Loading...
HomeMy WebLinkAbout115-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 115-20 File Number: 2020-0270 BID #20-36 CROSSLAND HEAVY CONTRACTORS: A RESOLUTION TO AWARD BID #20-36 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT $3,144,343.60 FOR THE CONSTRUCTION OF IMPROVEMENTS TO CENTENNIAL PARK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $314,434.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 SALES TAX BOND PROJECT 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 #20-36 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $3,144,343.60 for the construction of improvements to Centennial Park, and further approves a project contingency in the amount of $314,434.00. 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. PASSED and APPROVED on 4/7/2020 Page 1 Attest: ��`�►r1 t, 1 rJ r.Prf� U; FAYETTEVILLE' ' Kara Paxton, City Clerk Treasured Printed '' + `± G��'N City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File 0 File Number: 2020-0270 Agenda Date: 4/7/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 8 BID #20-36 CROSSLAND HEAVY CONTRACTORS: A RESOLUTION TO AWARD BID #20-36 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT $3,144,343.60 FOR THE CONSTRUCTION OF IMPROVEMENTS TO CENTENNIAL PARK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $314,434.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 SALES TAX BOND PROJECT 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 #20-36 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $3,144,343.60 for the construction of improvements to Centennial Park, and further approves a project contingency in the amount of $314,434.00. 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. City of Fayetteville, Arkansas Page 1 Printed on 41812020 City of Fayetteville Staff Review Form 2020-0270 Legistar File ID 4/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Ted Jack 3/19/2020 PARKS & RECREATION (520) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends Resolution to approve a contract between the City of Fayetteville, AR and Crossland Heavy Contractors for improvements to Centennial Park for $3,144,343.60 and approval of a budget adjustment. Budget Impact: Various Various Account Number Fund 46xxx.7501 Centennial Park Project Number Project Title Budgeted Item? Yes Current Budget $ 2,852,185.00 Funds Obligated $ 42,352.22 Current Balance 2,809,832.78 Does item have a cost? Yes Item Cost $ 3,144,343.60 Budget Adjustment Attached? Yes Budget Adjustment $ 900,426.00 Remaining Budget t 565.915.18 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE 4Y ARKANSAS MEETING OF APRIL 7, 2020 TO: Mayor and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff Connie Edmonston, Park and Recreation Director Chris Brown, City Engineer FROM: Ted Jack, Park Planning Superintendent DATE: March 20, 2020 SUBJECT: Resolution to approve a contract between the City of Fayetteville, AR and Crossland Heavy Contractors (Bid 20-36) for improvements to Centennial Park for $3,144,343.60 and a project contingency of $314,434.00 for a total of $3,468,777.60 and approval of necessary budget adjustments. RECOMMENDATION: Resolution to approve a contract between the City of Fayetteville, AR and Crossland Heavy Contractors (Bid 20-36) for improvements to Centennial Park for $3,144,343.60 and a project contingency of $314,434.00 for a total of $3,458,777.60 and approval of necessary budget adjustments. BACKGROUND: In early 2018, the City of Fayetteville accepted a grant from The Walton Family Foundation, Inc. to purchase approximately 228 acres known as "Centennial Park at Millsap Mountain" for the development and expansion of a soft surface trails system for competitive and general recreation opportunities. As designated in the grant and as planning guidance, the Trailblazers, in conjunction with the City and general public, developed a master plan for the park. This plan was reviewed and approved by Fayetteville City Council on June 4, 2019. Soon after the City's acquisition of the property, it was announced the 2022 World Cyclocross Championship would be hosted at Centennial Park. In order to implement necessary portions of the master plan and prepare the site for the 2022 event, Fayetteville and the Trailblazers have combined efforts for construction of phase 1 improvements of the master plan, with the City concentrating efforts on park infrastructure and the Trailblazers concentrating on construction of the soft surface cycling infrastructure. This contract is for the city sponsored work, with a portion of the work being funded by the Trailblazers as outlined in a Cost Share Agreement. A map showing infrastructure to be built by both the city and NWA Trailblazers for Phase I of the park is attached. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: The work to be done under this contract is funded by multiple funding sources from the city and from the NWA Trailblazers. The bid documents were developed in a manner to allow for easy tracking of costs related to each funding source. Most of the city funding comes from 2019 bonds in Parks, Trails, and Transportation. Water and Sewer is funding work from their capital budget. This construction contract and the Cost Share agreement with the NWA Trailblazers are scheduled to be approved at the April 7th Council meeting. The Cost Share Agreement should be approved first, followed by the construction contract. BUDGET/STAFF IMPACT: The work of this contract and contingency funds comes from the following sources: Funding Source Parks and Recreation Bond Transportation Bond Trail Bond Water and Sewer NWA Trailblazers Total Bid Cost Contingency Sub Total Totals $1,177,541.60 $117,754.00 $1,295,295.60 $736,781.00 $73,678.00 $810,459.00 $397,485.00 $39,749.00 $437,234.00 $219,553.00 $21,955.00 $241,508.00 $2,784,496.60 $612,983.00 $61,298.00 $_674,281,00 $674,281.00 $3,144,343.60 $314,434.00 $3,458,777.60 City Staff from Engineering, Trails, and Parks will manage this project. Transportation will install the asphalt on the 16' wide hard surface trail / access drive at an estimated cost of $98,000. Attachments: Staff Review Form Bid Tab 20-36 Contract Phase One Graphic Division of Work Graphic Aft CITY OF ��FAYETTEVILLE ARKANSAS Bid 20-36, Construction - Centennial Park Improvements Official Rid Tabulation Liore!d Jordan, Mayor Dates of Acvertisemert 02.1L202C and 02-,&2020 issue Date: 03 12 2020 Number of Acdeneums! Certification of Funds: S. 3,250,000.00 Max Award Amount S 3.937,500 00 Bid No. 20-36 Date: 03 19.2020 Time. 2.00 PM ITEM ESTIMATED NO DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. DIAMOND C CONSTRUCTION GOODWIN&GOODWIN, INC. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization EA 1 5 19.659,00 S 19,659 DO 5 70,323.00 $ 70,323.00 3 25,00000 5 25.000-00 2 'Insurance and Bonding EA 1 5 18,066,00 S 18.066-00 5 70.000.00 S 70,000 00 5 25.00D-00 5 25.00D.00 3 Staking EA 1 $ 6.514,00 .$ 6,514.00 5 11,500.00 $ 11,500.DO $ 25000.00 $ 25,000.00 4 (Demolition EA 1 5 5,515,00 $ 5.51500 5 23,000-00 5 23,00000 S 65,00000 5 1 5 IMaintenance of Erosion Control EA 1 5 12,332.00 5 12,33200 S 11.500 GO 5 11,50000 $ 30,000-00 $ 30,000.00 6 Femoorary Rock Check Dam EA 3 5 431.00 rr 1.29300 5 57!ism S 1.725,00 S 600.00 S 1,80000 7 Femtprr SAT Ferce LF 850 $ 3.00 S 2,55D 00 S 1A5 5 2,932,50 S 350 5 2,975.00 B SIR Red Inlet Protection LF 24 S 9,00 S 216 DO 23.96 5 575-04 5 25.00 $ 600.00 9 4' Orange Construction Fencing for Tree Preservation LF 740 $ 3.00 $ 2,220 DO $ A-05 $ 2,997-00 $ 6.00 $ 4,440.00 10 Permanent5cour Stop SF 530 1 5 1100 S 5,83000 5 2164 S 11.469,20 5 3000 S 15,900.00 11 Turn Around Remove Topsoil CY 573 5 14.00 S 8,022. DO 5 1S 21 S 8.715-33 S 800, 5 4,584-00 12 Turn Around Structural Fill CY L052 S 1S.00 5 1 78Q00 S 14-49 5 15,24348 S 22AD 5 23,144-00 13 1 Turn Around Undercut and On -Sire Stockpile CY 1,907 $ 600 $ 11,442-00 $ 8.51 $ 16,228.57 $ 800 $ 15,256-00 14 Parking Lot Remove Topsoil CY 610 S 1400 5 8,54000 $ le 82 5 9,040-20 5 900 5 4.88000 15 Parkin ,Lot Structural Fill CY 1,623 S 15. DO S 24.34500 5 14.60 S 23,695.90 S 2200 5 35,706.00 16 .Parking Lot Undercut and On -Site Stockpile CY 1,247 $ 600 $ 7,48200 S a.58 $ 10,699.26 $ BOO $ 9,976.00 17 IParks General Remove Topsoil CY 3,165 S 1400 S 44,31aD0 5 1418 S 4g879.70 S 8 GO S 25.320.00 18 (Parks General Cut And On -Site Stockpile CV 2.373 5 6.00 5 14,238 00 $ 8 84 $ 20,977 32 S goo 5 18,984.00 19 Parks General Fill From On -Site Stockpile CY 7.900 $ goo $ 63,200 00 S 9.32 S 73,629.00 5 8 OD S 63,200.00 20 (Emergency Road North Structural Fill CY 550 $ 1500 5 9,25000 5 1464 $ 8,052-00 $ 22.00 $ 12,100 00 21 IEmergency Road North Undercut and Or -Site Stockpile CV 850 $ 600 $ 5,10000 $ 8 CO 5 6,30000 $ Soo $ 6,800.CO 22 IEmer envy. Road North General Fill CY 1 1.309 .5 800 1 5 10.464.001 S 9.32 1 S 12,19056 $ 1600 S 20,92800 ITEM ESTIMATED NO DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC- DIAMOND C CONSTRUCTION GOODWIN & GOODWIN, INC. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 23 Emergency Road North Remove Topsoil CY 1,663 $ 14 0O 5 23,282 00 $ 14.84 $ 24,678.92 $ 800 $ 13,3C4 00 24 Rock Excavation CY 100 S 164.00 S 16,400.00 S 20000 S 2QOCO 00 5 25000 S 25,0130.00 25 12" HDPE Storm Pie CY 300 5 47 00 S 14,100.00 $ 28,26 $ 8.47800 S 3000 5 9,00000 26 4'.4' Curb biLn EA 3 5 3,88800 5 11,664.00 j 3,526.67 3 10-580 C1 4,30000 $ 12,900 00 27 12" HDPE Flared End Section EA 2 S 58300 $ 1.16600 5 526-13 $ 1,052 26 S 47500 S 950 00 28 18" RCP Flared End Section EA 2 5 109800 $ 2,196 00 S 862,50 S 1,725 CO 5 62500 S 1,25000 29 Detention Basin Outfall Structure EA 2 5 8.80500 5 17,610 00 $ 30,580.00 S 2L160.00 5 11,SC0 00 $ 23,00000 30 Concrete Weir EA 1 5 7,87100 $ 7,871-00 S S, 175 CO $ S,175 00 S 5.30000 $ 5,3CO 00 31 Concrete Pioe Collar for Storm Pipes EA 1 5 5 674 CO S 3.370.00 S 1.150.00 $ 5.75000 S 1,300.00 $ 6,5CO 00 32 Parkin Lot 2" Asphalt SY 3.160 S 1400 $ 44.240-00 S 14.74 S 46.578 40 5 1340 5 42,344 00 33 Parkin Lot 6" Class 7 Base SY 3,610 $ 1100 S 39.710 00 5 1055 S 38,085 50 5 1100 S 39.710 DD 34 Parking Lot Curb and Gutter LF 1.450 5 1900 S 27.550.00 5 2063 S 29,913 50 5 26.00 S 37.700.00 35 Turn Around 3" Asphalt SY 3,070 S 19 C0 S 58,33000 5 20.33 1 5 62,413 10 $ 19.00 5 58,330.00 36 Turn Around 10" Class 7 Base SY 3,550 S 15.00 S 53,250.00 5 19. 18 S 68.089 00 S 16.00 $ 56.800 00 37 Turn Around Curb and Gutter 1F 1.100 $ 1900 S 20,90000 S 20.70 5 22,77000 $ 26,00 S 28,600.00 38 Mountable Curb and Gutter LF 20 $ 1800 S 360.00 5 2170 S 41400 S 25,00 S 500.00 39 Flush Curb LF 190 $ 18.00 S 3,420.00 5 20.70 5 3,933-00 S 25.00 S 4.75000 40 Standard Duty Concrete Sidewalks SY 886 S 56-00 $ 49,616 00 $ 5906 5 52,327.16 S 45.00 $ 39,870-00 41. Concrete Steps LS 1 S 2,906.00 S 2,90600 5 6.382.50 5 6.382-50 S 4,500.00 $ 4.50000 42 Emergency Road North 10" Class 7 Base SY 1,790 5 14.00 5 25,060,00 $ 2000 .S 35.80000 $ 16.00 S 28.640.00 43 51rioin4 LF 3,900 5 1.00 5 3,90000 $ 0.46 5 1.79400 5 1-50 5 5,850.00 44 Pavement Markin Symbols EA S 5 235.00 S 1,175-00 S 63.25 5 316-25 5 425.00 $ 2,125-00 45 Access Gate and Bollard LS 1 $ 3,225.00 5 3,22500 S 3,450.00 5 3,45000 5 2,500.00 $ 2,500-00 46 Restroom LS 1 S 87.78800 $ 87.78800 S 82,62100 S 82.627-00 $ 120,00000 S 12Q000.00 47 Site Sign with Base EA 7 $ 29300 $ 2,051,00 j 316.25 S 2.213-75 $ 600.00 S 4.200.00 48 Park Bench EA 2 S 2,192 CO $ 4,382.00 .$ 2,185.CD S 4,370-00 S 1,600.00 5 3.200.00 49 Bike Rack EA 2 S 568.CO $ 1.136.00 $ 575.00 $ 1.150.00 $ 85000 S 1,700.00 50 Proposed Tree Deciduous £A 35 S 465.00 S 16.275 00 S� 476-43 $ 16,67505 S 325.00 S 11.375-00 51 Proposed Shrub EA 40 5 6400 $ 2,560-00 S 57.50 $ 2,300 DC 5 6000 S 2,40000 52 Native Grasses (Blue Heaven Little Bluestem) EA 110 S 47-00 S 5.170-00 S 38.16 5 4.197.60 5 20.00 5 2,200.00 53 Bermuda Sod Groundcover SY 5.700 5 3-00 S 17,1C0.00 $ 5-56 S 31,692 00 5 5-00 5 28,500 00 54 Native Wildflower Seed/Pollinator Mix SY 1,890 5 014 $ 26460 $ 128 $ 2,41920 S 2.00 S 3,78000 55 Steel Ek,.E LF 430 5 goo 5 3,87000 5 5 35 $ 2,300 50 5 4 DO 5 1.72000 56 Double Past Hinged Bollard at Emergency Entrance EA 3 S 2.371.00 S 7.113.00 $ 1,49500 $ 4,48500 S 3.00000 5 9,00000 57 Quazite Fiber Pul9px EA 12 $ 80100 5 9.612.00 5 1,15000 5 13,800 00 5 80000 5 9,60000 58 2" Fiber Conduit (IT Conduit along New main Entry Road LF 1,800 5 700 $ 12,600,00 5 6,39 S 11,502.00 S 1800 5 32,400, DO 59 T' Fiber Conduit it Parking/Drop off Area LF 550 5 700 $ 3,850.00 $ 690 $ 3, 79S.00 S 1600 , S 8,900,00 150 2" Spare Conduit added to Trench LF 550 S 200 S 1.100.00 1 5 6 26 1 5 3,45400 $ 600 5 3.300.00 151 Hose Bibb EA 7 5 75100 S 5.257.00 $ 32856 $ 2,30006 5 800.00 5 5,600 GO ITEM ESTIMATED VO DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. DIAMOND C CONSTRUCTION GOODWIN & GOODWIN, INC UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 62 1" Domestic Water line LF 200 $ 4900 $ 9,80000 S 2500 5 5,000.00 5 1400 $ 2,80000 63 Backflow Preventer 1 5" LS 1 5 3,52100 $ 3.521.00 5 1.485.CO $ 4,48500 $ 2,50000 j 2,5C0 00 154 ;2" Irrigation Line LF 850 $ 33 00 $ 28.050 00 $ 13,87 $ 11,789 50 $ 1600 13.600 00 65 4" PVC Sanitary Sewer Lire LF 2.300 $ 3200 5 73,600 00 5 16-65 5 38.295 00 $ 26 DO 5 59,800 00 66 4" PVC Sanitary Sewer Cleanouts EA 30 5 679.00 $ 20,370A0 $ 13134 5 3.91C.20 5 30000 5 9,00000 67 Power Pole EA 1 $ 2.935.00 $ 4935 00 $ 8,625,00 i 9.625.00 5 1,300 DO 5 1,30000 68 Underground Primary Electric and Conduit LF 430 $ 2100 5 9,46&00 5 22.74 $ 9,77820 5 2200 $ 9,460 DO 69 Underground Secondary Electric and Conduit LF 260 $ 1900. $ 4,940.00 $ 29_C9 $ 7,563.40 $ 22 DO $ 5,72000 70 Under oundLihtin Electric LF 1800 $ 1600 5 28,80000 $ 29.07 $ 52,326.00 S 1400 $ 25.20000 71 Under round Electric Pull Box EA 8 5 801.00 5 6,408 00 S 1,322 50 $ 10,5&0, 00 5 925 00 S 7,4CC.00 72 Electric Transformer Pad EA ] 5 2,935 00 5 2,935 00 $ 1,725 00 $ 1,725.00 5 L600.00 $ 1,600 00 '73 L' ht Pole and Base. EA 7 S 6,224.00 $ 43,568,001 $ 4,600..00 $ 32,200. 00 5 900000 $ 515.1300 GO 74 LED Site LI ' IJ rij Fi KWres EA 9 S 2,964 00 1 S 26.676001 5 4,47223 S 40.250 07 S 3,0Dp.00 5 27,000 0:1 WATER ANO SEWER FUNDS 75 M(ibdiaation L$ l S 3.228,00 S 3,22800 S 11," cc S 11.5W.D0 $ 7r5im DO s 7,500-Op 76 Insurance and Bonding LS 1 5 4.713-00 5 4,713.00 5 11,500 00 5 11.500 00 5 7.50000 $ 7,500-00 77 Staking L5 1 5 3,25700 5 3.257.00 $ 11.500 Co 5 11.500.00 S 3,500.00 3,50000 78 3"Water Main LF 2,350 5 4600 5 108.100.00 5 4532 S 106,502.00. $ 3200 5 75,200-00 79 Full Depth Backfill (Class 7) - Water Lire Work LF 1,625 5 23.00 5 37,375.00 5 18.99 5 30.858,75 S 13,00 S 21.125.00 80 Hydrant EA 2 S 5.767.00 5 11.534,00 5 5,175.00 5 10.350.00 5 4,200-00 5 8,400-00 81 MJ Ftttir, s EA 15 5 85500 S 5 835.67 5 12.53SX5 5 875.DO 5 13,125.00 82 3" Irrigation Valve EA 1 S 1,331,00 $ S 977.50 5 97750 S 1.000,00 S 1,000.00 83 2" Irrigation Valve EA 1 5 1.170-00 S S 690-GO 5 690.00 5 BDO.OD s 900.00 84 6" MJ Gate Valve EA 1 5 _133-00 5 d2.1333.OD S 2,300.00 S 2,300.00 5 1,SDD.00 g 1,500.00 85 8" MJ Gate Valve EA 6 S 2,787.00 S 5 1.61000 5 9.660.00 $ 1,82500 $ 10,95000 86 Ta pin Sleeve EA 2 S 5,363-00 S S 4,140-CC S 8.290.00 5 4,50000 $ 9,00000 B7 Root Prunin LS 1 $ 6,439-00 5 S 11,500.00 5 11500.00 $ 5.000.()0 $ 5,00000 TRANSPORTATION BONDS 88 Mobilization ILS 1 $ 14,611.00 5 14,61100 S 15,640.00 5 15.640.00 $ 35,00000 $ 3S.00000 89 Insurance and Bonding I_S 1 5 5,60500 S 5,605.00 $ 17,500.00 5 11,500.00 $ 35,000.00 j 35,000.00 90 .Stakin LS 1 $ 6,514.00 $ 6,51400 S 11,500.00 > 11,500.00 $ 15,000.00 5 15,D00-W .91 Maintenance of Erosion Control LS 1 $ 6,166.00 5 6,16600 5 5,75000 5 5,750.00 5 14,000.00 $ 14.000.00 92 •4' Orange Construction Fencing for Tree Preservation LF 1,745 $ 3.00 $ 5.235..00 $ 4.09 $ 7,137-05 $ 600 $ 10.470.00 93 Temporary Rock Check Dam EA 2 $ 431.00 5 86200 $ 575.00 $ 1,150.00 $ 60000 1,200.00 94 Temporary Silt Fence LF 2,100 $ 3.00 5 6,30000 $ 3.45 S 7,245.00 $ 3-50 5 7.350.00 135 Straw Wattle LF 110 S 3.00 5 330-00 $ 3.45 $ 379-50 $ 4-00 5 440.00 96 Permanent Scour Stop SF 200 5 11-00 5 2,200.00 $ 21..57 $ 4,314.00. $ 30-00 5 6.000.00 97 Permanent Turf Reinforcement Mat for Channel Protection SF —250 5 1.50 $ 3,37500 $ 1..30 $ 2,925.00 $ 200 .$ 4.50D,00 138 12" HDPE Storm Pipe LF 55 5 47.00 $ 2,585.00 5 67.23 $ 3,69765 $ 3000 5 1,65000 F139 15" HDPE Storm Pipe LF 85 S 54.00 5 4,59000 S 66.23 S 5,62955 $ 3500 1 S 2,97500 ITEM ESTIMATED IVO DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. DIAMOND C CONSTRUCTION GOODWIN & GOODWIN, INC. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 100 18" HOPE Storm Pipe LF 140 5 64.00 5 8,960.00 $ 52.37 5 7,33180 5 40-00 5 5.60000 101 24" RCP Storm Pie LF 335 S 99.00 5 33.165-00 $ 53.47 5 17,91245 $ 60.00 5 20.100 00 102 12" HOPE Flared End Section EA 1 $ 583.00 5 583.00 S 833.75 5 83375 S 35000 $ 350,00 103 15" HOPE Flared End Section EA 1 5 560.CO S 56000 5 833.75 $ 83375 5 400 DO $ 40000 104 Detention Basin Outfall Structure 'EA 1 S 11,704.00 $ 11,704 DO 5 5,17500 5 5,175-00 $ 8.500.00 S 8.5DO-00 105 Concrete Headwall GA 1 5 9,218 00 5 9,219-00 5 8,625_00 5 8,625.001 5 2.500.00 $ 2$00.00 106 Coecmte End Wall withgnd Cap Weir Plate EA 1 $ 2,399.00 5 2,199.00 S 5,750.00 5 5,7SO' $ 2. "00 5 2?0-00 .107 Native Slone Rip -Rap Pad :iF 160 S 23.00 $ 3,68Q00 S 1438 $ 2,300.80 S 30.00 5 4,800 00 108 Conci ete Pipe Collar for Storm Pipes EA B 5 326.00 S 2,608.00 5 57500 $ 4,600 00 $ 1.300,00 $ 10,40000 109 Proposed Tree Deciduous IEA 11 5 465.00 5 5,115 DO 5 47569 $ 5,232-59 5 325-00 5 3,57500 110 Proposed Shrubs Eq 21 S 64.00 S 1,344.00 $ 5750 S 1.20750 S 60-00 5 1,260.00 111 Native Grasses (Blue Heaven Little Bluestem) EA 21 $ 4700 5 987.00 5 38.34 $ 80514 $ 20.00 5 420,00 _L12 Fescue Sod Groundcover SY 9,000 S 3-00 5 27,000 DO $ 9.00 5 81,000 00 5 6-00 $ 54,000.00 113 Steel Edging (as called out on Landscape plan) LF 200 S 9.00 $ 1.80000 5 5-06 5 1.012.00 $ 400 $ 80000 114 Main Road Clearing and Grubbing with Trees AC 3 $ 5,262.00 $ 15,84600 S 11,500.00 5 34,500 CO 5 6,0D0.00 S 18,000.00 115 Main Road Remove Topsoil CY 2 fi09 $ 1500 5 39 135.00 S. 14.88 5 38,82192 S 800 5 20,872.00 116 Main Road Structural Fill (under road and sideslopes) CY 12,600 $ 17.00 $ 214,200-00 $ 14.50 $ 182,70000 $ 22 DO 5 277,200,00 117 Main Road Undercut and On -Site Stockpile CY 3,245 5 600 $ 19,470,00 < 8 51 $ 77,614 q5 5 in nn 5 IZ4511 nn 118 Rock Excavation CY 100 $ 164.00 5 16,400.00 S 20000 $ 20,000 00 5 25000 ' 25,000.00 119 Main Entry Road 3" Asphalt SY 5,350 $ 18,00 5 96.300.00 5 19.74 5 105,609.00 5 24-00 S 129,400.00 120 Main Entry Road 10" Class 7 Base SY 5,750 $ 15.00 S 86.250.00 $ 20.15 $ 115,862.50 S 20.00 $ 115,000,00 121 Pavement Marking Symbols EA 2 S 23500 5 470,00 S 63.25 5 12650 5 42500 $ 85t1.00 122 Main Entry Curb and Gutter LF 90 S 1900. S 1.710,00 $ 2077 $ 1,86930 S 3000 S .2,7W.00 123 Road WideningRemove Topsoil CY 28 5 21.00 S 588 GO $ 3635 5 1.01780 $ 1000 $ 28000 124 Read Widening General Fill CY 120 5 14 DO S 1,68000 5 40 49 5 4,858-80 5 35 DO 5 4,200.00 125 Road WideningStructural Fill CY 32 5 3100 S 992.00 5 40.43 5 1.29376 $ 45,DO 5 1.440.00 126 Road Widening Undercut and On -Site Stcckpile CY 1,670 $ 1200 1 $ 22,44000 5 923 5 17.260.10 1 5 20.00 5 37,400.DO $ 14,30000 $ 26.30 S 14,465.001 5 _ 2000 1$ 11,000.00 127 Lc 1 :': J01•1:�. 11,"C11, SY 550 $ 2600 •LS 128 Mobdiiation• 1 5 10.32900 5 10.329,00 S 11,5D000 $ 11,50000 S 30,000.00 3 30,000.00 129 Insurance and Bonding LS 1 5 5,565,00 S 5.565.00 5 11,50000 5 11,50000 S 30,000.00 $ 30,000-00 130 IStaking LS 1 $ 6,514.00 $ 6,51400 5 11,50D00 $ 11.50000 $ 25.000.00 5 2S,D0000 131 Temporary Construction Entrance EA 1 5 1.916.00 5 1,91600 $ 2,300-00 $ 2,300.00 $ 2,000.00 5 400000 132 Cornete Washout EA 1 5 556-00 S 556.00 5 1,495-00 S 1,495.00 5 1,000.00 5 1.000.00 133 ITemporary Silt Fence LF Z450 5 3-00 5 7,35000 5 3.45 5 8.452.50 $ 3.50 S 8.575.00 134 IBid Red Inlet Protection LF 24 $ 9.00 $ 216.00 $ 14.38 5 345 12 $ 2500 $ 600 DO 135 Tem orary Rock Check Dam EA 2 5 431.00 5 862.00 S 525,:0 S L15000 1 $ 600.00 S 1.:OD_C74 11TEM ESTIMATED NO, DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC DIAMOND C CONSTRUCTION GOODWIN &GOODWIN, INC. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 136 4' Orange Construction Fencing for Tree Preservation LF 585 S 3.00 S 1.755.00 5 403 5 2.357.55 S 600 $ 3,51000 ]37 Permanent Scour Stop SF 32 S 1100 5 35200 S 2157 S 69024 $ 3000 S 96000 138 12" HDPE Storm Pipe LF 6S S 51 GO S 3,31500 S 4114 S 2,674.10 $ 30 00 S 1,950 00 139 18" HDPE Storm Pipe LF 30 5 7600 S 2.28000 5 57 31 5 1,719.30 5 4000 S 1.20000 140 24" RCP Storm Pipe LF 290 S 9900 S 29.710 00 5 52 89 S 15,338.10 5 60 CO 1 17,400 00 141 4'x4' Area Inlet EA 1 5 3,73200 5 3.73200 S 4.02500 $ 4,02500 $ 4,500 CO S 4,50000 142 4'x4' Curb Inlet EA 3 5 359800 S 10.794 00 5 4.02500 $ 12.075 00 $ 4,30000 S 12.900 00 143 Concrete Pipe Collar for Storm Pipes EA 1 $ 544.00 5 54400 5 57500 $ 575 DO $ 1,30000 $ 1.30000 144 Emergency Road South Clearing and Grubbing with trees AC 0.5 $ 5.281.00 $ 2.64050 $ 11,500 CO $ 5,750-00 $ 6,00000 $ 3.00000 145 Emergency Road South Remove Topsoil CY 2,520 $ 14.00 $ 35.280 00 5 1494 $ 37,396-80 5 800 5 2Q160-00 146 Emergency Road South General Fill Cy 2,100 5 11 00 S 23.100.00 S 9-31 S 19,551.00 $ 20.00 $ 42,000.00 147 Emergency Road South Structural Fill CY 2,450 5 1700 5 41.650,00 5 14.56 $ 35.672 00 $ 2&00 $ 63,700.00 148 Emergency Road South Undercut and On -Site Stockpile CY 2,753 $ 600 $ 16,518 00 $ 8.78 $ 24.171 34 5 2000 5 55.06000 149 Pond G General UnderCut and On -Site Stockpile CY 700 5 600 S 4.20000 5 8.63 S 6.041.00 5 20-00 5 14,000.00 150 Pond G General Fill CY 1,365 S 1100 S 15.015 00 S 927 5 12.653 55 $ 1600 S 21,840 00 151 Pond G Toosoil Removal CY 702 5 1400 5 9.82800 S 14.83 5 10.410.66 $ 1200. $ 8,424-00 152 Emergency Road South Rock Excavation CY 50 5 164.00 $ 8.2DO.00 S 2G0.00 5 10,000-00 5 250-00 $ 12,500.00 153 Emergency Road South 10" Class 7 Base SY 5,800 $ 14.00 $ 81,2D0 00 $ 1800 $ 104,400.00 S 2000 5 116.00000 154 Trail Clearing and Grubbing with trees AC 0.1 5 5,27.5.00 S 52750 $ 2.87500 S 28750 $ 6,000.00 $ 600.00 155 Trail Remove Topsoil CY 158 5 14.00 S 2.212 DO $ 1474 $ 2,32892 5 2000 5 3.16000 156 Trail General Fill CY 60 5 11,00 S 66000 $ 959 $ 57540 5 3000 $ 1.80000 157 Trail Structural Fill CY 386 5 3100 5 11.966 DO $ 1490 $ 5,751 40 S 3500 5 13.510 OC 158 Trail Undercut and On -Site Stockpile CY 944 S 900 S 7.59600 S 954 S 8.05176 $ 2000 $ 16,880 00 159 Trail 4" Concrete SY 575 S 5000 $ 28.750 00 $ 4150 $ 23.862 50 5 60 00 $ 34,50Q.00 160 'Trail 4" Class 7 Base SY 810 5 SO 00 5 8.10000 S 639 $ 5,17590 5 1000 5 9.100.00 161 (Park Bench EA 2 S 4191-00 5 4,38200 S 2.32875 S 4,65750 5 1,60000 5 3,200-00 162 Proposed Trees Deciduout EA 32 5 46500 1 S 14,890.00 5 474.38 $ 15,180.16 $ 40000 $ 12,80000 -163 (Fescue Sad Groundcover SY 5.100 S 300 5 15,30Qo0 5 9.50 $ 48,450 00 5 Sao 5 30,600 00 164 Reel Edging LF 225 S 900 $ 2,025.00 5 5.12 $ 1,152.00 5 400 5 90000 165 'S' Fencing- Montage Pluss Ameristar LF 215 $ 7000 $ 15,050 DO $ 50.82 $ 10,926 30 5 7000 5 15.050 00 166 (Utility Rim Adjustments LS 1 $ 3,66400 S 3,664-DO S 3,450,00 1 5 3.450.00 $ 35U DO $ 35000 167 (Emergency Access Gate and Bollard L5 1 5 3,225.00 S 3,225-00 5 5.750.00 $ 5.75000 $ 3.000 DO S 3,00000 166 15kip Striping LF 4.000 5 100 ; 4,000-DO $ 039 5 1.56000 5 100 5 4,000-00 169 ITraffic Control LS L $ 11,592 00 $ 11,592 00 $ 11,500-00 $ 11,500 00 $ 15,DD0 00 $ 15,000 00 s _ ,L5 AOMSTARTAREA + _ _ _ �. 170 Mobilization 1 5 12617.00 1 S 12.61700 S 15.640-00 5 15.640001 5 30,000001 $ 30,00000 ITEM ESTIMATED XO DESCRIPTION UNIT QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. DIAMOND C CONSTRUCTION GOODWIN&GOODWIN, INC. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 171 Insurance and Bordine LS 1 5 17,611 M 5 17,611-00 5 11.5C0 00 SC $ 11,0-00 $ 30,000 CO 5 3QC00 CO 172 StakingLS 1 $ 3,257 00 $ 3,257.00 S 11.SC0 CO 8 11,500.00 5 6,500-CO 1 $ 6,500-CO 173 4' Orange Construction Fercirg for Tree Preservation LF 200 $ 3Co $ 6000C $ 403 $ 806.00 $ 600 $ 1,200 GO 174 Temporary Sill Fence LF 2,1C0 $ 300 $ 6,300.00 S 3 45 $ 7.245.00 5 350 $ 7,350-00 175 Start/Finish Remove TocsoC CY 2,661 $ 1400 5 37.25400 5 1491 S 39.675,51 $ 1000 $ 26,610-00 -176 Start/Finish General Fill CY 742 5 800 5 5,93600 5 9.30 S 6,900.60 $ 10.120 S 7,42000 177 'hart/Firish Structural FdI CY - 1,146 5 1600 $ 19.336.00 5 14.56 S 16,685,76 $ 1800 $ 2C.678 C0 178 Start/Finish Undercut and Or -Site Stockpile CY 6,830 S 600 $ 4D,980 OC $ 876 $ 59.830.80 5 1200 5 81,960 Co 1.79 :start/Finish Asphalt Sy 2,392 S 1400 $ 33,49800 S 14.76 $ 35,305.92 S 15.00 5 35.890.00 180 :hart/Finish Base SY 2,581 S 11-00 5 2839100 $ 9.58 5 24,725.98 5 1200 S 30,972-00 181 'hart/Finish Bermuda Sod SY L120 S 3,00 S 3.360 OF $ 6.17 5 6.91040 5 5 00 $ 5,60000 182 Hardened Area Undercut & On -Site Stockpile CY 5,250 $ 600 $ 31,500 00 S 8.77 S 46,042 50 $ 8 00 $ 42,000 00 183 Hardened Area 6" Topsoil Removal CY 1,966 S 14.00 $ 27.52400 $ 1492 S 2%33272 S 8.00 5 15,72800 184 Hardened Area 18" Import Structural Fill CY 5,898 5 16.00 $ 94,368 00 S 14.63 S 86.287 74 $ 1900 5 112,062 DO 18S Hardened Area 6" 067 Aggregate Base SY 11,795 $ 1200 $ 141,540-00 $ 10 ES S 125,616 75 $ 12-00 5 141,540 DO 186 Hardened Area 2" Tocsod CY 655 $ 3500 5 22.925-00 $ 52 68 S 34.505 40 $ 1500 S 9.825 00 187 Hardened Area Bermuda Sod SY 11,795 S 300 5 35.385-00 S 5-55 S 65,462.25 500 5 58.97500 198 9" Irrigation Line LF 1,182 $ 3300 S 39.D06 00 S 24.23 5 28.639.86 5 1600 $ 18,912 GO 189 Quick Connect Coupler EA 3 S 23000 5 690-00 $ 38334 5 1,15002 S 1,00000 $ 3,000.00 190 Bose Enclosure EA 2 5 900130 S 1,800 00 S 57500 5 2,150 04 5 L200 00 $ 2,40000 191 _ Isolation Valve EA 2 5 21700 5 434.00 5 2,875 00 , $ 5,750 00 5 1.20000 $ 2,40000 TOTAL BID: $ 3,144,343.60 $ 3,519,552-36 $ 3,796,544.00 WORDS: Three million, one hundred forty four centsard, three hundred forty three &sixty cents Three million, five hundred nineteen thousand, five hundred fifty two dollars & thirty six cents Three million, seven hundred ninety six thousand, five hurdred forty four dollar &zero cent CERTIFIED: 'MRyhkoUrig Notes Conrecw Cwcufatwn Error CPPD, P.r Wq MCGaugh Date DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: CENTENNIAL PARK IMPROVEMENTS Contract No.: 20-36 THIS AGREEMENT is dated as of the �� day of /4 1 in the year 2020by and between The City of Fayetteville, Arkansas and Gross 061'd (hereinafter called Contractor). kal COVJMGfa s ARTICLE l - WORK 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: This project includes, but is not limited to, the construction of an approximate 2,050 linear foot, 26 foot wide, main entrance road, an approximate 3,682 linear foot, 16 foot wide, emergency access road, roadway improvements along Old Farmington road, an 89 parking space parking lot, main entrance loop, a plaza area that contains an approximate 540 square foot premanufactured restroom with associated utilities and pavement. This project also includes conduits, an 8" water main extension, sidewalks, concrete, asphalt, detention ponds, landscaping, tree preservation, as well as other related items. The contract includes work in City of Fayetteville Right -of -Way. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by CEI Engineering & Associates, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500- 1 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The work shall be Substantially Complete within 300 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 330 calendar days after the date when the Contract Times commence to run. B, As a condition of the contract, the following must be complete and suitable for use, as approved by the owner, no later than October 30, 2020. See Exhibit A at the end of Section 00500. Additional days for these items will not be considered. I. Hardened startrstop to include grading as indicated in the plan set and placement and cure of concrete. 2. Water infrastructure to include the proposed 8 inch main and 3" irrigation line. 3. Paved access from Old Farmington Rd to station 19+00 of the main entry road. C. As a condition of the contract, the following must be suitable for use, as approved by the owner no later than October 30, 2020. Additional days for these items will not be considered. 1. Base course or gravel from station 19+00 to the hardened start/stop area must be placed. 2. Hardened parking area indicated in the plan set to include placement of select fill. Items B and C must be substantially complete, as outlined above no later than October 30, 2020. Article 3.02 of this contract agreement will apply until these items are complete if the conditions above are not met. Special Provision The contractor shall not work from October 30, 2020 - November 10, 2020. Time will not be counted, and damages will not be charged during this period. Areas of the site under construction and not being used for the 2020 Pan-American Cyclocross Championships must be secured to the satisfaction of the owner. Any and all rework required after the event shall be completed by the contractor at no additional cost to the owner. 00500 Agreement 00500-2 CEI Project No. 31320 Centennial Park Improvements D0CUMENT00500—A6RFEMFNT (continued) 3.02 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will stiffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars (5750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work involving lane closures within the AHTD right- of-way is Substantially Complete. Additionally, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars (5750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the remainder of the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to 00500 Agreement 00500 - 3 CEI Projcct No. 31320 Centennial Park Improvements DOCUNIENT 00500 — AGREEMENT (continued) be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. ARTICLE 5 -. PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL. CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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 shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). 00500 Agreement 00500 - 4 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 — AGREEMENT (continued) 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. 00500 Agreement 00500-5 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 — AGREEMENT (continued) 2, Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 950/0 of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or 00500 Agreement 00500 - 6 CEI Project No. 31320 Centcmiial Park Improvements DOCUMENT00500—AGREE1IENT (continued) 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. & Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H, Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 00500 Agreement 00500 - 7 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 — AGREEMENT (continued) 1. 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 all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENT 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. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-8 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 —AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: CENTENNIAL PARK IMPROVEMENTS PHASE 1 8. Addenda numbers one 1 to 4, 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: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without 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. 00500 Agreement 00500-9 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 —AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. OTFICR PROVISIONS: Not Applicable. 00500 Agreement 00500- 10 CEI Project No. 31320 Centennial Park Improvements DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective onP r , f Effective Date of the Agreement. F. QT (SEAL) Attest 4U2` Address�x rl-in'g noliices' � License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) 00500 Agreement Centennial Park Improvements 2(�Q. which is the (SEAL) : FAYETTEVI LLE : Attest G, . L`tY -�'r�r Address for giving notices rINGtO-0 s (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: 00500- 11 CEI Project No. 31320 CROSSLAND HEAVY CONTRACTORS 501 S. East Avenue • R0. Box 350 Columbus, KS 66725 tel 620.429.1410 tax 620.429.2977 Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 2nd day of December, 2016, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. shall be 1 ai kiditig on Crossland Heavy Contractors, Inc. and their successors d . s" is. r •lark Sc , 'resident ATTEST:L� Holly Rho es. Secretary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Mark Sell, President of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof I have set my hand and affixed my seal this 19th day of March 2020. Notary Public My Commission Expires: DENISE LUCIAN Notary Pubic t,,y www.heavycontractors.com LEGEND L7(LDIRIi[lumm ACLOURMPANUS1 GUNrWUMWITFI STNP.(R=cApmEN Q FTr7DASR7VA 0VERS03)PLW Cn0N TRALCdMXTY RATNOSYSTfU EASIFST-PAYMTRAL EASUST EASYPZFAEq MWIEOWNQLTR7musl VERY/SaN14YORWItT Fun LTNFLLTNN TO FUNRE TPAIS Am tRRVE7iSrIY OP APFAxLAS L-11m Lwxu GRASSaAYE,IIRRA0.01AA 7O•P[DLATrtNN/VOIIQLACCCSS VARY ATHLETE PARKM I120IaACESI _�� � — "' naAwnAmssRRivL A ' T'JJ9i.YCL SPLYIS '•� . 'G N'7LNIR1'OFPYE/ GROMP ' OREHAYAY7RAL 1 MILE ROAD a.excttTN vuE �y � rtna�avrP,L�Rc O r>oc pAml r i O , 7ff •T' Yji. y1L17 `.DALTSIPlnAk ... y�� .. To if �!4AlNR 90%r FFA— TPALFATAM A /� •. . L F70 CANOPf HTAUPL YATX TFEENOUSEYL559Ff FAST Lagr¢oL r SOMlES . 2 xAAOFN® FLOW/ SrAKr S STARTAIOLNO LYODURSe 16�St.'- ^ - A. OYFAUIWIR S OAKT WI )VATHSTALM A. amuhmn ,e TIWLCIXINLCTNN TO tVSS1G r- \Q` ,'-_t TFAL�� A S -. n,L,lr I A=CRAMY ti' SL OYERS®PLLiSECIIONp\ S CENTENNIAL PARK AT MILLSAP MOUNTAIN •I:T..aI-.�I a� ..��.� N CONCEPTUAL MASTER PLAN - PHASE 1 ,- REV DATE SHEET S,16/19 REV-10 CZ CONNECTION TO FUTURE TRAILS NERSITY OF ARKANSAS EXISTING TUNNEL NWA Trailblazers Funded thru Cost Share Start Stop Area and reinforced grass parking ter— (n'P) GRASSPAVE TURNAROUND Stormwaterinfrastru�wrej�6t shown. 2D' PEDESTRIANNEHICLE ACCESS Graphic Showing Division of Work between City and NWA Trailblazers March 20, 2020 Order # 1 Crossland Heavy Contractors Chris Brown Submitted By City of Fayetteville Staff Review Form 1211 Legisrar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/15/2020 Submitted Date Action Recommendation: ENGINEERING (621) Division / Department Approval of Change Order #1 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain in the amount of $77,812.68. Budget Impact: Various Various Account Number 46xxx.7S01 Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? NA Budget Adjustment Fund Centennial Park Project Title $ 3,856,763.00 $ 3,298,114.38 $ 77,812.68 Remaining Budget V20180321 Purchase Order Number: 2020-00000426 Previous Ordinance or Resolution #t Change Order Number: Approval Date: 12/29/2020 Original Contract Number: 2020-00000030 Comments: CITY OF FAYETTEVILLE W4W ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, P.E., City Engineer FROM: Matt Casey, P.E., Engineering Design Manager DATE: December 14, 2020 STAFF MEMO SUBJECT: Approval of Change Order #1 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project RECOMMENDATION: Approval of Change Order #1 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain in the amount of $77,812.68. BACKGROUND: On July 2, 2019 the Fayetteville City Council approved a contract with CEI for design and construction administration services associated with Phase I development of Centennial Park at Millsap Mountain. In April 2020, Crossland Heavy Contractors was awarded the contract to construct basic park infrastructure and a new entry road from Old Farmington Rd. DISCUSSION: This change order is intended to move bid items to the correct bid schedule and corresponding funding source. During construction of the improvements, staff discovered bid items that were initially placed and bid in the incorrect schedule. In addition, this change order includes items needed to facilitate construction of the trail along Old Farmington Rd and topsoil for disturbed areas. BUDGET/STAFF IMPACT: This change order will be funded by the Parks and Recreation Bond ($41,393.00), the Transportation Bond ($61,016.05), and the NWA Trailblazers ($21,324.00) with a credit towards the Trail Bond ($45,920.82). The City Council approved $314,434.00 in project contingency which will cover the cost of this change order. Attachments: Change Order #1 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER 1 C I OF F Y E T T E V I L L E ARiCANSAS Contract Title. Centennial Park Improvements Change Order No. I Date of Issuance December 11, 2020 To Contractor Crossland Heavy Contractors ORDINANCFIRESOLUTION: 115-20 The Contract is changed as follows Effective December 11, 2020 Bid Bid Previous Unit Contract Reseed Revised Original Revised Contract Item Item Estimated of Con Estimated Unit Estimated Estimated Chances No. Description Quanury Measure Price Quantity Price Cost Cost Parks C0I-1 Pond GUndercut and On- site Stockpile -Parks 0.00 CY 56.00 233 $6,00 $0.00 $1,398.00 COI-2 Pond G General Fill -Parks 0.00 CY $11.00 455 SIt00 50.00 $5.005.00 CG1-3 Pond G Topsoil Removal- Parks 0.00 CY $14.00 234 514.00 50.00 53.276.00 C0I4 12" HDPE Storm Ape OM LF 551.00 82 SS 1.00 Woo 54,182.00 COI-5 Isolation Valve O.00 EA 5217.00 $21700 50.00 5434.00 COI-6 Topsoil - Parks 0.00 CY 517.00 1594 $17.00 $0.00 527.098.00 Summation of Cosl $0.00 $41,393.00 Parks Schedule Net Cost $41,393.00 Transportation lot 24"RCP Storm Pipe 335,00 LF 599.00 576.5 599.00 $33,165.00 $57,073.50 COI-7 4Sr4' curb inlet 0.00 EA $3,598.00 3 $3,598,00 So.00 510,794.00 COI-8 Concrete Pipe Collar for Storm Pipes O.00 EA $544.00 1 S544.00 $0.00 $544.00 COI-9 Traffic Control 0.00 IS 511,592.00 1 $11,592.00 $0.00 511,592.00 COI-10 Topsoil -Transportation 0.00 CY $17.00 834 517.00 $0.00 514,178.00 Summation of Cost $33,165.00 194,181.50 Transportation Schedule Net Cost 561,016.50 l rids 138 12" HDPE Storm Pipe 65 LF $ 51.00 0 $ 51.00 $3,315.00 50.00 140 24" RCP Storm Pipe 290 LF S 99.00 0 $ 99.00 $28,710.00 50.00 142 4k4' Curb Inlet 3 EA S 3,598.00 0 $ 3,598.00 510,794.00 SO.00 143 Concrete Pipe Collar for Storm Pipes I EA S 544.00 0 $ 544.00 $544.00 $0,00 149 Pond G Undercut and On- Site Stockpile 700 CY S 6.00 233 S 6.00 $4,200.00 $1,399.00 15o Pond G General Fill 1365 CY $ 11.00 455 s I I $15,015A0 551005.00 151 Pond G Topsoil Removal 702 CY S 14.00 234 $ 14.00 59.828.00 53.276.00 169 Traffic Control I LS $11,592.00 0 S 11,592.00 511,592 00 $0.00 COI -I I Trail Crossing 0 LS S 2,412.00 1 S 2,412.00 s0 Co $2.412.00 COI-12 Electncal Service Extension 0 LS S 1,456.18 1 S 1,456.18 50.00 51.456. 18 COI-13 Utility Relocations 0 LS S 9,774.00 1 $ 9,774.00 $o.00 $9,774.00 COI-14 Topsoil -Trails 0.00 CY SIT00 868 517 So.00 $14,756.00 Summation of Cost 583,998.00 538,077,18 Trails Schedule Net Cost S (45,920.82) NWATB 191 Isolation Valve 2.00 S 217.00 2 S217.00 $434.00 $434.00 COI-15 Pond G Undercut and Orr- Site Stockpile-NWATB 0'00 S 6.00 233 $6'00 $0.00 $1,398,00 COI-16 Pond G General Fill- NWATB 0.00 S I I M 455 $11,00 50.00 55,005.00 COI-17 Pond G Topsoil Removal- NWATEI 0.00 S 14.00 234 $14.00 $0.00 $3,276.00 COI -IS Topsoil-NWATB 0.00 CY SITOO 685 $17.00 50.00 $11,645.00 Summation of Cost 5434.00 521,758.00 NWATB Schedule Net Cost 521,324.00 Summation of Cost S 117. 97.00 S MAMAS Net Cost for this Change Order $77,812.68 Nut s slid rail signed by the Owner The original Contract Price was S 3,144.343.60 Net change by previously authorized change orders S - The Contract Price prior to this Change Order was...._................................................................................ S 3,144.343.60 The Contract Price will be [increased][decreased] by................................................................................................. 577,812.68 The new Contract Price including this Change Order will be ------------ $ 3,222,156.28 ....................................... ........... ... ----- The Contract Time(s) will be increased by .................0 calendar days ............................... . Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion ------ - 14-Mar21 ------------- ---------- Final Completion ----------- 13-Apn21 NOTE: This summary does not rcflmt changes in the Contract Price or Times) which in this or previous Change Orders Crossland Heavy Contractors 12 . 17 . 2 0 BY DATE 1' by Work Change Directives not incorporated 12/29/2020 DATE City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number Non -Departmental (800) 2020 /Org2 Requestor: Kevin Springer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends Resolution to approve a contract between the City of Fayetteville, AR and Crossland Heavy Contractors for improvements to Centennial Park for $3,144,343.60 and approval of a budget adjustment. RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 4/7/2020 2020-0270 Ke vLw Spr&nge r 3/19/2020 4:47 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: 4/7/2020 TOTAL 241,508 241,508 v.20191231 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Defl AT Account Name 4602.860.7501-5809.00 (10,639) - 46020 7501 EX Improvements -Street 4602.860.7501-5911.99 73,678 - 46020 7501 EX Contingency - Capital Project 4602.860.7501-5860.04 10,639 46020 7501 EX Capital Prof Svcs - Engineering Contra 4602.860.7999-5899.00 (73,678) - 46020 7999 EX Unallocated - Budget 4603.860.7501-5814.05 Improvements -Trails 63,895 46030 7501 EX 4603.860.7501-5814.05 81,660 46030 7501 EX Improvements - Trails 4603.860.7501-5911.99 39,749 - 46030 7501 EX Contingency - Capital Project 4603.860.7999-5899.00 (185,304) 46030 7999 EX Unallocated - Budget 4605.860.7501-5806.00 251,122 4605.860.7501-5806.00 31,060 4605.860.7501-5911.99 117,754 4605.860.7999-5899.00 (399,936) 5400.860.5 600-5808.00 5400.860.5 600-5911.99 5400.860.5 600-6602.30 21,955 46050 7501 46050 7501 - 46050 7501 EX Improvements - Park EX Improvements - Park EX Contingency - Capital Project 46050 7999 EX Unallocated - Budget EX - 11011 2019.7501 Water Line Improvements - 11011 2019.7501 EX Contingency - Capital Project 241,508 11011 2019.7501 RE Transfer from Fund -impact Fee HABudget Adjustments\2020_Budget\City Council\04-07-2020\BA 2020-0270 Centennial Park Construction Agreemenf.Asm 1 of 1 Chris Brown Submitted By Crossland Heavy Contractors Change Order#2 City of Fayetteville Staff Review Form 2021-0058 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/25/2021 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Approval of Change Order #2 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. This change order will reduce the contract amount by $68,525.61. Various Account Number 46xxx.7501 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Budget Impact: Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Various Fund Centennial Park Project Title $ 3,857,074.00 $ 3,377,493.72 479,580.28 $ (68,525.61) $ 548,105.89 V20180321 Purchase Order Number: 2020-00000426 Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: 2020-00000030 Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Jonathan Curth, Development Services Director Chris Brown, P.E., City Engineer FROM: Josh Boccaccio, Staff Engineer DATE: January 21, 2021 STAFF MEMO SUBJECT: Approval of Change Order #2 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project RECOMMENDATION: Approval of Change Order #2 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. This change order will reduce the contract amount by $68,525.61. BACKGROUND: On July 2, 2019 the Fayetteville City Council approved a contract with CEI for design and construction administration services associated with Phase I development of Centennial Park at Millsap Mountain. In April 2020, Crossland Heavy Contractors was awarded the contract to construct basic park infrastructure and a new entry road from Old Farmington Rd. DISCUSSION: This change order covers items related to project changes made during construction. The reduction comes from the redesign of the main entry road and the reduced amount of structural fill needed to construct it. Other items in this change order are items that were added or modified at the request of City Staff or NWA Trailblazers and Crossland Heavy requested to be compensated for the changes facilitated to the project model. BUDGETISTAFF IMPACT: This change order will be funded by the Parks and Recreation Bond ($7,518.75) and the NWA Trailblazers ($5,371.75) with a credit towards the Transportation Bond ($81,416.11) for a total reduction in the contract amount of $68,525.61. Attachments: Change Order #2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER 2 c�Tv o= FAYETTEVILLE ARKANS ARKANSAS Change Order No, To Contractor: Crossland Heavy Contractors The Contract is changed as follows: Contract Title: Centennial Park Improvements Date of Issuance January19, 2020 0 RDI NANCE/RESOLUTION: 115-20 Effective January 19, 2021 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated 'Changes No. Description Quantity Measure Price Quantity Price Cost Cost ,Parks CO2-1 'Wheel Stops 0 EA $ 8 5 100.00 $0 00 $800 00 CO2-2 Hose Enclosure - Parks 0 EA 5 6 5 900.00 $0.00 55,400.00 CO2-3 OPS Model to accommodate Project Changes - Parks 0 EA S 1 S 1,318.75 50.00 SL318.75 Summation of Cost $0.00 $7,519.75 Parks Schedule Net Cost $ 7,518.75 Transportation 116 Main Road Struc—I Fill funder road and side slopes) 1260000 CY 5 1700 699667 5 17.00 $214,200.00 $118.77339 CO2-4 'Transportation Fill from Onslte Stockpile (cascading ponds) 0 CY $ 475 $ goo 50.00 53,800.00 CO2-5 Concrete Flumes 0 EA S 7573 $ 1000 50,00 57,573.00 CO2-6 GPS Model to accommodate Project Changes - Transportation 0 EA $ 1 $ 263750 $0.00 $2,637.50 Summation of cost $214,200.00 $132,783.89 Transportation Schedule Net Cost $ 81,41611 -NWATB CO2-7 JYmbp Green Vvlve0w 0 LS $ 1 $ 4.053.00 50.00 54,053.00 CO2-8 -GPS Model to accommodate Project Changes - NWATB 0 EA S 1 i S 1.318.75 $0.00 51,318.75 Summation of Cost 50.00 $5,371.75 NWATB Schedule Net Cost $ 5 7L75 Summation of Cost I 5214,200.00 $145 674.39 Net Cost for this Change Order ($68,525.61) Not valid until signed by the Owner The original Contract Price was $ 3,144,343.60 Net change by previously authorized change orders _ _ _ _ $ 77,812.68 The Contract Price prior to this Change Order was $ 3,222,156.28 The Contract Price will be [incmased][decreased] by _ ($68,525.61) The new Contract Price including this Change Order will be $ 3,153,630.67 The Contract Time(s) will be increased by _ 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion 14-Mar-21 Final Completion 13-Apr-21 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work - / Crossland Heavy Contractors /� C� Y 1.20.21 � BY DATE BY in thfy or previous ' -147/z DATE Crossland Heavy Contractors Centennial Park Project Change Order 3 City of Fayetteville Staff Review Form 2021-0289 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 4/14/2021 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order #3 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. This change order will increase the contract amount by $53,431.20. Budget Impact: Various Various Account Number Fund 46xxx.7501 Centennial Park Project Number Project Title Budgeted Item? Yes Current Budget $ 1,375,502.00 Funds Obligated $ 941,310.61 Current Balance l $ 434,191.39 Does item have a cost? Yes Item Cost $ 53,431.20 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ 380,760.19 V20180321 Purchase Order Number: 2020-00000426 Previous Ordinance or Resolution # 115-20 Change Order Number: Approval Date: 4/21/21 Original Contract Number: 2020-00000030 Comments: CITY OF FAYETTEVILLE %PF ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Jonathan Curth, Development Services Director Chris Brown, P.E., City Engineer FROM: Josh Boccaccio, Staff Engineer DATE: April 20, 2021 STAFF MEMO SUBJECT: Approval of Change Order #3 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project RECOMMENDATION: Approval of Change Order #3 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. This change order will increase the contract amount by $53,431.20. BACKGROUND: On July 2, 2019 the Fayetteville City Council approved a contract with CEI for design and construction administration services associated with Phase I development of Centennial Park at Millsap Mountain. In April 2020, Crossland Heavy Contractors was awarded the contract to construct basic park infrastructure and a new entry road from Old Farmington Rd. During construction, the main entry road was redesigned based on slope analysis indicating the possibility of a global slope failure. DISCUSSION: The redesign of the main entry road resulted in a lower elevation for the road. As a result, surface water from the hillside is now directed over the main entry road; an underdrain was installed to alleviate surface runoff and potential saturation of the road base rock. In addition, the extra base rock was needed to achieve correct cross slope on the road after the redesign. The additional start/stop seeding is to establish vegetation on disturbed ground around the start/stop area. BUDGET/STAFF IMPACT: This change order will be funded by the NWA Trailblazers ($14,157.00) and the Transportation Bond ($39,274.20) for a total increase in the contract amount of $53,431.20. There are sufficient funds in the remaining contract to cover the additional cost. Attachments: Change Order #3 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER CITY U .� FAYETTEVILLE ARKANS ARKNSAS Contract Title: Centennial Park Improvements Change Order No. 3 Date of Issuance April 13, 2021 To Contractor: Crossland Heavy Contractors ORDINANCE/RESOLUTION: 115-20 The Contract is changed as follows: Effective April 13, 2021 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Chan es No. Description Quantity Measure Price Quantity Price Cost Cost Transportation CO3-1 Main Road french Drain 0 EA $ 1 $ 11857.50 $0.00 $11,857.50 CO3-2 Main Road Additional Base 0 SY $ 15.00 1827.78 $ 15.00 $0.00 $27,416.70 Summation of cost $0.00 $39 274.20 Transportation Schedule Net Cost $ 39274.2D NWA Trailblazers CO3-3 Additional Start/Stop Seeding 0 EA $0.00 1 $ 14,157.00 10.00 $14,157.00 matio Sumn of Cost $0.00 $1 157.00 NWA Trailblazers Schedule Net Cost $ 14,157,00 Summation of Cost Net Cost for this Change Order $ 53,431.20 Not valid until signed by the Owner The original Contract Price was $ 3,141,343.60 Net change by previously authorized change orders $ 9,287.07 The Contract Price prior to this Change Order was $ 3,153,630.67 The Contract Price will be increased by $53,431.20 The new Contract Price including this Change Order will be $ 3,207,061.87 The Contract Time(s) will be increased by 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion 14-Mar-21 Final Completion 13-Apt-21 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work t 'Directives t i rpo Led in is or previous Crossland Heavy Contractors / / _/i4 / 14 / 21 l 0 F �� C "TTT�Yr c�-"21/21 BY DATE V dy ,f4 DATE Change Order #4 Crossland Heavy Contractors City of Fayetteville Staff Review Form 2021-0342 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 5/4/2021 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Final Reconciliation - Change Order #4 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. Budget Impact: Various Various Account Number 46xxx.7501 Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? NA Budget Adjustment Fund Centennial Park Project Title $ 1,375,502.00 $ 994,741.81 $ 380,760.19 $ (256,887.60) Remaining Budget $ 637,647.79 V20180321 Purchase Order Number: 2020-00000426 Previous Ordinance or Resolution # 115-20 Change Order Number: Approval Date: 05/07/21 Original Contract Number: 2020-00000030 Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Chris Brown, P.E., Public Works Director FROM: Josh Boccaccio, Staff Engineer DATE: April 28, 2021 STAFF MEMO SUBJECT: Approval of Final Reconciliation - Change Order #4 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project RECOMMENDATION: Approval of Final Reconciliation - Change Order #4 for the construction contract with Crossland Heavy Contractors for the Centennial Park Project for Phase I of Centennial Park at Millsap Mountain. This change order will decrease the overall contract amount by $256,887.60. BACKGROUND: On July 2, 2019 the Fayetteville City Council approved a contract with CEI for design and construction administration services associated with Phase I development of Centennial Park at Millsap Mountain. In April 2020, Crossland Heavy Contractors was awarded the contract to construct basic park infrastructure and a new entry road from Old Farmington Rd. Construction on the infrastructure and entry road was completed in April 2021. DISCUSSION: The overall reduction in contract cost came from a number of items that underran estimated quantities. The most significant of which include dirt work for the start/stop area, material for the hardened parking area, dirt work for the north and south portions of the emergency road and the trail along Old Farmington. The prefabricated restroom was removed from the bid schedule; however, a portion of the cost was paid to Crossland based on project specifications that allowed the contract to receive 10% of the cost of items removed from the original bid. Sidewalk around this area was also not installed. Overruns within the project included undercut, scour stop, curb and gutter and clearing and grubbing for the main entry road, dirt work for widening Old Farmington Rd, erosion controls, and rock excavation for the sewer service line for the future restroom. The full list of overruns and underruns is attached to this memo. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The final underrun/overrun reconciliation will reduce the Parks schedule by $61,260.14, the Water/Sewer schedule by $8,592.00, the Trails schedule by $59,964.83, and the NWA Trailblazers schedule by $160,411.90. The Transportation schedule will increase by $33,341.27. The final amount of the Transportation cost to Crossland Heavy will be $749,492.86. $12,711.86 in contingency funds are used to cover the increase over the original bid amount. This leaves $60,966.14 remaining in contingency funds for Transportation. The final cost to Crossland Heavy for the individual project schedules is: Schedule Change Order 4 Final Cost GL# Transportation $33,341.27 $749,492.86 4602.860.7501-5809.00 Parks -$61,260.14 $1,155,512.21 4605.860.7501-5806.00 Water and Sewer -$8,592.00 $210,961.00 5400.860.5600-5808.00 Trails -$59,964.83 $350,465.35 4603.860.7501-5814.05 NWA Trailblazers -$160,411.90 $483,742.85 4601.860.7501.5806.00 Attachments: Final Reconciliation - Change Order #4 Aft CITY OF 0490F FAYETTEVILLE ARKANSAS RECONCILIATION CHANGE ORDER Contract Title: Centennial Park Improvements Change Order No. 4 Date of Issuance April 28, 2021 To Contractor: Crossland Heavy Contractors ORDINANCE/RESOLUTION: 115-20 The Contract is changed as follows: Effective April 28, 2021 Changes Item Bid Previous Unit of Contract Final Revised Original Revised No. Description Quantity Measure Price Quantity Price Cost Cost Parks 6 Temporary Rock Check Dam 3 EA $ 431.00 2 $ 431.00 $ 1,293.00 $ 862.00 7 Temporary Sift Fence 850 LF $ 3.00 1650 $ 3.00 5 2,550.00 $ 4,950.00 9 4' Orange Construction Fencing for Tree Preservation 740 LF $ 3.00 887 $ 3.00 $ 2,220.00 $ 2,661.00 10 Permanent Scour Stop 530 SF $ 11.00 672 $ 11.00 $ 5,830.00 $ 7,392.00 12 Turn Around Structural Fill 1,052 CY $ 15.00 3332.5 $ 15.00 $ 15,780.00 $ 49,987.45 13 Turn Around Undercut and On -Site Stockpile 1,907 CY $ 6.00 3666.67 $ 6.00 $ 11,442.00 $ 22,000.00 15 IParking Lot Structural Fill 1,623 CY $ 15.00 S026.67 $ 15.00 $ 24,345.00 $ 75,400.05 16 Parking Lot Undercut and On -Site Stockpile 1,247 CY $ 6.00 1520 $ 6.00 $ 7,482.00 $ 9,120.00 18 Parks General Cut and On -Site Stockpile 2,373 CY $ 6.00 2676.5 $ 6.00 $ 14,238.00 $ 16,059.00 19 Parks General Fill from On -Site Stockpile 7,900 CY $ 8.00 2900.S $ 8.00 $ 63,200.00 $ 23,204.00 20 Emergency Road North Structural Fill 550 CY $ 15.00 136.67 $ 15.00 $ 8,250.00 $ 2,050.05 21 Emergency Road North Undercut and On -Site Stockpile 850 CY $ 6.00 214.77 $ 6.00 $ 5,100.00 $ 1,288.62 22 Emergency Road North General Fill 1,308 CY $ 8.00 1220 $ 8.00 $ 10,464.00 $ 9,760.00 23 jEmergency Road North Remove Topsoil 1,663 CY $ 14.00 518 $ 14.00 $ 23,282.00 $ 7,252.00 24 Rock Excavation 100 CY $ 164.00 192.99 $ 164.00 $ 16,400.00 $ 31,650.36 36 Turn Around IV' Class 7 Base 3,550 BY $ 15.00 3711.6 $ 15.00 $ S3,250.00 $ 55,674.00 37 Turn Around Curb and Gutter 1,100 LF $ 19.00 1145 $ 19.00 $ 20,900.00 $ 21,755.00 40 Standard Duty Concrete Sidewalks 886 Sy $ 56.00 377.43 $ 56.00 $ 49,616.00 $ 21,136.08 41 Concrete Steps 1 LS $ 2.906.00 0 $ 2,906.00 $ 2,906.00 $ - 42 Emergency Road North 10" Class 7 Base 1,790 SY $ 14.00 2070 $ 14.00 $ 25,060.00 $ 28,980.00 46 lRestroom 1 LS $ 87.788.00 0.1 $ 87,788.00 $ 87,788.00 $ 8,778.80 47 Site Sign with Base 7 EA $ 293.00 4 $ 293.00 $ 2,051.00 $ 1,172.00 48 Park Bench 2 EA $ 2,191.00 1.75 $ 2,191.00 $ 4,382.00 $ 3,834.25 49 Bike Rack 2 EA $ 568.00 1.75 $ 568.00 $ 1,136.00 $ 994.00 57 Quazite Fiber Pull Box 12 EA $ 801.00 17 $ 801.00 $ 9,612.00 $ 13,617.00 58 2" Fiber Conduit (IT Conduit along New Main Entry Road) 1,800 LF $ 7.00 2147 $ 7.00 $ 12,600.00 $ 15,029.00 62 1" Domestic Water Line 200 LF $ 49.00 0 $ 49.00 $ 9,800.00 $ - 64 2" Irrigation Line 850 LF $ 33.00 360 $ 33.00 $ 28,050.00 $ 11,880.00 65 4" PVC Sanitary Sewer Line 2,300 LF $ 32.00 2366 $ 32.00 $ 73,600.00 $ 75,712.00 66 4" PVC Sanitary Sewer Cleanouts 30 EA $ 679.00 27 $ 679.00 $ 20,370.00 $ 18,333.00 68 Underground Primary Electric Conduit 430 LF $ 22.00 680 $ 22.00 $ 9,460.00 5 14,960.00 69 Underground Secondary Electric and Conduit 260 LF $ 19.00 297 $ 19.00 $ 4,940.00 $ 5,643.00 70 Underground Lighting Electric 1,800 LF $ 16.00 2112 $ 16.00 $ 28,800.00 $ 33,792.00 74f Topsoil - Parks 1594 CY $ 17.00 1594.6 $ 17.00 $ 27,098.00 S 27,108.20 Summation of Cost $683,295.00 $622,034.86 Parks Schedule Net Cost $ (61,260.14) W/S 1 81 JIVU Fittings 15 EA 1 $ 855.00 1 13 1 $ 855.001 $ 12,825.00 1 $ 11,115.00 84 6" MJ Gate Valve 1 EA 1 $ 2,133.001 3 1 S 2,133.001 $ 2,133.00 1 $ 6,399.00 1 1 85 18" MJ Gate Valve 1 6 1 EA 1 $ 2,787.00 1 2 1 $ 2.787.00 1 $ 16,722.00 1 $ 5,574.00 Summation of Cost $31,680.00 W/S Schedule Net Cost $ Transportation 92 4' Orange Construction Fencing for Tree Preservation 1745 LF $ 3.00 2630 $ 3.00 $ 5,235.00 $ 7,890.00 93 Temporary Rock Check Dam 2 EA $ 431.00 7 $ 431.00 $ 862,00 $ 3,017.00 94 Temporary Silt Fence 2,100 LF $ 3.00 2005 $ 3.00 $ 6,300.00 $ 6,015.00 95 Straw Wattle 110 LF $ 3.00 1160 $ 3.00 $ 330.00 $ 3,480.00 96 Permanent Scour Stop 200 SF $ 11.00 746 $ 11.00 $ 2,200.00 $ 8,206.00 97 Permanent Turf Reinforcement Mat for Channel Protection 2,250 SF $ 1.50 0 $ 1.50 $ 3,375.00 $ - 98 12" HDPE Storm Pipe 55 LF $ 47.00 52 $ 47.00 $ 2,585.00 5 2,444.00 99 15" HDPE Storm Pipe 85 LF $ 54.00 0 $ 54.00 $ 4,590.00 $ - 103 15" HDPE Flared End Section 1 EA $ 560.00 0 $ 560.00 $ 560.00 $ 106 Concrete End Wall with End Cap Wier Plate 1 EA $ 2,399.00 0 $ 2,399.00 $ 2,399.00 $ - 109 Proposed Tree Deciduous 11 EA $ 465.00 13 $ 465.00 $ 5,115.00 $ 6,045.00 114 Main Road Clearing and Grubbing with Trees 3.0 AC $ 5,282.00 3.69 $ 5,282.00 $ 15,846.00 $ 19,464.17 116 Main Road Structural Fill (under road and side slopes 6,987 CY $ 17.00 6986.67 $ 17.00 $ 118,773.39 $ 118,773.33 117 Main Road Undercut and On -Site Stockpile 3,245 CY $ 6.00 11286.67 $ 6.00 $ 19,470.00 $ 67,720.00 118 Rock Excavation 100 CY $ 164.00 0 $ 164.00 $ 16,400.00 $ - 122 Main Entry Curb and Gutter 90 LF $ 19.00 528 $ 19.00 $ 1,710.00 $ 10,032.00 123 (Old Farm. )Road Widening Remove Topsoil 28 CY $ 21.00 24 $ 21.00 $ 588.00 $ 504.00 124 (Old Farm. )Road Widening General Fill 120 CY $ 14.00 0 $ 14.00 $ 1,680.00 $ - 125 (Old Farm. )Road Widening Structural Fill 32 CY $ 31.00 291.67 $ 31.00 $ 992.00 $ 9,041.66 126 (Old Farm. )Road Widening Undercut and On -Site Stockpile 1,870 CY $ 12.00 180 $ 12.00 $ 22,440.00 $ 2,160.00 127h IMain Road French Drain 1 1 EA $ 11,857.00 1 $ 11.857.00 $ 11,857.50 $ 11,857.00 Summation of Cost $243,307.89 $276,649.16 Transportation Schedule Net Cost $ 33,341.27 Trails 133 Temporary Silt Fence 2450 LF $ 3.00 840 $ 3.00 $ 7,350.00 $ 2,520.00 136 4' Orange Construction Fencing for Tree Preservation 585 LF $ 3.00 0 $ 3.00 $ 1,755.00 $ - 137 Permanent Scour Stop 32 SF $ 11.00 240 $ 11.00 $ 352.00 $ 2,640.00 139 18" RCP Storm Pipe 30 LF $ 76.00 53 $ 76.00 $ 2,280.00 $ 4,028.00 144 Emergency Road South Clearing and Grubbing with trees 0.5 AC $ 5,281.00 1 $ 5,281.00 $ 2,640.50 $ 5,291.56 145 Emergency Road South Remove Topsoil 2,520 CY $ 14.00 2867 $ 14.00 $ 35,280.00 $ 40,138.00 146 lEmergency Road South General Fill 2,100 CY $ 11.00 494 $ 11.00 $ 23,100.00 $ 5,434.00 147 Emergency Road South Structural Fill 2,450 CY $ 17.00 2202.5 $ 17.00 $ 41,650.00 $ 37,442.55 148 Emergency Road South Undercut and On -Site Stockpile 2,753 CY $ 6.00 1723.14 $ 6.00 $ 16,518.00 $ 10,338.82 152 Emergengy Road South Rock Excavation 50 CY $ 164.00 0 $ 164.00 $ 8,200.00 S - 153 Emergency Road South 10" Class 7 Base 5,800 SY $ 14.00 4490 $ 14.00 $ 81,200.00 $ 62,860.00 154 Trail Clearing and Grubbing with trees 0.1 AC $ 5,275.00 0.21 $ 5,275.00 $ 527.50 $ 1,081.38 157 Trail Structural Fill 386 CY $ 31.00 32 $ 31.00 $ 11,966.00 $ 992.00 158 Trail Undercut and On -Site Stockpile 844 CY $ 9.00 980 $ 9.00 $ 7,596.00 $ 8,820.00 159 Trail 4" Concrete 575 SY $ 50.00 602.22 $ 50.00 $ 28,750.00 $ 30,111.00 160 Trail 4" Class 7 Base 810 SY $ 10.00 635 $ 10.00 $ 8,100.00 $ 6,350.00 164 Steel Edging 225 LF $ 9.00 230 $ 9.00 $ 2,025.00 $ 2,070.00 167 Emergency Access Gate and Bollard 1 LS $ 3.225.00 0.75 $ 3,225.00 $ 3,225.00 $ 2,418.75 169d Topsoil -Trails 868 CY $ 17.00 868.83 $ 17.00 $ 14,756.00 $ 14,770.11 Summation of Cost $297,271.00 $237,306.17 Trails Schedule Net Cost $ (59,964.83) NWATB 173 4' Orange Construction Fencing for Tree Preservation 200 LF $ 3.00 0 $ 3.00 $ 600.00 $ 174 Temporary Silt Fence 2100 LF $ 3.00 0 $ 3.00 $ 6,300.00 $ - 175 Start/Finish Remove Topsoil 2661 CY $ 14.00 398.71 $ 14.00 $ 37,254.00 $ 5,581.94 176 Start/Finish General Fill 742 CY $ 8.00 780.24 $ 8.00 $ 5,936.00 $ 6,241.92 177 Start/Finish Structural Fib 1146 CY $ 16.00 2027.36 $ 16.00 $ 18,336.00 $ 32,437.76 178 Start/Finish Undercut and On -Site Stockpile 6830 CY $ 6.00 738.24 $ 6.00 $ 40,980.00 $ 4,429.44 182 Hardened Area Undercut and On -Site Stockpile 5250 CY $ 6.00 3305.99 $ 6.00 $ 31,500.00 $ 19,835.94 183 lHardened Area 6" Topsoil Removal 1966 CY $ 14.00 1196.69 $ 14.00 $ 27,524.00 $ 16,753.66 184 lHardened Area 18" Import Structural Fill 5898 CY $ 16.00 3580.11 $ 16.00 $ 94,368.00 5 57,281.76 185 Hardened Area 6" #67 Aggregate Base 11795 SY $ 12.00 7639.49 $ 12.00 $ 141,540.00 $ 91,673.88 186 Hardened Area 2" Topsoil 655 CY $ 35.00 432.88 $ 35.00 $ 22,925.00 $ 15,150.80 187 Hardened Area Bermuda Sod 11,795 SY $ 3.00 8900 $ 3.00 $ 35,385.00 $ 26,700.00 188 3" Irrigation Line 1,182 LF $ 33.00 1495 $ 33.00 $ 39,006.00 $ 49,335.00 189 Quick Connect Coupler 3 EA $ 230.00 17 $ 230.00 $ 690.00 $ 3,910.00 190 Hose Enclosure 2 EA $ 900.00 16 1 $ 900.001 $ 1,800.00 $ 14,400.00 Summation of Cost $504,144.00 $343,732.10 NWATB Schedule Net Cost $ (160,411.90) Total Summation of Cost $1,759,697.89 $1,502,810.29 Net Cost for this Change Order $ (256,887.60) Not valid until signed by the Owner The original Contract Price was $ 3,144,343.60 Net change by previously authorized change orders S 62,718.27 The Contract Price prior to this Change Order was S 3,207,061.87 The Contract Price will be decreased by ($256,887.60) The new Contract Price including this Change Order will be $ 2,950,174.27 The Contract Time(s) will be increased by .......... .................................................................... --- - 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: ........... . .................................................................... Substantial Completion ................................................... _....... .... .......... ._ 14-Mar-21 ----------- Final Completion ------------ - ------------ ------ ----- -- - - ----- 1-% 13-Apr-21 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Crossland Heavy Contractors 4.28.21 BY DATE W4,vn oatprevious Change 7- -2-4 BY DATE BID# 20-36 CROSSLAND HEAVY CONTRACTORS CHANGE ORDER #6 Wade Abernathy Submitted By City of Fayetteville Staff Review Form 2021-0833 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/19/2021 Submitted Date Action Recommendation: FACILITIES MANAGEMENT (140) Division / Department Approval of change order #6 to Bid# 20-36 Construction Contract with Crossland Heavy Contractors for the Centennial Park Construction and Restroom Pavilion Project in the amount of $129,924.00. Original contract contingceny to be used. 2250.520.9255-5806.00 ($40,000.00) 4605.860.7501-5806.00 ($89,924.00) Budget Impact: 2250.520.9255-5806.00 ($40,000) 2250 Parks Development 4605.860.7501-5806.00 ($89,924) 4605 - Parks Project 2019 Bonds Account Number 46050.7501 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Fund Centennial Park Project Title $ 2, 540, 614.00 $ 2,271,928.00 $ 268,686.00 $ 129,924.00 $ 138,762.00 V20210527 Purchase Order Number: 2021-00000406 Previous Ordinance or Resolution # 115-20 Change Order Number: Original Contract Number Comments: 0 2020-00000030 Approval Date: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer FROM: Wade Abernathy, Director Bond and Construction Projects DATE: October 19, 2021 STAFF MEMO SUBJECT: Change Order #6 to Bid 20-36 Construction Contract for Centennial Park Restroom and Pavilion RECOMMENDATION: Approval of Change Order #6 to Bid 20-36 Construction Contract with Crossland Heavy Contractors for the Centennial Park Construction and the addition of a restroom and pavilion in the amount of $129,924 for landscaping and sidewalks. This is within the overall project contingency of $354,434. BACKGROUND: On July 2, 2019 the Fayetteville City Council approved a contract with CEI for design and construction administration services associated with Phase I development of Centennial Park at Millsap Mountain. In April 2020, Crossland Heavy Contractors was awarded the contract to construct basic park infrastructure and a new entry road from Old Farmington Rd. Construction on the infrastructure and entry road was completed in April 2021. In September 2021, Resolution 221-20 awarded a contract to Modus Studios for Architectural Services for the design and construction drawings for a new pavilion and restrooms. In June of 2021, Council passed a resolution to approve a change order for the construction of the restroom and pavilion. DISCUSSION: This change order includes sidewalks, landscaping, bike wash and bike repair stand. BUDGET/STAFF IMPACT: This change order will be funded thru the reconciled Centennial Park Funds and the Remaining funds from the Pavilion change order. Attachments: Change Order form. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CROSSLAND HEAVY CONTRACTORS 501 S. East Ave, P.O. Box 350 Columbus, KS 66725 Tel: 620.429.1410 Fax: 620.429.2977 October 19. 2021 Mr. Wade Abernathy City of Fayetteville Reference: Centennial Park — CO 6 - Landscape Master Plan Mr. Abernathy: CHC is pleased to present this proposal for the Additional Park Pavilion landscaping per the attached conceptual landscape masterplan. Supporting Documents: - CEI Modified Sheet Conceptual Landscape Masterplan, dated 4.21.21 with OF recommendations General Clarifications: - Included Builders Risk and Bonds and all taxes. - Excluded building permit and city impact fees - Excluded 3rd Party Testing - Excluded General Contingency included in price unless listed below. - Excluded any materials or products deviating from the supporting documents provided. Earthwork Clarifications: - No Geotech report was provided for area of pavilion. Included is 2ft undercut under building pad only and select fill under building pad only. All other general fill and fill used under site hardscapes to be existing stockpiled material. No additional imported fill or Soil Stabilization is included in pricing. - Construction Entrance has been excluded following the other contractors working in the area not under CHC scope have no Construction Entrances. Access onto site will be through the west access road to minimize track out. - Grading Per Revised Conceptual drawing, adding back in landscaping berms using stockpiled onsite material. - Landscaping shall consist of Topsoil and hydroseeding of disturbed area ONLY and we have included Sod for the 3:1 sloping to existing grades. Irrigation will be added with rotors and quick connects with drip at the trees. Trees will be installed per conceptual plan with markups. Site Concrete Clarifications: - Site Sidewalks and Hardscapes per revised conceptual drawing. - Deleted concrete near pavilion as noted and changed sidewalk plan north to crusher rock. Site Furnishings Clarifications: - Added frost proof hydrant as bike wash and will be located as listed on the conceptual plan. - Added bike workstation — Dero Fixit and moved near hydrant listed above. Pr000sal Pricina: Centennial Park Pavilion CITY Unit Rate Total Cost Pavilion CO 6— Master Landscaping 1 LS $129,924 $129,924.00 Total Change Order Amount= $129,924.00 Page 1 of 2 Please feel free to call if you have any questions concerning this proposal. Respectfully, Ronald Edmond Sr. Project Manager 918.281.9182 redmond@heavycontractors.com Crossland Heavy Contractors APPROVAL: City of Fayetteville Page 2 of 2 Crossland Heavy Contractors Name: Ron Edmond Date: 10 / 19 / 21 Signature Project Centennial Park Pavilion VE Additions to Contract Date: 30/7/2021 CROSSLAND Architect: Modus CONSTRUCTION COMPANY, INC. DIV Description Quantity Unit Unit Price Amount 010000 General Conditions $ Project Staffing & Operation 0 Is $ $ 02000 Sitework $ 106,659.50 Earthwork 2 wks $ 15,000.00 $ 30,000.00 CCC Site Concrete - Sidewalks 3787 sf $ 6.50 $ 24,615.50 CCC Landscape - MasterPlan 1 Is $ 55,004.00 $ 55,004.00 2nd Nature Landscape - Alt Masterplan 1 Is $ (4,460.00) $ (4,460.00) 2nd Nature Remove / Reinstall Silt Fencing 300 LF $ 5.00 $ 1,500.00 CCC 12000 Site Furnishings $ 6,687.00 Bike Maintenance Stand 1 ea $ 6,687.00 $ 6,687.00 Wesche 15000 Plumbing $ 1,650.00 Bike Wash - Frost Proof Yard Hydrant 1 ea $ 1,650.00 $ 1,650.00 FMC Insurance 0.50% $ 57S Subtotal $ 114,997 Contractor's Fee 7.00% $ S,OSO Crossland Construction Total $ 123,621 CHC Insurance / Bonds 1.79% $ 2,213 CHC Fee (3.25%) 3.25% $ 4,090 Total $ 129,924 11 Know what's below. Call before you dig. U kOn CEI solutions Land and Lite CONCEPTUAL LANDSCAPE MWIRPIAN 10 F 2 CITY OF FAYETTEVILLE CENTENNIAL PARK PAVILION 'c Z m FAYETTEVILE. AR z ILI 0 r,j 0