artpu-.i: 5 7,SR1AfAfA e4 NP 2029 One 07.19 1020 Tn-;2WPM Gmewwe Co tr 6o, of Gains EnlC7pnfb,InL Rm,,IMlle, IM. C -d- 8 Oddawln, IM WICS C -,.-i, Ire P6-Devebpm ,Ino, TA.S., CRntranars, UC ITEM ESTIM.ATEO U- UNtl UNIT UNI, UNIT UNIT NO UISUU".Um UNIT QUANTITY PRICE wOuraT PRICE AMOUNT PRCL AMOUNT PRICE Al.OUX, PACE AMOUN, PRICE AMOUNT ].01 A3ssbilin:An LS 1 5 1A,000W 5 69,00040 5 60,000.00 $ 60.000.00 5 60,40000 5 60,000.00 5 87,50700 S 87,500.00 5 100.000.00 5 100000W 5 84.763A9 S 8-,763-9 1.002 Banos and lnfunn(t LS 1 5 17a000D 5 17.40000 5 3500040 5 3500040 5 BQODOW 5 SMOMM 5 25.23000 $ 25,23000 5 W=00 S Wmm 5 3840451 5 3808451 1.03 Act 291.1993 Trsrltls my E._' Safhr LS 1 5 ASW 00 5 -,50040 S OADOW 5 -8,00040 $ 20.000.00 S 20100000 5 20,00040 5 20.00D 00 5 20AWO 0 5 20.000.00 5 1,00000 5 2.00040 104 Lms:onarMSed,,en:C-: I LS 1 5 40.000 00 5 40,00000 S 1200040S 12.00000 5 30,000.00 5 30400 00 5 40.00000 5 10100000 5 20500.00 5 2050000 5 10000.00 5 10.00000 1.05 Pn Com OnVAed LS 1 5 1,50000 S 1=00 5 1,500.00 5 15W.W 5 3,000.00 5 3j= W $ 2,SWW 5 2.50000 $ 13 W 5 13,SWW 5 120000 $ 310000 106 Tnffl COntrd t5 5 6.SWOD 5 6.51)(1031 5 23000.00 S 23 .40 S 30 WOW 5 30,000.40 S 8,500.. S 8,50010 1 5 65,&18.00 5 66808.00 5 15.400.40 5 1540040 1.07 Qeanng,OrskMrlg,Tree Removal b MiK Oero LS I S 3.500.00 5 3300.00 S 6,00040 S 6,10040 S 20,00040 5 70,00000 S I7.SDOW 5 17,50000 5 2500000 5 25,000.00 5 20,000040 S 20,00000 108 ,b Moe S..CeGnting Rn n rant EA 11 5 A2000 S 4,620.00 S 1,000.00 5 11140040 5 50040 5 8.80000 5 35040 S 3,550.00 5 2.000.00 5 22.00000 5 75000 5 8,25040 3.09 Abandon Erifbn VaIe EA 27 $ 300.40 5 GAMOD S 500.W 5 1I,WOW S 350.40 5 7.XOW 5 250.00 5 S,SOO.W 5 1,50D.W 5 31040.00 $ IW.W S IS,A0000 1.10 L.z E 0.5 .W Met, Sni EA 16 S 240.00 S 3640.00 S 400.00 $ 6,40000 S 350.00 5 5,6W.00 S 200W 5 3,24040 $ 1,540.00 5 14,000.00 S 400.00 5 91600M 1.11 AbaMonE in rating Water Stare Ur,! A4 EA 5 5 SW.00 5 2,740.00 5 2,000.00 $ 10,000.00 S 11000.00 S SWO00 S 200.40S 1.00010 5 230040S 12340.00 S 600.0 S 3,OOOW 1.12Ab=&sting lY4t -1,, under Ni LF 282 S 6,X1 5 1,869.40 $ 55DO 5 15,510.00 5 MOD 5 7,05000 5 3S.5 9,87040 S 6399 5 18,015.18 S 40.00 $ 11,78000 1.13 C. New Sema, [o Euatmg MltCr Sltti. EA 5 S 622.80 5 3,134.40 $ 30040 5 LSW.W 5 80040 $ 4.00040 S 440.00 $ 21000.40 S 2,079.13 $ 10,390.65 5 700.40 S 1,50040 3.14 Coxa Ne. Sem fearing SeMPe Lr EA IS 5 44628 S 6,694.20 S 30000 5 4.50000 5 80000 S 12.000 00 5 A0000 5 6.00000 5 2,019.62 $ 30,29430 5 70000 S 10,50D. 1.15 Csmllea New Warr MamtaG E.nt Vlater Mail I 5 1,66975 5 1,669.75 S 504000 S Sp00.00 S 1,00040 S 1,000. $ 1,850.00 5 1,85000 S 5,452.76 5 5,451.76 S 2,SWW S 2,54040 1.16 Dual1'Mtter Sett wPRV EA 5 S 1M36 S 8-100-W 5 210040 5 10500.00 5 100000 5 10,00040 5 3,8W00 5 9,00000 5 2,733.42 $ 14167.10 5 MMW 5 8 w 1.11Senate t'Me:er SCni w EA ]2 S 1.36-tS 5 13969.80S 1,3ww 5 15600.40 5 164040 5 1934040 5 1mw S 14.440.40 S 2.034.13 5 24-09,56 S 112W S IS=m 1.18 SmgN,1" gation Met, S­Rg .1 PRV EA 1 S 1,38732 $ 1,38792 $ 1,8WW $ 1,800.00 $ 1,80000 S 1.80000 S I,SW.W S 1.500.40 S A,957.83 5 4,957.8.3 5 1,24.00 $ 1,270.40 1'19 1- Gated Capper Shu tTuGne LF 832 5 1987 $ 16,531.9A 5 2040 5 16,640.00 5 2500 5 2g8WW 5 AG OD 5 33.280.00 5 2050 S 17,056.00 5 mw 5 249440 1.20 2'CoatedCP Sema Tub,m IF 138 5 3225 5 RAW% S 3500 5 4,83040 5 3300 S 4,SSA.00 S 6540 S 8.970.00 $ -2.68 5 5,989.8- S 400015 S,S2000 121 8'X 1'Serait Tap EA 4 5 489.21 S 1,95638 5 1120040 5 4400.00 5 BWW S 3,200.W $ 5W.W 5 21000.40 S 1105689 5 4227.56 5 5WW $ 2,00000 122 12-X I'Servke 7'a EA 18 5 16338 $ 13740.84 $ 140000 5 25200.40 $5000 5 15.34040 S 750W 5 13.SW00 S 1.065.66 $ 19,541. BE 5 65000 S Immoo 1.23 12•X2'5 rw, TAP EA 2 S 113234 266438 5 IM W 5 3600.W S Llmw S 3,04040 $ I.=w 5 2400W 5 295722 S 591444 $ 7mm $ 1,44040 12- S.PVC90)DAI40rtained lamt wi'er Main U 51 S 3309 5 1,68759 5 6200 $ 3,162.00 S 6540 S 3,31500 S SOW S 2.55040 5 7738 S 3,955.58 5 8500 $ 433500 1. 8' 9400R4Mir, Main if m S 3359 5 1,07488 5 67.40 $ 2114W 5 6040 5 19MW 5 WW S 1.64000 5 8230 5 2.633.W 5 6500 5 2,08000 1.26 B' WC C900 DR14 Reanlned bin, Wa.er Main L 1.191 5 4$so 5 54,547.80 5 7200 5 9S,TS2W 5 680 5 40.986.00 S 60.00 5 71,46000 S 89.09 5 108116.19 5 7200 5 85,75200 3'17 12' PVC C9W M14 water Man LF 31909 S 51.31 $ 240,570.29 S 82.00 5 320,533.40 S 7700 5 30.993.00 S SOW S 195A5000 5 5938 5 732,316.4 S 7540 S 293.17500 128 12•wC C9W DR]a 0.eanalned Ignt 1Ya[tt N in lF 1640 $ T,<5 $ 120.407.80 S 8>.W $ i48160W $ 4440 $ 157.92000 S 75W S ]26.WOM S 11601 5 178147.10 S 6500 $ 1460040 3'� 11/2'HDPE 50 RA Bdred Glmg 1f 459 5 P.39 S 32,572.01 S 30.00 $ 13.77040 S 4540 5 20,65500 5 2540 S 11,-7100 5 68$3 1 S 31,155.27 S 30,0 5 13,770. Cwemstone CmIttrlrctlon of GoM, Enserprises,Inc. Gwdwin L Goodwln, IM eA6RC5 C-1--, flusfdlivl6[, Inc, I- P,i-Oevelopmenf s, Inc. in -Slav Cmi-tws, LLC I'MESIIMAtED MIT MIT UNO UNIT UNIT UNIT U.SCRIPIN171 DNI, Gu -m PRICE AMOUNT PRICE AM017M PRICE aMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1.30 3'NDPESM9Smed Cas u % S 3465 5 3.11850 S SOm $ .50060 S s000ls 456000 S 35605 315040 S !WM S 9407.70 $ 4D OD 5 3,60000 .1.31 16'Min Ou. ewes St., Casing I3 -18 5 216.5] $ 115.660.26 IS 350.605 146,3moo 5 36000 5 750¢80.0 5 MOO S 114,9SOm S 34813 S 145,518.3A S 25000 1 117,04000 1.32 16' Mm, aa, Direr Burr Steel LL 53 5 78.13 $ -,140.89 5 25000 5 13750.60 S 20060 S 1060060 5 12000 5 6360.00 S 227.75 5 11,80575 $ 16000 5 795060 1.33 2a• Mm. Drs. Bored Seel C. -g EF 3% S 37559 5 ]IB933.64 5 $2060 S 31K.970.W 5 +6000 5 158.40000 5 ¢7500 5 168.360.00 5 5 35091 160M03fi 5 $ 47800 169, -moo 1 3. 2a•Nl, Dla. Oir-ct Bial Steel Ep 234 Us• 5 10141 $ 23 36.34 5 30000 5 ]0700.00 5 235605 54,99000 5 125.00 S 2925000 5 S 7M09 53,60705 S $ 25000 58,5.40 1.35 3w FH - EA 19 5 3.551.69 5 6),-8231 5 -,5WW 5 85.500.00 S 5.26000 $ 9SAWW S 315060 5 71,25000 5 4,06429 5 ]7,22151 S 5,50000 5 lM m 1.36 2'Wte G" 8m EA 2 S 1,050.7. 5 2,10148 5 1.30040 5 2601340 5 1,7mm 5 2.400W 5 LOD(100 5 2,00000 S 1.22260 5 24.520 S 1.50000 5 400060 1.37 6'Wie Vahew Bm EA 1S 5 l.eg]67 5 2671846 5 1,10060 5 37,46060 5 1,e00m 5 32¢6060 5 7560. 5 7700000 156563 5 28,18134 S /8mm 5 32a0000 135 8'Gate Valle w/box EA 2 5 2,107.62 5 251414+ 5 70060 32.00,00 730060 2760000 700000 $ 2100000 203323 74,39876 5 2MOm 5 248m60 139 12'Wte Valvew 860 EA 1 5 3,51350 5 3,53320 5 4,717000 5 A,7W60 5 460M 5 -,00040 5 3,5W00 5 3,50060 5 329762 3,29762 S 55WM 5 S'A060 140 12'Wtte Vtive w/860 EA 38 5 929711 $ f7 2AS 71 7060000 $ 180,60000 S 9,30000 $ 167.IWW 1 960000 S 16200060 S 850716 5 15312892 $ 102%00 $ IE532Em 141 AW WA CI53 Dile Iron Wates 185 9,100 all t-'. S 1933 S in5903m 5 IS. 5 73856060 S 1140 5 [00.100.00 5 I5. S 1365... 5 8,33 5 75,80300 5 em $ 7226000 147 2'X 6' TopPB Sleeve, 2' CA 3 Talsp' Valvew Boa 5 2068.15 5 6,20445 3,500.00 S 10,50040 S 2,700.00 S - 6,10000 S2.00040 5 600060 $ 5 333201 9,99603 5 S 2MOD 8Ssom 143 6' X 6' tapPinp Skeve. 6- EA 2 I.- V.- 860 5 361909 S 7735,18 5 < W 5 EODO.00 5 S.=W 5 10000W 5 a1700W S e0.m S 48-640 $ 9,692913 5 5 ),00000 14.00000 IX 6' Tapping Sleeve, 6' EA 1 T Vaitew Box S -.12348 1 d,123.48 S 45..00 1 .,560.00 S 6060.60 5 fiW0.00 5 4,500.00 5 /,560.00 $ 5 .5,373.93 5,373 93 5 5 724260 7,24240 1.45 a' X L' T. -M Sleeve, r EA 5 Ta VahPw 5 4281.56 5 i1-07.80 S 00000 5 25600.60 S 650060 5 3256040 5 5 00 5 25.00060 $ $ 1.56e.24 27,821.20 S $ 5.738.60 43,69060 1.46 72' X 12' T.Mlls Sk-. 12' lap -V.""' B., C 2 $ 7,21543 1 3- 5005 S 6,500.60 S 1) .00 S 5.000.60 S 16,060.00 $ 750000 $ 15.00060 $ $ 9125.59 1485158 5 BBdB.m 17,77600 t 41 24" X 72' Tapptrt SIF ,12' EA 1 Ta Va w Box S 17421.92 5 17 73.97 S 19 60 5 1960000 5 1700000 $ 17.Om60 5 9 00 S 9.SOO.W S $ I88A978 16,Se9.nE S 5 7456060 1-,50060 1.45 Doupl. Cut and Cap Easing 2 EA 3 mcI Wa•m Ms• S 2.107.60 5 6 2220 5 3.60040 5 9,060.00 S 3,300.00 S 3,800.00 5 I.M.W S 3AW.W 5 3.1W34 $ 9,481.02 $ $ 90D.00 2.7Wm 149 DWU eCmaAd CAPE, -86. EA 3 irrcn Water Ma'm 5 ]06.91 $ 6.120.73 $ 3,50000 5 105mm 5 2,00000 5 600000 S 7000.00 S 600000 5 317284 10,41852 5 5 12mm 4660m 150 D. f ,, Cut.. W l Ea'atfng 8- EA 5 ,nen Water Main S 2,959.26 1 1-.7%.30 5 4Am.W 5 20,000.60 S 2,5WOD 5 12360.00 5 2,SW.W 5 12.SW00 S 255263 $ 17,913.15 S $ 1.50000 ],50040 3.51 Double Cut and Cap E.At,q 12. EA 7 �rcT ela Maln S 3,99457 S )9891. 5 550060 $ ]TAW. 5 Gomm $ 6=W S 35W00 S 700000 S 3,9W 40 $ 7.92960 5 2,00000 5 .,00000 1.52 fbva6k 1.11 [Y m $ 317.68 5 34]68.. $ ]3060 5 I'. S T. 1 13.600.60 IT fa5.. 5 7450000 $ IS3-W $ _ 18,35060 $ 16560 f 16,50060 1.53 C -II, Pavement Repair• LL 178 Ne Qm $ 3900 S 94200 1 16060 S 1726000 t.W $ 17 . $ 5560 $ 9790. 5 5 13867 2.,651.26 5 5 12900 71,36060 I.SI c -l.. Pavmwm Repair• EF 691 $ 46,635.59 5 3150060 "i Duty S 3180 $ 31,97350 S E0.00 $ S51W.. 5 80.. $ 35.7IDW S 3060 5 20.]3060 1 67.49 $ 50.00 _ 1 55 C-- Plvement Repalr • 51 117 't; 5 121 a0 5 ]a3I0b0 5 775. 5 1162500 1 e5m 1 9945. $ 4500 $ 5,26500 5 136.49 $ 15,%9 33 5 $ 6000 7,02060 156 -Ap lF 10 $ 440 S ¢44.00 5 50.00 5 50000 S 4500 S 450.60 5 35.60 5 3500 5 368170 S 3 00 5 .0m 5 40000 1.57 Ct-le Curet Gv-Re-t 1] 61 S_ Zoo 1 2,56200 5 6500 5 3.%5. S Mm 5 7.-1000 S 7000 S 1,2mm S 97.20 S 5192920 $ 18.00 $ 349300 2.58 Asohit Pav -t R-ir IF 339 5 .980 $ 16 220 S IIO.W 5 3179000 1 IIS. S 35,98SOO 5540 5 1864560 S 12-00 1243600 S %00 1 32.20560 I Asoen: Pavemem Re Ir ST 16 5 12960 S 073.W 5 145.. 5 2320.00 5 135M S 21Wm S %60 S 1.42960 5 3N60 5 1..00 l 6000 S SOOW 1.60 G-1 Paver I Ir tf 237 5 1006 5 2,384.22 5 35M S 81295.00 5 3540 5 81295.00 5 35.00 5 8,295,00 5 4535 5 10,724,25 5 00.00 5 31220,00 1.61 Class] au Base CowsC U 607 S 1505 5 1420156 5 SSW $ 66.35500 S 35. 473.500 S 4000 4878000 .535 $ 51,616.75 5 3060 1 3621060 1.62 Fen<e Crosti R i!/Re face 3F 60 5 7¢.28 5 519a240 5 1..00 5 8.00000 5 3560 5 2.BWW 5 20M 5 1660.00 $ IW -75 5 452900 1000 5 6Wm 263 2;' -Cel Afserno EA 2 5 1,53516 5 1535.16 1.60000 5 160000 5 7001100 S 2WOW S 300060 5 300000 5 2.75150 S 2,751.50 5 2.50000 IS 25W40 1.64 hate Wet Connectron R.WA P) EA 60 S 23453 5 ]7,]29.50 5 65.00 1 326000 1 IS im. S 500060 1 S 2SO. 5 17.56060 5 16530 5 8,26500 16060 5 750000 1.65 6'Ar.lwr Cellar EA 1 5 ZMP40 $ 2.83540 $ 560W S 2560.60 5 2,000.60 5 2,00000 S .05m40 5 4,5W..$ 5< S 695.5- 5 95060 5 95000 1.66 12'Andlw coo., EA 1 S 393568 5 3935.68 $ 3 W 5 3AW00 5 2.6W.m $ 2,66060 $ 6,Sm00 5 6,5...983 5 6M36 5 696 5 IIWOO $ t,imm 161 Gant StablYatan u IM S 30.17 1 5732.30 S 2500S 4,7mm 5 13S 5 25,650. 60 S 70 $ 13.360.60 5 4725 5 8,9])50 $ 50.60 5 9500m S- 1.68 4• PVC SCN40 SServloe EF 256 5 95.56 5 22015936 IS 95W S 24,321.00 $ 4000 S 102+000 5 6500 5 _ 16,64000 5 3239 5 42916. 5 30W 5 7.66060 69 6 -PVC r O r yerkc IF 46 S 133.21 5 6]27.66 5 11060 5 5 00 5 mW 5 23W OD 5 70.00 5 3,22060 56.7 IS 2,597.62 5 3500 S 1610m 1.70 WR Shovel locate E-1,,95ewer EA 6 xmle line @ MDOT R/w 1 24000 Imil00 5 2460. S 32460.. S 2000. S 1206000 5 1000W S 60.60 5 3,13500 5 18,81060 5 2,WO00 S 606000 1,71 P"Abandoned Se -Mahn at EA 1' hist MN 5 720 OD 5 12000 5 1AW60 S 1AW.00 S 7.XOOD S 1.20000 S 95000 5 95000 5 381750 $ 3,E17.50, 5 gm 00 5 48060 � Cornerstone Connrualan of Golns Enterprises, RusSelhillc, Inc Inc. Goodwin d Goodwin. Inc g CS Contractors, Inc. 1&— Developments, Int. Tri-Star Contra[tors, LLC REM ESTtMATEO UNIT UNIT UNIT UNIT UNIT UNIT UESCNIPNUN UNIT QUANTITY PRICE MOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT' 1.72 Plog Abandoned Sewer Service at EA " Main S umoo 5 3,060.00 5 L000.00 5 3=00 5 LWOW 5 3000.00 $ 125000 5 3,75000 E1!, 5 11,151.00 5 12000 $ 3,600.00 1.73 Abandon Sewer Manhole EA 2 S 3,582.60 $ 7,165.20 5 6,00000 $ 12=600, 5 1500.00 $ 3,000017 $ 1,]5000 5 3,500.00s 30,31'_00 5 2063000 5 3,100.00 5 2.ZW.W 1.74 Abandon bis:in85ewet Main tE 474 under X. tlwav 5 6.70 $ 3,1]5.80 5 moo $ 9.480.00 $ 2500 5 1185000 5 2000 $ 9.48000 5 $ 30.90 14,6460 $ 5 2000. 9,460.00 1.75 Sewer S•_ra+re Cleanest EA 6 S E8512 S 5310.72 5 1,00000 5 6000.00 5 600.00 $ 360000 5 350.00 5 2100.00 5 965.71 5 5.794.26 5 750.00 5 11500 1.76 Sewer SeMw T,p Main - I- EA 4 $ 101280 5 4,171.20 $ 1,2m.00 $ 4800.00 ISOOW $ 6,OOD00 $ 1,000.00 5 4,00000 $ 3,.35.56 5 13,742.21 5 80000 5 3.200.00 11 1.77 Sewer Servi4e Tao Main -6" EA I 5 1,0]1,50 $ ip71.50 5 3.600.00 5 i.d00.00 5 2000.00 5 2,000.00 $ 1,00000 S 1,0000 $ 3[71.]3 5 3x)1.)3 5 950.00 $ 950.00 1.78 Cameo New Sewer S—U, EA 6 Cnsb Sewer Serrate $ 814.16 5 1,684.96 2,500.00 5 I.$ 15,0woo 5 1250.00 $ 7.5CCTO S I,oco.W 5 6,0000 5 4,138.76 5 24,712.56 5 $ 500.00 3,000.00 TOTAL BASE BID $ 1,669,781.2 $ 2,290,296.00 $ 2.160.505.0 5 1.199.00].00 $ 2396, 105.50 5 1,990,007.00 �•N�gnRRhrm3 rmt�arr<rm alcwrwp•Lrr«__��_� P2/27 `aozo wm i SECTION OD 5213 - AGREEMENT BETWEEN OWNER AND CONTRACTOR PROJECT: Construction — Highway 16 Utility Relocations PROJECT NO.: Bid 20=20 THIS AGREEMENT is dated aso f the 161 day ofF� in the yearlaoaob and between The City of Fayetteville., Arkansas (hereinafter called City of Fayetteville) and Cornerstone Construction of Russellville. Inc. (hereinafter called Contractor). The City of Fayetteville and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK 1.111 Contractor shall complete all Work as specified or indicated in the Contract Documents. A. Highway 16 Utility Relocations 1. Approximately 5,700 linear feet of 12 -inch water main along (parallel to) AR Hwy 16 (151h Street) between S School Ave and Armstrong Rd., including encased pipe by open cut and bore. 2. Approximately 1,100 linear feet. of 8 -inch. water main crossing AR Hwy 16 05th Street) by bore. 3. Six (6) new water service tines across Hwy 16 (Happy 'Hotlow Road) by bore. 4. Six (6) new sewer service lines along west side of Hwy 16 (Happy Hollow Road). 5. Abandonment of existing 12° water main and associated meters, valves, ,services and fire hydrants, as noted, along Hwy 16 (151' Street). 6. .Abandonment of existing water and sewer services, .as noted, along Hwy 16 (Happy Hollow Road). 7. New water and sewer interconnections and replacements including, connections to existing items, fire hydrants, valves, fittings, manholes, cleanouts, appurtenances, other items shown on the Drawings or required in the Specifications, and related. work as necessary to accommodate the project design. 8; The existing 12" water main, operating pressure approximately 150 psi, and existing water and sewer services. located parallel or adjacent to some areas of the proposed work, are active facilities and shall remain completely in service for the duration of the work, until final acceptance of the infrastructure by the Owner and Engineer, .and release in writing from the Owner and Engineer to begin abandonment of existing facilities. 1721162 Highway 16 Utility Relocations 00 5213 -1 Agreement 1.02 The Contractor will commence and complete the project at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part hereof. 1.03 The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the project. 1.04 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 4113 -Bid Form. 1.05 Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.06 Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. 1.07 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by McClelland Consulting Engineers, Inc. who assumes all duties and responsibilities, and has the rights and authority assigned to the Engineer by the City of Fayetteville in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR COMPLETION AND FINAL PAYMENT: A. The Work for construction of Highway 16 Utility Relocation shall be substantially completed within 240 consecutive calendar days after the date when the Contract Time commences to run as provided in the General Conditions, and completed and ready for final payment in accordance with the General Conditions within 270 consecutive calendar days after the date when the Contract Time commences to run. 172162 Highway 16 Utility Relocations 005213-2 Agreement 3.03 LIQUIDATED DAMAGES: A. City of Fayetteville and Contractor recognize that time is of the essence of the Agreement and that City of Fayetteville wilt suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus and extensions thereof allowed in accordance with 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 Seven hundred Fifty dollars ($750.00) for each day that expires after the time specified in paragraph 3.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fait to complete the remaining Work within the time specified in paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by City of Fayetteville, Contractor shall pay City of Fayetteville Seven hundred Fifty dollars ($750.00) for each day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The City of Fayetteville agrees to pay, and the Contractor agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (Bid Form) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. There shalt be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 172162 Highway 16 Utility Relocations 005213-3 Agreement 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. The City of Fayetteville shalt make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 151i day of each month during construction. All such payments will be measured by the schedule of values established in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shalt determine, or The City of Fayetteville may withhold, in accordance with the General Conditions. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the General Conditions. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the General Conditions, The City of Fayetteville shalt pay the remainder of the Contract Price as recommended by Engineer and as provided in the General Conditions. 172162 Highway 16 Utility Relocations 005213-4 Agreement ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site, City and/or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional 172162 Highway 16 Utility Relocations 005213-5 Agreement examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of at[ terms and conditions for performance and furnishing of the Work. AR'T'ICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the General Conditions: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. The Performance and Payment Bond shall be one hundred percent (100%). 4. The Contractor shalt file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the City of Fayetteville or Engineer. S. General Conditions. 6. Supplementary Conditions. 7. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 8. Addenda numbers 1 to 2 inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the General Conditions. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: 172162 Highway 16 Utility Relocations 005213-6 Agreement A. Terms used in this Agreement which are defined in the General Conditions shalt have the meanings stated in the General Conditions. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. 5§18-44-501 through 508) prohibits the filing of any mechanics' or 172162 Highway 16 Utility Relocations 005213-7 Agreement materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 8.07 ADDRESSES FOR GIVING NOTICES: CONTRACTOR CITY OF FAYETTEVILLE Cornerstone Construction of Russellville, Inc. 113 West Mountain Street PO Box 10268 Fayetteville, AR 72701 Russellville, AR 72812 IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in triplicate. One counterpart each has been delivered to Contractor and the Engineer. One counterpart each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on%rc h I � -� , 20)Qwhich is the Effective Date of the Agreement. CONTRACTOR By: Rebecca Davis (Type or legibly print) (Signature) Title: President By: (Type or legibly print) 172162 Highway 16 Utility Relocations CITY OF FAYETTEVILLE By: ondfa &ffkAb II Kara t 0,40ry 005213-8 Agreement ���ttntrrr�� At — ER K Attest: (Si ure) (Signature) .��,� • CI T Title: Rusty Davis - CEO Title: City Clerkz Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corps entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signar.;NS and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, 4.,;�� r� 0�����` Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in Current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. END OF SECTION 00 5213 AGREEMENT 172162 Highway 16 Utility Relocations 005213-9 Agreement MINUTES OF A SPECIAL iMEETING OF STOCKHOLDERS- AND DIRECTORS OF CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. A special meeting of the stockholders and directors of the corporation was held at 4610 'SR, 124., Russellville, AR on December 2, 20.17. The meeting was called to order by Rebecca -Davis. The secretary then reported that the meeting had been called pursuantto a waiver of notice thereof in accordance with the by-laws. It was -,Ordered that a copy of the waiver -6f. notice -:be appended to the -minutes of the :meeting. The chairman stated that a majority of the total number of shares issued and outstanding were represented, and that a rhajority,of the he directors Were present and that the meeting was. complete and. ready to transact any business before it. Upon motions duly made and seconded, the following. resolution was passed: Thateither the, President or Chief Executive Officer shall beentitled to -sign ,doc=ents binding the corporation. As of this date the above -Mentioned officers/directors are listed as follows: Jameson Davis aka "Rusty Davis"- CEO Rebecca Davis - President Therebeing'no further business, the meeting was; on emotion, adjourned. N V DATED /2- 2 - ziby;7_ SIC ,. �'.. i �� ji 2!%i �' �:_: ♦�,,. �3 SECRE'T'ARY i OF STATE Charlie Daniels SECRETARY OF STATE To All to Whom These Presents Shall Come, Greetings: 1, Charlie Daniels, Secretary of State of Arkansas, do hereby certify that the following and hereto attached instrument of writing is a true and perfect copy of Articles of Incorporation of CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC.. filed in this office December 22, 2010 In Test noisy Whereof, I have hereunto set my hand acid affixed my official Seal. Done at my 4. office in the City of Little Rock, this 22nd day of December 2010. Secretary of State s of � i. 0 Search Incorporations, Cooperatives, Banks and Insurance Companies Printer Friendly Version LLC Member information is now confidential per Act 865 of 2007 Use your browser's back button to return to the Search Results For service of process contact the Secretary of State's office. Corporation Name CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. Fictitious Names Filing # 800190704 Filing Type For Profit Corporation Filed under Act Dom Bus Corp; 958 of 1987 Status Good Standing Principal Address 4610 STATE RD 124 RUSSELLVILLE, AR 72802 Reg. Agent JAMESON DAVIS Agent Address 216 SHANGRILA DR. RUSSELLVILLE, AR 72802 Date Filed 12/22/2010 Officers JAMESON R. DAVIS, Incorporator/Organizer DEBBIE BROWN, Tax Preparer REBECCA DAVIS, President JAMESON "RUSTY" DAVIS , Secretary JAMESON "RUSTY" DAVIS, Treasurer Foreign Name N/A Foreign Address State of Origin N/A Purchase a Certificate of Good Pay_Franchise Tax for this corporation ending for this Entity. License No. 0208640520 State of Arkansas Commercial Contractors Licensing Board CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. PO BOX 10268 RUSSELLVILLE, AR 72812 ID #2637 CORNERSTONE CONSTRUCTION OF RUSSELLVILLE, INC. This is to Certify That is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) MUNICIPAL & UTILITY CONSTRUCTION SPECIALTY Meter Installation & Service Right of Way Clearing This contractor has an unlimited suggested bid limit. from May 31, 2019 until May 31, 2020 when this Certificate expires. Witness our hands of rhe Board, dated at North Little Rock, Arkansas: i/A CHAIRMAN SECRETARY May 31, 2019 - srg ARKANSAS DEPARTMENT OF TRANSPORTATION ARDOT.gov I IDriveArkansas.com Scott E. Bennett, RE., Director RIGHT OF WAY DIVISION KANSAS DEPARTMENT 10324 Interstate 30 1 P.O. Box 22611 little Rock, AR 72203-2261 ARKANSAS TRANSPORTATION Phone: 501569.2311 1 Fax: 501569.2018 1 Toll free: 877.569.0120 June 4, 2019 Mr. Corey Granderson City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 RE: Job 040486(Utilities) Job 040579 (Construction) College Ave. — Huntsville Rd. (Sel. Secs.) (Fayetteville) (S) Route 16 Section 3 Washington County Dear Mr. Granderson: Enclosed is your copy of the utility agreement approved on June 4, 2019, covering reimbursement for the adjustment of your facilities on the referenced job. You are authorized to proceed with advertising for bids. If you need additional right of way to accomplish your adjustments, you may proceed with the acquisition of this right of way. Please make sure Buy America requirements will be met. You are required to furnish a copy of each bid received and the bid tabulation sheet for our review and concurrence. Should you elect to award the contract to other than the low qualified bidder, the Department will participate only in the amount of the low bid. No construction work should be performed until you receive a written work order from this office. If I may be of assistance, please advise. Sincerely eith Mashburn Utility Coordinator Utilities Section Right of Way Division Enclosures C: "C" File District Engineer W/Enclosures Resident Engineer W/Enclosures #43 "U" File Construction Division — System Administrator McClelland Engineers -Nick Batker Job FilesVob #\Utility\Authorization to Bid Revised August 8, 2017 Rev. 08/07/2017 ARKANSAS STATE HIGHWAY COMMISSION HIGHWAY UTILITY CONSTRUCTION/RELOCATION AGREEMENT State Job No 040486 (Utilities) 040579 (Constr.) County Washington Federal Aid Project STP -9142(23) Job Location College Ave. — Huntsville Rd. (Sel. Secs.) (Fayetteville) (S) Route 16 Section 3 Utility Owner City of Fayetteville THIS AGREEMENT, made and entered into this day of :13net 20 k q_, by and between the Arkansas State Highway Commission, acting by and through the duly authorized representatives of the Arkansas Department of Transportation, with headquarters at Little Rock, Arkansas, hereinafter referred to as the "Department," and the City of Fayetteville, Arkansas acting by and through its duly authorized representatives, hereinafter referred to as the "Owner' WITNESSETH: The Department proposes to make highway improvements as specified under the above referenced job number and the Owner will adjust or relocate its existing facilities as set out in the attached plans and cost estimate. The Department will participate in the cost of said adjustment/relocation to the extent that eligibility is hereinafter established. Payment will be made on actual cost basis as mutually agreed between Owner and Department. This agreement is governed by all applicable State and Federal laws, rules, and regulations including the Arkansas State Highway Commission Utility Accommodation Policy adopted by Commission Minute Order 2010-146 as amended and supplemented, the Federal Aid Program Guide on Utility Adjustments and Accommodation on Federal Aid Highway Projects as amended and supplemented, and the provisions of 23 CFR § 645 as amended and supplemented. DESCRIPTION OF WORK: See Exhibit A on Page 4 The Department agrees that the required adjustment is 62.88% eligible for reimbursement for the total cost which is estimated to be $2,349,078.66 of which $1,477,100.66 to be paid by the Department and $871,978.00 is to be borne by Owner. Page 1 of 4 Rev. 08/07/2017 Job 040579 City of Fayetteville Owner will not commence work until authorized by the Department, and will then endeavor to begin within 210 calendar days and complete within 180 calendar days thereafter. On completion of said work, Owner is responsible for the cleanup and restoration of the work area including the disposal of surplus materials and debris. Final billing must include all supporting detail. Owner shall also submit one (1) set of as -built drawings at this time. Payment will be 100% of lump sum bills and actual cost bills, at the discretion of the Department a 10% retainage can be withheld and released upon completion of an audit review. All final bills for utility relocation are subject to review and audit by state and/or federal auditors. Expenses incurred under an actual cost agreement may be billed to the Department monthly in increments of $5,000.00 or more. Owner must maintain cost records and accounts to support the agreed adjustment/relocation work. Said records to be retained and available for inspection for a period of three (3) years from date of final payment. Owner shall be responsible for any and all hazards to persons, property, and traffic. With respect to traffic control, owner shall adhere to the requirements of the Manual of Uniform Traffic Control Devices as amended and supplemented. To the extent applicable to this agreement, the Owner shall comply with the Buy America requirements (as specified in 23 U.S.C. 313 and 23 CFR 635.410). The Owner is not required to change its existing standards for materials as long as the Buy America requirements are met. Buy America requirements take precedence over regulations pertaining to the accommodation or regulation of the Owner's facilities (as specified in 23 CFR 645) on contracts and agreements involving Federal -Aid Highway Program funding and precedence over regulations which allow the Owner to furnish materials from company stock (as specified on 23 CFR 645.117(e)). Company Stock materials that do not meet Buy America requirements may not be permanently incorporated into a Federal -Aid Highway Program funded project. The Owner must provide a definitive statement that all products permanently incorporated into the project are covered under the Buy America requirements. This requirement is fulfilled via proper signature and submission of the statement of charges form. In some circumstances, a waiver of the Buy America requirements may be granted by the Federal Highway Administration, to be determined on a project -by -project basis. ' Page 2 of 4 Rev. 08/07/2017 Job 040579 City of Fayetteville Owner shall be responsible for and shall hold harmless the Arkansas State Highway Commission, the Department and their officers and employees from any and all claims, actions, causes of action, suits, damages, losses or liability whatsoever, arising out of Owner's performance of the work subject to this Agreement. Notwithstanding anything hereinbefore written, neither the Owner nor the Department by execution of this Agreement waives or relinquishes any rights which either may legally have within the limits of the Law or Constitution, either State or Federal. City of Fayetteville ARKANSAS HIGHWAY COMMISSION Acting By and Through The ARKANSA NT of ANSPORTATION Name (Typed or Printed) ff r& irector Name (Typed or Printed) Signature Right of V /�!y Division Head Section Head -Utilities Section Page 3 of 4 Rev. 08/07/2017 EXHIBIT A Job 040579 City of Fayetteville Adjust water facilities to clear highway construction by abandoning 4,061 LF of twelve (12) inch, 1,545 LF of eight (8) inch, and 300 LF of six (6) inch water main complete with appurtenances. Restore service by installing 5,300 LF of twelve (12) inch and 1,170 LF of eight (8) inch water main complete with appurtenances. Adjust sewer facilities to clear highway construction by abandoning 193 LF of six (6) inch sewer main complete with appurtenances. Restore service by installing 230 LF of eight (8) inch sewer main complete with appurtenances. Of the 6,099 LF of main to be abandoned, 3,835 LF is located on private property; therefore, this work is 3,835 / 6,099 = 62.88% reimbursable. Owner will perform this work with competitively bid contract forces. Owner has elected to upsize 1,400 LF of eight (8) inch water main to twelve, (12) inch, and a betterment credit has been given the Department. Summary of Cost .Construction $ 1,775,000.00 Betterment ($ 72,250.00) Construction Engineering _ $ 89,672.00 Easement Preparation $ 15,456.66 Easement Cost $ 530,700.00 ROW Acquisition $ 10,000.00 Health Department Review. $ 500.00 Total $ 2,349,078.66 Reimbursable Cost $2,349,078.66 X 62.88% _ $1,477,100.66 Page 4 of 4 CHANGE ORDER NO. 2 CORNERSTONE CONSTRUCTION City of Fayetteville Staff Review Form 2022-0192 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 2/24/2022 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with Cornerstone Construction of Russellville, Inc. which will decrease the contract amount by $138,856.33. 5400.720.5600-5808.00 Account Number 11011.2001 Project Number Budget Impact: Water and Sewer Fund Water/Sewer Relocations - Bond Projects Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 6,930,734.00 $ 3,194,529.83 S 3,736,204.17 $ (138,856.33) 3, 875, 060.50 V20210527 Purchase Order Number: 2020-323 Previous Ordinance or Resolution # 103-20 Change Order Number: 2 Approval Date: 2-28-22 Original Contract Number: 2020-22 Comments: _ CITY OF . FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: February 22, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the Highway 16 Utility Relocations Project RECOMMENDATION: Staff recommends approval of Change Order 1 to the contract with Cornerstone Construction of Russellville, Inc. which will decrease the contract amount by $138,856.33. BACKGROUND: In March 2020, the City Council approved a contract with Cornerstone Construction of Russellville, Inc. for the construction of approximately 5,700 linear feet of 12-inch water main, 1,100 linear feet of 8-inch water main, and associated service connections (Res. 103-20). Change Order No. 1 was approved administratively and reduced the contract price by $6,377.78 to reflect field adjustments and quantity underruns mid -construction. DISCUSSION: The project is now completed and Change Order No. 2 will reconcile all quantities so that the final payment reflects the total contract amount. This project experienced many justifiable delays due to supply chain issues and COVID-19 staffing shortages. However, this change order will assess 100 days of liquidated damages as these days were simply unjustified, as acknowledged by the contractor. BUDGET/STAFF IMPACT: No impacts. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANS ARKANSAS Change Order No. 2 CHANGE ORDER Contract Title. Highway 16 Utility Relocations Bid: 20-29 - Construction Date of Issuance. February 18, 2022 To Conlraclor Cornerstone Construction of RusseMille, Inc ORDINANCEJRESOLUTION. 4D.20 Effective: February 19, 2022 The Contract is than eel as fellows: Bid Item No. Bid Item DescH tlon Previous Estimated QuantityMeasure Unit of Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated Cost 1.01 Mobilization 1 LS S 60,000.00 1 5 60,000.00 $ 60.000.00 5 60,000.00 1.02 Bonds and Insurance 1 LS S 17,40C.00 1 S 17.400.00 S 17,400.00 5 17,400,00 1.03 Act 291. 1993 Trench and Excavation Safety System 1 LS S 4,500.00 1 $ 4,500.00 S 4,500.00 $ 4,500.00 1.04 Erosion and Sediment Control 1 LS S 40,000.00 1 S 40,000.00 $ 40,000.00 S 40,000.00 1.05 Pre -Construction Video 1 LS S 1,50D.00 1 $ 1,500.00 $ 1,500.00 $ 1,500,00 1.06 Traffic Control 1 LS S 6,500,00 1 S 6500.00 $ 6,600.00 S 6500.00 1.07 Clearing, Gmbbin , Tree Removal 8 Misc Demo 1 LS 5 3,500.00 1 S 3,500.00 $ 3.500.00 S 3,500.00 1.08 Abandon and Salvage Existing Fire Hydrant 13 EA S 420.00 13 5 420.00 5 5.460.00 S 5,460.00 1609 Abandon Existing Valve 29 EA $ 300.00 29 5 300.00 S 8,700.00 $ 8,700.00 1.10 Abandon Existing Water Meter Setting 22 EA S 240.00 22 $ 240.00 $ 5,280.00 5 5,280.00 1.11 Abandon Existing Water Service Line co Main 11 EA $ 540.00 11 S 540.00 $ 5.940.00 S 5.940.00 1.12 Abandon Existing Water Main Under Highway 282 LF $ 6.70 367 5 6.70 S 1.889.40 $ 2,458.90 1.13 Connect New Service to Existing Meter Setting 5 EA 5 622.00 5 S 622.80 $ 3.114.00 S 3.114.00 1A4 Connect New Service to Existing Service Line 15 EA 5 446.28 15 5 446.28 $ 6,694.20 $ 6A94.20 IA5 Connect New Water Main to Existing Water Main 4 EA $ 1.689.75 4 S 1.689.75 5 6,759.00 5 6,759.00 1.16 Dual 1" Meter Setting w/PRV 5 FA $ 1,700,16 5 S 1,700.16 $ 8,500.60 S 8,500.80 1.17 Single 1" Meter Setting w/PRV 12 FA S 1,164.15 12 S 1.164.15 S 13 969.80 5 13 969.80 1.18 Single V Irri anon Meter Sewn w/PRV 1 EA S 1,387.32 1 S 1,387.32 S 1.387.32 S 1,387.32 1.19 1" Coated Copper Service Tubing 922 LF $ 19.87 922 S 19.87 S 18.320.14 S 18.320.14 1.20 1" Coated Copper Service Tubing 130 LF 3 32.25 130 5 32.25 S 4.192.50 S 4,192+50 1.21 8"x 1" Service Tap 5 EA S 489.22 5 S 489.22 S 2,446.10 $ 2,446.10 1.22 12"xl" Service Tap 14 EA $ 763.38 14 $ 763.38 $ 10,687.32 $ 10,687,32 1.23 12'x2" Service Tap 3 EA S 1,332.34 3 S 1,332.34 5 3,997.02 $ 3,997.02 1 24 6" PVC C900 DR14 Restrained Joint Water Main, Pipe Installation, Bartell , Grading 77 LF $ 33.09 77 $ 33.09 $ 2,547.93 $ 2,517.93 1.25 8" PVC C900 DR14 Water Main, Pipe Installation Backfilln Gradin 20 LF $ 33.59 20 S 33.59 S 671.80 S 671.80 1.26 8" PVC C900 OR14 Restrained Joint Water Main, Pie Installation Backfll , Grading 1278 LF $ 45.80 1276 S 45.90 $ 58.532.40 S 58.532.40 1 27 12" PVC C900 OR 14 Water Main, Pipe Installation BackfiRg, Grading 3930 LF S 51.31 3930 $ 51.31 S 201,648.30 S 201.648.30 128 12" PVC C900 DR14 Restrained Joint Water Main, Pipe Installation Backfill Grading 1751 LF $ 71.46 1751 $ 71.46 S 125,126.46 $ 125,126.46 1,29 1 112" HOPE SDR-9 Bored Casing 459 LF S 2T39 459 $ 27.39 S 12,572.01 S 12,572.01 1.30 3" HDPE SDR-9 Bored Casing 90 LF $ 34.65 90 5 34.65 S 3,118.50 $ 3.118.50 1.31 16" Min. Dia. Bored Steel Casing 415 LF $ 276.57 415 $ 276.57 $ 114,776.55 S 114 776.55 1,32 16" Min. Dia. Direct Bury Steel Casing 53 LF $ 76.13 53 $ 78.13 S 4.140.89 5 4.140.89 1.33 24" Min. Dia. Bored Steel Casing 338 LF S 325.59 338 5 325.59 S 110,049.42 S 110.049,42 1.34 24" Min. Dia. Direct Bury Steel Casing 264 LF S 101.01 264 S 101.01 S 26,666.64 S 26.666.64 1.35 3-Way Fire Hydrant 19 EA S 3,551.69 19 5 3,551,69 $ 67.482.11 S 67482.11 1.36 2" Gate Valve w/Box 4 EA S 1,050.74 4 S 1.050.74 $ 4,202.95 S 4,202.96 1.37 6" Gate Valve w/Box 18 EA S 1,46767 18 S 1.487.67 S 26,778.06 S 26,778.06 1438 8" Gate Valve WBox 11 EA $ 2,107,62 11 S 2,107.62 S 23,183.82 S 23 183.82 1.39 12" Gale Valve w/Box 1 EA $ 3,513.80 1 S 3,513.80 S 3,513.80 S 3.513.80 1.40 12" Butterfly Valve w/Box 18 EA S 9,791.43 18 S 9,791.43 S 176,245.74 S 176.245.74 1.4/ AWWA C153 Ductile Iron Water Main Fitbn s 7481 LBS S 19.33 7481 S 19.33 S 144.607.73 $ 144.607.73 1.42 2" x 6" Tapping Sleeve, 2" Tapping Valve w/Box 0 EA S 2,068.15 0 S 2,068.15 $ - $ 1.43 6" x 6" Tapping Sleeve. 6" Tapping Valve w/Box 3 EA $ 3,619,09 3 S 3,619.09 S io.ev.27 $ 10,857.27 1.44 8" x 6" Tapping Sleeve, 6" Tapping Valve wSox 1 EA S 4.123.48 1 5 4,123.48 5 4,123.48 S 4,123.46 1.45 8" x 8" Tapping Sleeve, 6" Tapping Valve w/Box 5 EA S 4.281.56 5 $ 4,281.56 S 21.407.80 S 21.407.80 1.46 12" x 12" Tapping Sleeve, 12" Tapping Valve w/Box 1 EA $ 7,275.03 1 $ 7.275.03 5 7.275.03 S 7,275.03 1.47 24" x 12" Tapping Sleeve, 12" Tapping Valve wfBox D EA $ 17,421.92 0 $ 17,421.92 S - 5 1.48 Double Cut and Cap Existing 2" Water Main 3 EA S 2,107.60 3 S 2,107.50 S 6,322.80 5 6.322.80 1A9 Double Cut and Cap Existing 6" Water Main 3 EA S 2,706.91 3 S 2,708.91 $ 8.120.73 S 6,121T73 1.50 Double Cut and Cap Existing 8" Water Main 4 EA S 2,959,26 4 $ 2,959.26 5 11,837.04 S 11,837.04 1.51 Double Cut and Cap Existing 12" Water Main 3 EA $ 3,994.57 3 S 3.994.57 S 11,983.71 S 11,983.71 1.52 Flowable Fill 100 CY $ 337.68 0 S 337.68 S 33,768.00 $ 1.53 Concrete Pavement Re air- Heavy Dury 220 LF $ 39.00 257 S 39.00 $ 8,580.00 $ 10.023.00 1.54 Concrete Pavement Repair- Light Duty 691 LF S 31.80 676 $ 31.80 S 21,973.80 5 21 496.80 1.55 1 Concrete Pavement Repair- Light Duty 90 SY $ 122.40 25 1 5 122.40 $ 11,016.00 $ 3.060.00 1.56 Concrete Sidewalk Repair 10 LF 5 44.40 82 5 44,40 S M4.00 $ 3,640.80 1.57 Concrete Curb 6 Gutter 80 LF $ 42-00 133 $ 42.00 $ 3,360.00 $ 5,586.00 1,58 Asphalt Pavement Repair 339 LF S 49.80 106 5 49.80 $ 16,882.20 S 5,278.80 1.59 Asphalt Pavement Repair 16 SY 5 129.60 1 5 129.60 S 2,073.60 S 129.60 1.60 Gravel Pavement Repair 231 LF S 10.06 262 S 10.Ofi S 2,384.22 S 2,635.72 1.61 Class 7 Aggregate Base Course t344 LF S 15.08 1504 $ 15.06 $ 20,267.52 $ 22,680.32 1.62 Fence CrossingRe air/Re lace 80 LF $ 74.28 80 S 74.28 S 5,942.40 S 5,942.40 Hwy 16 Change Order 2 FINAL 2022-02-18 Page 1 or 2 2118/20221:47 PM CITY OF FAYETTEVILLE ARKANS ARKANSAB Change Order No. To Contractor Cornerstone Construction of Russellville, Inc The Contract is than ed as follows CHANGE ORDER Contract Tifle: Highway 16 Utility Relocations Bid: 2049- Construction Dale of Issuance: February 18, 2022 ORDINANCE/RESOLUTION: 40-20 Effective: February 19, 2022 Bid Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cast Revised Estimated Cost 1 w63 Blow Off Assemb 1 EA S 1,53SA6 1 S 1,535.16 S 1.535,16 $ 1.535.16 1.64 Trace Wire Connection IT W A P 0 EA $ 234.53 0 S 234.53 $ $ 1,65 6" Anchor Collar 1 EA $ 2885.40 1 $ 2A85.40 S 2,885.40 S 2,885.40 1.66 1T Anchor Collar 1 EA $ 3,935.68 1 S 3,935.68 $ 3,935.68 S 3,935.68 1.67 Bank Stabilization 190 LF $ 30.17 190 S 30.17 S 5,732,30 S 5,732.30 1.68 4" PVC SCH40 Sewer Service 200 LF 5 66.56 143 $ 66,56 S 17,312.00 S 12.378.08 1.69 6' PVC SCH40 Sewer Service 20 LF $ 133.21 0 $ 133.21 S 2,664.20 $ 1.70 Soft Shovel Locate Existing Sewer Service Line ARDOT R/W 6 EA $ 240.00 6 $ 240.00 $ 1.440.00 S 1."0.00 1.71 Plug Abandoned Sewer Main At Emsting MH 1 EA $ 720.00 0 S 720.00 S 720.00 S 1.72 Plug Abandoned Sewer Service at Main 0 EA $ 1,020.00 0 S 1,020.00 $ S 1.73 Abandon Sewer Manhole 2 EA S 3,582.60 2 S 3.582.60 $ 7.165.20 S 7,165.20 1.74 Abando Sewer Man Under Hiahwav 193 1 LF 5 6.70 193 S 6.70 S 1,293.10 $ 1,293.10 1.75 Sewer Service Cleanout 6 EA $ 685.12 5 S 885.12 S 5,310.72 5 4,425.60 1.76 Sewer Service Tap Main - 4" 4 EA S 1,042.80 0 S 1,042.80 S 4,171.20 $ 1.77 Sewer Service Tap Main - 6" 0 EA 5 1.074.50 1 5 1.074.50 S S 1,074.50 138 Connect New SawerS� i to Existing Sewer 6 EA S 814.16 5 S 814.16 $ 4 8"96 $ 4,070.80 CO1.79 8' SDR-26 Gravity Sewer Main 8 Testing 370 LF S 72.80 310 $ 72.80 S 26 936.00 S 22,568.00 C01.80 4' Dia. Sewer Manhole 8 Testing 3 EA 5 4,950.00 3 S 4,950.00 5 14.850.00 $ 14,850.00 CO1.81 Concrete Pavement Repair - Heavy 100 SY $ 135.00 102 1 S 185.00 $ 18,500.00 S 18,870.00 CO1.82 4" Dia. HOPE SDR-9 Bored Caste 120 LF $ 48.95 105 $ 48.85 $ 5,874.00 S 5,139.75 C01.83 Connect Sewer Main to ExistingManhole 1 EA S 1,860.00 1 S 1,860.00 S 1,860.00 S 1,860.00 C01.84 Tree Removal 1 LS 1 $ 750.00 1 1 S 750.00 1 S 750.00 S 750.00 CO2.85 Contractor Liquidated Cam as 0 DAY 1 $ 100 1 S 750.00 $ S 75 000,00 a i,oes,�lls.a� a i,o4a,o4 r.un Net Cast for this Change Order S (t31,851i.33) The anginal Contract Price was Net change by previously aulhenzed change orders The Contract Price prior to this Change Orderwas The Contract Price will decrease by The new Contract Price including this Change Order will be The Contract Tim will increase by Required dales of Completion as of the date of this Change Order therefore are: Substantial Completion Final Completion NOTE: This summary does not reflect changes in the Contract Price Change Orders - Recommended Bv: McClelland Consulting Engineers `Irk 02118/2022 BY DATE pied By: Coon ne Conslnklion of Russellville, Inc. Y _ ATE Hwy 16 Change Order 2 FINAL 2022-02-18 Page 2 of 2 2115/20221:47 PM City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 WATER SEWER (720) 2020 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A BA is needed within the Water/Sewer Relocations -Bond Projects for the Hwy 16 Utility Relocations Project. The Arkansas Department of Transportation has requested utility relocations to prepare for the widening of Hwy 16 - 15th Street from S College Ave to Huntsville Rd. The BA is needed to recognize 62.88% of the project cost that is reimbursable from the Arkansas Highway and Transportation Department. COUNCIL DATE: 3/17/2020 LEGISTAR FILE ID#: 2020-0200 KevLi/SPr *� 3/2/2020 1:58 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: RESOLUTION/ORDINANCE GLDATE: 3/17/2020 CHKD/POSTED: TOTAL Account Number 1,552,145 1,552,145 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.20191231 Account Name 5400.720.5600-5808.00 1,786,509 - 11011 2001 EX Water Line Improvements 5400.720.5600-5314.00 5400.720.5600-5810.00 151,215 530,700 11011 11011 2001 2001 EX EX Professional Services Easements 5400.720.5600-4309.00 5400.720.5600-5808.00 1,552,145 (916,279) - 11011 11011 2001 1 RE EX Federal Grants - Capital Water Line Improvements H:\Budget Adjustments\2020_Budget\City Council\03-17-2020\BA 2020-0200 Cornerstone Hwy 16 Relocations.xlsm 1 of 1