Loading...
HomeMy WebLinkAbout98-21 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 98-21 File Number: 2021-0134 BID #21-28 DIAMOND C CONSTRUCTION COMPANY - 2019 TRAIL IMPROVEMENT BOND PROJECT: A RESOLUTION TO AWARD BID #21-28 AND AUTHORIZE A CONTRACT WITH DIAMOND C CONSTRUCTION COMPANY IN THE AMOUNT OF $377,146.74 FOR CONSTRUCTION OF A TRAIL CONNECTION AND BRIDGE OVER HAMESTRING CREEK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRAIL IMPROVEMENT 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 #21-28 and authorizes Mayor Jordan to sign a contract with Diamond C Construction Company, a copy of which is attached to this Resolution, in the amount of $377,146.74 for construction of a trail connection and bridge over Hamestring Creek, and further approves a project contingency in the amount of $50,000.00. 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 4/6/2021 Page 1 Printed on 417121 Resolution: 98-21 File Number.' 2021-0134 �11111f1►// Attest: . GAT Y YETTEVILLE '�' Kara Paxton, City Clerk TreasLi;qq �''4,M TON��P Page 2 Printed on 417/21 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 a- Text File - File Number: 2021-0134 Agenda Date: 4/6/2021 Version: 1 Status: Agenda Ready In Control: City Council Meeting File Type: Resolution Agenda Number: A.3 BID #21-28 DIAMOND C CONSTRUCTION COMPANY - 2019 TRAIL IMPROVEMENT BOND PROJECT: A RESOLUTION TO AWARD BID #21-28 AND AUTHORIZE A CONTRACT WITH DIAMOND C CONSTRUCTION COMPANY IN THE AMOUNT OF $377,146.74 FOR CONSTRUCTION OF A TRAIL CONNECTION AND BRIDGE OVER HAMESTRING CREEK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRAIL IMPROVEMENT 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 #21-28 and authorizes Mayor Jordan to sign a contract with Diamond C Construction Company, a copy of which is attached to this Resolution, in the amount of $377,146.74 for construction of a trail connection and bridge over Hamestring Creek, and further approves a project contingency in the amount of $50,000.00. 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 41612021 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2021-0134 Legistar File ID 4/6/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/18/2021 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends award of Bid 21-28 and authorization of a contract with Diamond C Construction Company in the amount of $377,146.74 and approval of a $50,000 contingency for construction of a trail connection and bridge over Hamestring Creek and approval of a budget adjustment. Budget Impact: 4603.860.7301-5814.05 Trails Project 2019 Bonds Account Number 46030.7301 Project Number Fund Hamestring Trail Bridge Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Project Title $ 338,881.00 $ 16,687.50 $ 322,193.50 $ 427,146.74 $ 109,242.00 4,298 76 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 6T", 2021 TO: Mayor and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director/City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: March 181h, 2021 SUBJECT: 2021-0134 — Hamestring Creek Trail Bridge RECOMMENDATION: Staff recommends award of Bid 21-28 and authorization of a contract with Diamond C Construction Company in the amount of $377,146.74 and approval of a $50,000 contingency for construction of a trail connection and bridge over Hamestring Creek and approval of a budget adjustment. BACKGROUND: The Hamestring Creek Trail was built in 2007 and extends 0.6 miles along the north side of Hamestring Creek through parkland abutting the Pine Valley subdivision. Neighborhood streets that are comfortable for cycling connect to Shiloh Drive where the Meadow Valley Trail continues under 1-49 at Porter Road and extends east to the Razorback Greenway. Currently the hundreds of residents in the Wedington Area do not have access to the Hamestring Creek Trail because there is not a crossing of Hamestring Creek. City staff has received many requests for a bridge over Hamestring Creek to connect these neighborhoods to the trail system and it was included in the 2019 bond package. DISCUSSION: The project includes a 20-foot-wide by 24-foot span bridge over Hamestring Creek and approximately 700 linear feet of 10-foot-wide concrete trail. Four bidders responded to the request for formal bids on Match 18th, 2021 and Diamond C Construction Inc. was the lowest responsive bidder — see attached bid tabulation. The contract time is 150 days for final completion. BUDGET/STAFF IMPACT: The Hamestring trail connection and bridge project is a 2019 trail bond project and that attached budget adjustment moves additional unallocated trail bond funds to complete this project. ATTACHMENTS: Hamestring Creek Trail Bridge Maps and Project Drawings Bid 21-28 recommendation of award Section 0500 Agreement signed by Diamond C Construction Diamond C Construction Bid Submittal Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 N� W E rh. �• !P z W Mount Com for t Rd • •?/ Proposed Hamestring Creek Trail Connection and Bridge CU ..�•• DAvrsce'a►'iSTrail PARK . also no' L e ................ �: `p••• mPWedinpton Bride over 1-540 Trail .... ..1n...........adir......a.. �1..of.o ooIt8I'l ass W. conrorr Existing On-Vee.t.,., ch. or rnr�sr Bikewa ••• •maslaaaa..•1111-1.1/t.111f1j'�: �~ ♦ N ti • 7 • • • Q • • y n : : AAA ��'•• ♦: • Future Shiloh Trail Trail 4 19,' � •� •• '.V eWGryr Harps • or • 0 a� Meadow Valley Trail c')- Future Police Headquarters C1 � a '•a...W 'Writ... a a a 0111..as Iran....... -- f Future Midtown Trail i_ v): OL f 4' U) a. •• , Leaend ! fe ... : ' ai" • ... m ...... Wedinp on Bridge ZveYr 1 �4a Tr • Future Shared -Use Paved Trails Existing Shared -Use Paved Trails CITY OF November 2019 FAYETTEVILLE Hamestring Creek Trail Bridge ARKANSAS 0 0.125 0.25 0.5 Miles '- r .r-. CITY OF FFlv - ;\` w, 1n. 2 FOOT w WoQd,ridge Dr. I Essex E ROPOSED 10 OOT WIDE ONCRETE RAIL (460 LF) Marigold Dr. -,$I 44k ss, '10 4h,YFT PARK LAMD ' a. iQ� �i / y,4' . r ;t , liar ti h + , ��..,• 4S AV 40r CITY OF HAMESTRING CREEK TRAIL BRIDGE .� FAYETTEVILLE ARKANSAS Proposed Trail Improvements `_'!,/ 0 75 150 LARSE SCALE DEVELOPMENT PLANS §§A HEO FR§Ng §L 19R§00E0NNEC F§D NAR§(OOLD DT FA YE T TE V m L E G�1 Lrl] L/uG=LI Ll �I �G=LI GENERAL NOTES: PLAN INDEX: ASSOCIATED PLANS: RESOURCE LIST: Vicinity Map CEI CONTACT: CLIENT CONTACT: FLOOD CERTIFICATION. :., „„ ..,..,....,.,., Engineering Associates, Inc. ENGNEERS • PLANNERS SURWYCRS LAN MAW A Ga NN NN AL IEN /S a• ra R? Ni, �N'J Knowwhat's below. urwcw aereron vitae wnr, stares a?al??�v+n i,,,,rdi c,. Call before you dig awrtnnvill", Aa 1?ll: a WW2?) M4 Arkansas * California * Minnesota * Pennsylvania * Texas ";" SEED VARIETY Know what's below. _ �, � :., ';..,...o '-•'• Call before you dig. \-•..�•--- a J[ \\ p 6 a F I•�•II t\ } En9ineenn 9Assoaates, Inc. _----.___ HAMESTRING TRAIL BRIDGE CONNECTIO OVERALL TRAIL , Know. what,s below. Call before you dig. ;�-� - - ----- ----- I ­FSTRI"r, TRAIL 111 PROFILE i VfRT'lkl KALE 1"=5 _', ?ONTAL KALE 1 =20 .1 V J1 1 I L L. I j I L J_ I I T --7-- -7 7 7 1 1 7 T r T I T I I 1 1 7- 4 HAMESTRING TRAIL II)PROFILE VERTICALSCALE'. 1"=5' HORIZONTAL SCALE 1 =M' - 1 I - -- --F -I T--. -- -- — -- -- --. r -- — -- _ - — -- I J_ I I I7I I_ I F I ;_ I I T i- LL4 r ' - t I 1 f y N * 15 ® Know. what's below. Call before youdg EX STINT, 116M) PROPOSE tEk;END Q SJFNCTES ❑ SITE DETAILS 17 Engineering Associates. Inc. A��AI�A u u. r HAVESTRING TRAIL BRIDGE CONNECTION PLAN & PROFILE - 2 .. K...what's below. C a I I before you dig. rrrmo it -------------------- Y 0 "XX Engineering Associates. Inc. Ism m�a. 964;m HAMESTRING TRAIL BRIDGE CONNECTION GRADING PLAN 0 0 N —� —' Know wears below. Call before you dig. 1 t t t a GENEOI I NosioN N.— 'i,einin i�i•.mm rA,i JTp", wos i 11 1 cT GUTTER SLOPE TO MATCH AOIACFNT PAVFMPNT. TRAVERSE AND LONCITUDINAI 2 SEE PAVING DETAILS FOR PAVEMFNT SECTIONS, SUBBASE. SURCFADE AND COM1IPACTION REQUIREMENTS. 3 CONTRACTOR 5HALL BACREILt RFHINU CURB PER PLANS. PRILIR TU PAVING TYPE "A" CONCRETE CURB AND GUTTER N.T.S. I2I/.r VEUETATIVE. °RA" 'JF T ECABLE WARNING CEVICE5 �j 1Y Engineering Associates Inc E�F�iI�a u u It •YAl Ea HAMESTRING TRAIL BRIDGECONNECTIO DETAIL SHEET I 1L yY ENGINEERING DIVISION�,-, , Wwwmwcom=cmMTRAjl svaffiwwl� Dl .- 1;1 1 i4VOl I. � Know what's below. C a I before you dig. r r i 0 Y �I 11 11 % I. ,. HAVESTRING TRAIL BRIDGECONNECTIO $ SURVEY LARSE SCALE DEVELOPMENT PLANS aTR§Na FRA §L BR§DBE C mAR§GDLD DT NOTES SS FQYETYEYRLEy ARKANS -FNERAI PI AN INDE? Vicinity Map CFI CONTACT. CLIENT CONTACT: FLOOD CERTIFICATION Engineering Associates Inc. N —P A'l AN NS S N l [111 A�W k j Cll I1 SfA!'( RC 1 CIS t NVIRONMFN IA SC FN(Sis Know Wear:below. .. . .,, , . `�.'!..✓i� :- ,,�.� Call before you dtg — -' Arkansas * California * Minnesota * Pennsylvania * Texas SEOUWE OF C.ONSTRUCDON SEED "FIE, ®as ?� FIC CONT- NOTES F XISTING LEGEND Know what's below. Call before you dig. i - ' F ngineenng Associates, Inc l� FF\l NAMESTR/No TRAIL BRIDGE CONNECTION, OVERALL TRAIL PRDPO`ADIEGEND 0 IWIITII"� TRMI-111 PROFILE VERTICAL SCALE 1 4 - - I L i I L I J --i L . . . . I L -I-- --J-- I L t - - - - 1 L I - - - - j-- I I T T' —1- 1 1 T r 7 1 1 --1 -T--F Tr -,T ------------ -------- I—, T7 1 4 1 1 1 + I I 4 - I I I j j- I L J_ i I I j Il 8 p RIP P, Rip Know what's below. Call before you dig. ay�1 T: 1 ,12 Know what's below. I ! , 1j Call before you dig. I � r � r f, yr I NAMESTRINC.,TRAIL Ill PROFILE VERTICALSCALE 1"=5' HORIZONTAI SC4F 1 =20' 'I T-7--r- -T -- r1- T _- r--r --- -rrr-- -t- r--r—,- I: r y u I : Kr T r - I '. I/ -r--r— �--r - i--r--i T- _..r--l---i-- --T--r-l--r.-___.l_ r__r._'I- t-- r. --,--r, --r_. I-- -, --� -y-- --r'---r..-r r-+--r--r- --r--r-Y--r-- - --r--r--�--- -t--r-7- PROPn'.FO I I'GENO 0 Englneenng Associates Inc. At r A jmTlti R •{A{ HAMESTRING TRAIL BRIDGE CONNECTIO *ti r PLAN & PROFILE - 2 c ' ----�----- ' Engineering Associates. Inc. HAVESTRING TRAIL BRIDGE CONNECTJOI� GRADING PLAN _k Know what's below. fl Call before VoN dig. o GENERA, EROSION NOTE' AHf A(II III''•ilIkF7A41F 0l.4 Al RhSil: R/'1\I1 k ' 41 7 ❑ 1 RIY,10NI A TMIL'. 1 I , 1 / C ❑- a j '�4 • Engineering Assonat— 1, MT HAVESTRING TRAIL BRIDGECONNECTIO EROSION CONTROL PLAN �" ,. iE l GUTTER SLOPE TO MATCH ADIACENT PAVEMENT, TRAVFRSE AND LONGITI'DINAI 1 SEEPAVING DETAILS FOR PAVEMENT SECTIONS. SUBPASE. SLIRGRADEAND COMPACTON REQUIREMENTS. 3 CONTRACTOR SHALLRACKFILL REMIND C.URR PER PLANS, PRIOR TUPAVING TYPE "A" CONCRETE CURB AND GUTTER N.T.S. VFGE'TAILW (,LEARANI' �ZJ O O I DETECTABLE WARNING CEVICES Engineering Associates, Inc. A�I�I VA HAMESTRING TRAIL BRIDGE CONNECTIO R� DETAIL SHEET 1 c 919NON0a galm ot PAS Am it SCURLOCK INDUSTRIES, INC. FAYETTEVILLE, ARKANSAS 479-521-0504 29'-0" BACK TO BACK OF FOOTINGS FOOTING PLAN EXAMPLE FOOTING DETAIL PER RELATED HAMESTRING CREEK BRIDGE PROJECT DATED 7/9/2007. FOR REFERENCE ONLY. NOT A CONSTRUCTION DETAIL. ACTUAL DETAIL FOR BOX CULVERT TO BE DESIGNED AT A LATER DATE BY CULVERT MANUFACTURER. 9" 1'�6" K! ^T rL FOOTING I'-6" x 3" DEEP (EYWAY TYP ) r NON -SHRINK GROUT -SOUND MATERIAL ALLOWABLE SOIL BEARING = 3.500 PSF MINIMUM 21-#5 "B" BARS x 2'-8" LONG a AT 8" CTS. 4 LINES OF #5 "A" BARS x 14' -8" LG. v 10' 2' CTS. TYPICAL SECTION A -A THRU FOOTING 3'-0" WIDE x 2'-3" DEEP x 15'-0" LONG 2 REO'D. THUS VOLUME OF CONCRETE PER FTG. = 3.55 CU. YD. WEIGHT OF REINFORCEMENT = 120 LBS. NOTES: MAXIMUM CALCULATED DESIGN SOIL PRESSURE = 2.940 PSF. MAXIMUM ASSUMED ALLOWABLE SOIL PRESSURE = 3.500 PSF. HAMESTRING CREEK TRAIL BRIDGE CITY OF FAYETTEVILLE. ARKANSAS WASHINGTON COUNTY FOOTING DETAILS ., L . IS - ---� --�. DATE: JUL Y 9. 2007 SHEET 3 OF 3 Ar.M.tlid Finish (A~ Star*) F wino not ro of Call O f pail Edge relief Oit Vwls.Mf O wall too of looting ARCHITECTURAL FINISH DETAILS 1 T.S. OProrlae .ape r.00 orouro perinersr of 7e.tve. Edge less( dlmsnsbns snail match mare)tat-it- cage dleto ODepth of A~ Stores pattern aDprOx.l Yj•. See SP `ArcnlrenurdFlNAn•. HD7E, Eat WALL COLOR SFE TEXTURED COAING F06H ICAS7-11 PLACE RETAINING wALLSISPECIAL PROVISION Wall - Level or Shooed 1IV. 2H was.) lap Coote.fY imria at top StaNOOe FRI Material Klass S as e..Il.d In SWsecrlon 403.01 or other approved ,aorbll. tall brgtn of rail 1". Shed. ID PVC Drain Pbs, IY-r wm.ao0cirg, Sea 1YD•O Dotal RelnforcNg etaA 2'-0" min. bend Grout Line �Pace 7,. 2 Geore::flb labrk wal set ar oack . fRl mofarld ISM wined of all4 Mrend m WS,and at 62S. 2 trohb oar Subsection 625.02 �Stop drainage fill at M1tam of + ph.I.5 at b.11- TYPICAL DRAINAGE 6 BACKFILL DETAILS N•T,S KEYED CONSTRUCTION "T DETAII ET,S 4 to TOP OF FOOTNG— ASHLAR STONE FINISH DETAIL NOTES, walpottsrn sWbe oppled to In. ..eas d Ni feed of 111. accordance with SP •Arta r ec turd Firs, Kai -h Place Ratainhp wnYr eta as atom In the pone. Care shot De idtM with form RnNr noMnp wa Ins tollotlon to enM MSthetic a 11ty of the wet te.trig Is ma In ned.eheIN re for, er palels remAre modification to comfort, to 1M bcot ion. dimensions and Ones Shown In the Plains. the Contractor "provide 009e relief matching that of the u Iorea for, Nyr. POYsenl far wail textur. bh.." in accordance •Ith SP -Archl to, turoi Finish (Cost.n Place Retaining wall No ad)uefwil rIlpe made In .—.to ra.ne cue to the we of 'ArWtectwol Fintsh'.Claas 'S' Concrete stolbe mea ed In aeeordanee with Stbseafion 802.24Io).Cwe sMPpe taken in dacNq concrete to avOld segregation and to eliminate flow Iinss. Cbu S Ia.furld Ceatlrq FINsh shalpe aDdbd to rae fmas os epecllled N Sp 'itlt,lad COatNg Finish (Cost n Pace RetoWng Road' ad n occor:lonce with Subsection B02J9(DX3). Sebct Backflll - YaY he aggregate pass CpIIFM ICbse 1, 5.6 Or TI V Sebcted xoterlds ICbAA SY. SIf2 M SNI). SN3 •III not be allorea. GENERAL NOTES Its -----II CONSTRUCTION SPEC.ICA10Wk Arkolbas Deomiment of TrOhSowtOtIW Standard SWlflca tloro far Nigh Y Construction ICwrent EdtIONwlrh cOdkabb siMmeontol sppcllkotloy and apeclW prOvi.iou. (Hess O1herwW rotes In the pions Seaton •1 bar we N•,wast and Subsection refer to the Stwalord Conotructlon Speclfkatlom V.9• I'm when reaJrb DES" SPECIrICATW, AASHTO LRFO & Mega Oeetgn $peal/icofbns. Slvtn Edition 120121. LIVE LOAD. LNG Load Su horoe i. not Irlend d 1. the deegn of oeaa •ails. Vehiculm •1 pa- we 12••Nm:. Las Load Shall tot be allowed .1 Nn o distance wo to oro-ndf the helgnt of 1he Front face of CaERETE, COK1ete email he eaWea In IN try One ail exeaaed corners to he RefdnXg wall w/01 par sp. a 'i". rJ)aefNea /'j'. I A eM1 oe [loss S •)In a eNlnan 28 soy compreAAlre -S00 A f f Refer 1 c r st FNJsn 1-A f ..pRA' I^g T �I IGmt-n Pace Retaut ining Rossi ..ddpra.laI— �T`` •1 asset ea. Ta. *l ill L = 7-6" "I Scrota. AD PYC Drain Plpe 1 the Cooncrere "W Otherwise s mlwarRotor to A - Anr Ue wet E nlan feet of Place f ReldNng tglet ab Ie.nrea Ceathg FWsh (Cost-inPlace RefoWrg wdNOWepecid ororleta s Rayed Corotructlon Joint - Sol Detail REINFORCING STEEL: NI relnforcNq etest sWl conform to AASR10 AIN ar153,Grooe 60. FOUndotlma for f00tlrpa "I he prepped in mcoroance with ub ectlon 801.04. V par I'-9',N. lap •hen ro0'd. BoekfNl far rstcning rdb "I he N acCOrdonae rim subsectlom Sol .08. -� A. waterproof NeW— (type Cl. wterafaps. preformed IOlnra. wosp MAN A goofe.tib fabric snot not be Dab for air eallywt stall he conaloered AW1110 ry ro Cbsa S Concrete. Drorboe flll Noterld ICNNAA Nato Aeboc ct okfNI still he me —ea and add far as [apxred EsDdrkmenf. •1 Od No. a o" was. These ow tape are not IntenMa far awe alongsmears a dfd,.s •Irhaut •1 Ov' Al At Q"lea.. cohelderotbn for scow. TYPICAL SECTION N.iS E.I., Slope ProDasad Sla" TYPICAL DRAIN PIPE REINFORCING DETAIL N.I.S Wfaro issfing Xemhra+e hype C) per r, Swtlon B5. As an alternate, the eotlractar toy use the +star -crop or,- far the ..MrSion W11. "cheefer-rya. I •Front once of wdl C Confroction Joint TYPICAL CONTRACTION JOINT DETAL N.T.S. Note, 20'-0- Nm.SDocng between Controatin Optlonal Joints. Narizanrai reinforcMwrt awl be Joint Wnf6vnW through Cpntroctlon binte. 'Sol A vC water -stop (6"dN,wD with center hub) %j'Prafv"d Jt. (AASNTO 1163 Typa I I �.. CItMYar ran, face of wall Irrw W Expo Won ,pint--1 tn The War -Stop "I e.ro I[ fro, the top of the wall o rn fop of the Footing. TYPICAL EXPANSION JOINT DETAIL M.S. Nofn 6r-D' Na.. Spocin, Mr+een E.00nslon Jdnft rllomid reinforcing shall Slop 2" from vowelon Joint. TABLE OF RETAINING WALL VARIABLES (SLOPED BACKFILL)(IV:2H MAX.) ®®®®®' moms® ®' nmm® lmncw}3m® ®' nmm© mn1mm== mlmcm®� ®' ®cu®� TABLE OF RETAW WALL VARIABLES (LEVEL BACKFILL) r epx N etrrn !mow•'^ as fn BENDING DIAGRAMS In Excavation In Efts"Renr MARK A B PJ3. NOTE: Hatched area denotes naxlex.e Omits of MY exaevofloR wId a' -N• - 6' 1 FI01 r-6' DETAILS OF EXCAVATION N.T.i aka ' L ] 7-0`. Asa,t seep with I�—�I parlpn y I caniractlon )Dint DMoralom a wt to eat of porn, •1 Dar .0. J 12- •1 bar a0.• R" F401 AD,a IY V DQ asp¢" FOOTING STEP DETAIL KT.S. -Bar A' .1 'T' .1 Size a $pacing 3'-0' 9' 2'-6- e- •1 a 12- 1•-0' 9' 3'-6' 7 •1 e p- S•-0- 9' A'-O' Ir •1 a Ir r 1'-6 Ir V a Ir r-o- r Si" 7 e1 a 0" r-0' r• 6•-O, it •S a a- r-0- r-O'• 7'-(Y it, •S IN 5f SEISMIC 20NE, 7Mse •tlb have beea daslgnad for the fobetng site -tasted Doak sans ac A rotlohe (Ash -� A. Levet �ack}NI- As S .Ipp Sloped Book fRI (I1111H NONJ - As % .300 ea. 6 0" * A. CITY 4! 11111111"ETTEVILL.E ARKANSAS BID TABULATION BID 21-28, CONSTRUCTION - HAMESTRING TRAIL BRIDGE CONNECTION REBID Deadline: Thursday, March 18, 2021 before 2:00 PM, local time Certification of Funds: $400,000.00 25%Allowance: $100,000.00 Total Allowed: $500,000.00 Benchmark Construction Diamond C Goodwin & Goodwin, Sweetser Construction, Company Construction Inc. Inc. Total Cost $ 395,134.39 $ 377,146.74 $ 390,565.00 $ 429,768.00 Unit Item # Items Description Quantity of Unit Total unit Total Unit Total Unit Total Required Price Cost Price Cost Price Cost Price Cost Measure #1-1 Mobilization, - Shall not exceed 5%of total base bid 1 $ 1,294.00 $ 1,294.00 $ 11,424.00 $ 11,424.00 $ 17,00000 $ 17,000,00 $ 6,200.00 $ 6,200.00 #1-2 Bonding, insurance & staking 17LS Ls $ 19,145.00 $ 19,14500 $ 11,200.00 $ 11,200.00 S 15,00000 $ 15,000.00 $ 8,600.00 S 8,600.00 #1-3 Trench, Excavation & Safety 1LS $ 730.00 $ 730.00 $ 1,680.00 $ 1,680.00 $ 1,000,00 $ 1,000.00 $ 2,000.00 $ 2,000.00 #1-4 Demolition 1 LS $ 590.00 $ 590.00 $ 8,400.00 $ 8,400.00 5 25,000 00 $ 25,000.00 $ 8,000.00 $ 8,000.00 #1-5 Rock Excavation 10 CY $ 410.00 $ 4,100.00 $ 300.00 5 3,000.00 5 1.00 $ 10.00 $ 250.00 $ 2,500.00 #1-6 Remove Asphalt 135 SY $ 24.22 $ 3,269.70 $ 23.23 $ 3,136.05 $ 15.00 $ 2,02S.00 $ 25.00 $ 3,375.00 #1-7 Remove Concrete 160 SY $ 26.31 $ 4,209.60 $ 46.20 $ 7,392.00 5 15.00 $ 2,400.00 5 30.00 $ 4,800.00 #1-8 Remove 6" Topsoil 155 CY $ 42.26 $ 6,550.30 $ 60.70 $ 9,408.50 $ 10.00 $ 1,550.00 5 20.00 $ 3,100.00 #1-9 Erosion Control 1 LS $ 2,190.00 $ 2,190.00 $ 1,344.00 $ 1,344.001 $ 4,000.00 $ 4,000.00 $ 2,000.00 $ 2,000.00 #1-10 Straw Wattle 15D0 LF $ 4.58 $ 6,87000 $ 3.36 $ 5,040.00 5 2.00 $ 3,000.00 $ 14.00 $ 21,000.00 41-11 Tree Preservation Fencing 475 LF $ 4.17 $ 1,980.75 $ 5.60 $ 2,660.00 $ 5.00 $ 2,375.00 $ 10.00 $ 4,750.00 #1-12 Native Sandstone End -Cuts for Rip Rap 40 CY $ 113.75 $ 4,550.00 $ 193.76 $ 7,750.40 $ 135.00 $ 5,400.00 $ 70.00 $ 2,800.00 111-13 Filter Blanket for Rip Rap 80 SY $ 25.88 $ 2,070.40 $ 14.00 $ 1,120.00 $ 10.00 $ 800.00 $ 7.50 $ 600.00 #1-14 Concrete Washout 1 EA $ 1,510.00 $ 1,510.00 $ 1,120.00 $ 1,120.D0 1 $ 1,500.00 $ 1,500.00 5 2,000.00 $ 2,000.00 #1-15 Construction Entrance 120 SY $ 24.17 $ 2,900.40 $ 46.67 $ 5,600.40 $ 25.00 $ 3,000.00 $ 42.00 $ 5,D40.00 #1-16 Concrete Sidewalk 140 SY $ 47.79 $ 6,690.60 $ 67.40 $ 9436.00 $ I 55.00 $ 7,700.00 5 69.00 $ 9,660.00 111-17 Curb and Gutter 12 LF $ 34.17 $ 410.04 $ 93.34 $ 1:120.08 $ 40.00 $ 480.00 $ 34.00 $ 401L00 #1-18 10' Wide Concrete Trail(4" Concrete/4" Class 7 Base) 770 SY $ 86.19 $ 66,366.30 S 51.25 $ 39,462.50 1 $ 75.00 $ 57,750.00 $ 75.00 $ 57,750.00 #1-19 Burgundy Blended Concrete 65 SY $ 174.15 $ 11,319.75 $ 189.42 $ 12,312.30 ( $ 300.00 $ 6,500.00 $ 85.00 $ 5,525.00 #1-20 Reinforced Concrete Retaining Wall 125 SEE $ 157.28 $ 19,660.00 $ 63.17 $ 7,896.25 1 $ 200.00 $ 25,000.00 $ 358.D0 $ 44,750.00 #1-21 4" Solid Yellow Thermoplastic Striping 350 LF $ 11.29 $ 3,951.50 $ 9.86 $ 3,451.00 $ 9.00 $ 3,150.00 $ 9.60 $ 3,360.00 #1-22 4" Dashed Yellow Thermoplastic Striping 325 LF $ 11.29 $ 3,669.25 $ 9.86 $ 3,204.50 $ 9.00 $ 2,925.00 $ 9.60 $ 3,120.00 #1-23 Sod 350 SY $ 4.07 $ 1,424.50 $ 6.00 $ 2,100.00 $ 8.00 $ 2,800.00 $ 7.D0 $ 2,450,00 #1-24 Temporary Seeding for Denuded Areas 100 SY $ 2.67 $ 267,00 $ 4.48 $ 448.00 $ 2.00 $ 200.00 $ 20.00 $ 2,000.00 #1-25 Import Topsoil 170 CY $ 11.49 $ 1,953.30 $ 65.23 $ 11,089.10 $ 20.00 $ 3,400.00 $ 20.00 $ 3,400.00 #1-26 Undercut & Haul Off 700 CY $ 21.56 $ 15,092.00 $ 26.72 $ 18,704.00 $ 16.00 $ 11,200.00 $ 24.00 $ 16,800.00 #1-27 Structural Fill 700 CY $ 43.23 $ 30,261.00 $ 28.16 $ 19,712.00 $ 25.00 $ 17,500.00 $ 18.00 $ 12,600.00 #1-28 General Fill 1200 CY $ 22.91 $ 27,492.00 $ 25.67 $ 30,804.00 5 12.00 $ 14,400.00 $ 14.00 $ 16,800.00 #1-29 Earthwork 1 LS $ 20,287.00 $ 20,287.00 $ 17,920.00 $ 17,920.00 $ 8,500.00 $ 8,S00.00 $ 8,800.00 $ 8,800.00 #1-30 20' Wide 3-Sided Box Culvert 1 EA $ 104,048.00 $ 104,048.00 $ 90,280.96 $ 90,280.96 1 5 120,000.00 $ 120,000.00 $ 138,200.00 $ 138,200.00 #1-31 Park Bench 2 EA $ 2,117.00 $ 4,234.00 $ 2'525.03 $ 5,050.06 $ 1,000.00 $ 2,000.00 $ 1,800.00 $ 3,600.00 #1-32 Weathered Steel Guardrails 80 LF $ 109.00 $ 8,720.00 $ 92.40 $ 7,392.00 5 I 100.00 $ 8,000.00 $ 1 90.00 $ 7,200.00 #1-33 Concrete Footings for 3-Sided Box Culvert 1 LS $ 7,328.00 $ 7,328.00 $ 16,488.64 $ 16,488.64 $ 15,000.00 $ 15,000.00 $ 16,580.00 $ 16,580.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. C iY OF FAYETTEVILLE ARKANS ANKANSAS Bid 21-28, Construction - Hamestring Trail Bridge Connection Rebid Project Overview Project Details Project Name Bid 21-28, Construction — Hamestring Trail Bridge Connection Rebid Project Owner Andrea Foren Project Type ITB Department Purchasing Certification of $400,000.00 Funds 25% Allowance $100,000.00 Total Allowance $500,000.00 Project Description Hamestring Trail Bridge Connection Rebid Open Date Feb 28, 2021 12:00 AM CST Close Date Mar 18, 2021 2:00 PM CDT Highest Scoring Supplier Diamond C Construction Score 100 pts �. FA`'E' TF Val.._E 43,AY , Seal status Requested Information Unsealed on Unsealed by Bid Bond Mar 18, 2021 2:02 PM CDT Adonis Bwashi Required Signature Form Mar 18, 2021 2:02 PM CDT Adonis Bwashi AR Secretary of State Filing # Mar 18, 2021 2:02 PM CDT Adonis Bwashi Arkansas Contractor's License Mar 18, 2021 2:02 PM CDT Adonis Bwashi Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, Mar 18, 2021 2:02 PM CDT Adonis Bwashi or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Bid 21-28, Bid Form - Construction — Hamestring Mar 18, 2021 2:02 PM CDT Adonis Bwashi Trail Bridge Connection Rebid (BT-89CQ) C TV OF FAYETTEVILLE ARKANS ARKANSAS Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Adonis Bwashi Mar 18, 2021 2:03 PM CDT No eiry nF FAYETTEVILLE ARKANS ARKANSAS Public Notices Addendum 1 issued to Bid 21-28, Construction - Hamestring Trail Bridge Connection Re -Bid Andrea Foren, Mar 10, 2021 9:26 AM CST Addendum 1 has been issued to Bid 21-28, Construction — Hamestring Trail Bridge Connection Re -Bid and is available in the public files as "Bid 21-28, File 03 - Addendum 1". A convenience file has been provided for assisting bidders with bid submission. Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. Ci TV OF FAYETTEVILLE ARKANS ARKANSAE Submissions Supplier Date Submitted Name Email Confirmation Code Goodwin & Goodwin, Mar 12, 2021 5:42 PM David Garcia docryde@yahoo.com MT14NTgw Inc. CST Benchmark Mar 18, 2021 10:58 AM Steve Smith benchmarkconst@att.net MTI5NTA2 Construction Company CDT Diamond C Construction Mar 18, 2021 8:41 AM Mike Cordeiro mike@diamondcconst.com MTI5NDM2 CDT Sweetser Construction, Mar 18, 2021 1:03 PM Charlie Miller Charlie@sweetserconstruction.com MTI5NTY2 Inc. CDT .� FAVE7TEVILLE APKANSAS Project Criteria Criteria Total Base Bid Price Points Description 100 pts Total Base Bid Within Certified Funds Pass/Fail Total base bid must be within 125% of certified funds. Total 100 pts 10 PAY ETTEVILLE ARNANSAS Scoring Summary Active Submissions Supplier Diamond C Construction Goodwin & Goodwin, Inc. Benchmark Construction Company Sweetser Construction, Inc. Total Total Lump Sum Bid Price / 100 pts / 100 pts 100 pts 100 pts ($377,146.74) 96.56 pts 96.56 pts ($390,565.00) 95.45 pts 95.45 pts ($395,134.39) 87.76 pts 87.76 pts ($429,768.00) Within Certified Funds Pass/Fail Pass Pass Pass Pass FAY EsVILI. I . A aKi =, Signatures Name Andrea Foren (Project Owner) Adonis Bwashi (Evaluator) Andrea Foren (Evaluator) Signatures Andrea Digitally signed by Andrea Foren Foren Date: 2021.03.18 17:43:45-05'00' Digitally signed by Adonis Bwashi O ' cn=Adonis Bwashi, em email=abwashi@fayetteville-ar.gov, c=US Date: 2021.03.18 16:15:18-05'00' Andrea Foren Digitally signed by Andrea Foren Date: 2021.03.18 17:43:59-05'00' DOCUMENT 00500—AGREEMENT FORM BETWEEN OWNER AND CONTRACTOR Contract Name/Title: HAMESTRING TRAIL BRIDGE CONNECTION Contract No.: THIS AGREEMENT is dated as of the day of in the year 2021 by and between The City of Fayetteville, Arkansas and Diamond C Construction (hereinafter called Contractor). Company WORK 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 600 linear foot, 10 foot wide, concrete multi -use trial, a 20 foot wide by 24 foot long 3 sided box culvert low water bridge and demolition and replacement of existing trail where the proposed trial will connect. This project also includes sidewalks, concrete, tree preservation as well as other related items. ENGINEER 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. CONTRACT TIME TIME OF THE ESSENCE: All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The work shall be Substantially Complete within 120 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 150 calendar days after the date when the Contract Times commence to run. Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-1 I)OCUMENT 00500—AGREEMENT (continued) PAYMENT PROCEDURES SUBMITTAL AND PROCESSING OF PAYMENTS: 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. 6.04 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. 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). 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. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-3 DOCUMENT 00500—AGREEMENT (continued) FINAL PAYMENT: 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. CONTRACTOR'S REPRESENTATIONS In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. 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. 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. Contractor has carefully studied all: reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 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. 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, Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-4 DOCUMENT 00500—AGREEMENT (continued) sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the 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. 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. 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. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. CONTRACT DOCUMENTS CONTENTS: 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: This Agreement. Exhibits to this Agreement (enumerated as follows): Notice to Proceed. Contractor's Bid. Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-5 DOCUMENT 00500—AGREEMENT (continued) Documentation submitted by Contractor prior to Notice of Award. Performance, Payment, and other Bonds. General Conditions. Supplementary Conditions. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: HAMESTRING TRAIL BRIDGE CONNECTION Addenda numbers one 1 to 4, inclusive. 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 MISCELLANEOUS TERMS: amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. ASSIGNMENT OF CONTRACT: 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. Hamestring Trail Bridge Connection Fayetteville, Arkansas CET Project No. 31559 January 25, 2021 00500-6 DOCUMENT 00500—AGREEMENT (continued) SUCCESSORS AND ASSIGNS: 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. SEVERABILITY: 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. OTHER PROVISIONS: Not Applicable. Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-7 DOCUMENT 00500—AGREEMENT (continued) 6.03 LIOUIDATED DAMAGES: Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Four Hundred Dollars ($400.00) 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 Four Hundred Dollars ($400.00) 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 Four Hundred Dollars ($400.00) for each calendar day that expires after the time specified for completion and readiness for final payment. CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 January 25, 2021 00500-2 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 on l lX , 20Z( which is the Effective Date of the Agreement. DIAMOND C CONSTRUCTION COMPANY By: C s Z Title: &.f (SEAL) Attest r li Address for ving notices 1259 West Main P.O. Box 803 Gentry, AR 72734 License No. _ Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) Hamestring Trail Bridge Connection Fayetteville, Arkansas CEI Project No. 31559 Title: (SEAL) ER K / T,QF,�. CITY Attest 11 G Address for giving notices ems• y •, ArvsAS • • ,• N ; (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: M. Attorney For: January 25, 2021 00500-8 Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid Contract Name: Hamestring Trail Bridge Connection Bid Number Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville. Arkansas 72701 BID FROM: Bidder: DIAMOND C CONSTRUCTION ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish al I Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement. that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date 1 03/10/2021 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities. or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project, plus 25%, the Citv will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified plus 25%, all bids shall be rejected and become confidential. Bidder will complete the Work in accordance with the Contract Documents for the following price(s), Refer to electronic platform to complete bid pricing and total base bid Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid Refer to electronic platform to complete bid pricing and total base bid ARTICLE S - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a bank cashier's check or a Bid Bond and in the amount of Eighteen thousand eight hundred fifty seven dollars & Thirty four cents Dollars ($ 18,857.34 ), B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: MIKE CORDEIRO P.O. BOX 803 GENTRY, AR 72734 Phone No. 479-957-3035 FAX No. WA ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on MARCH 18 __ _ .20 21. Arkansas State Contractor License No. 0318010321 Tax ID No. 36-4748572 DUNS No. 117156865 CAGE No. $CT88 If Bidder is: Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid An Individual Name (type or printed): By: Doing business as: Business address: Phone No.: A Partnership Partnership Name: By: (individual's Signature) FAX No.: EAL) (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: Bid 21-28, Construction, Hamestring Trail Bridge Connection Rebid A Corporation or LLC Corporation or LLC Name: DIAMOND C CONSTRUCTION (SEAL) State of Incorporation: ARKANSAS Type (General Business, Professional, Service, Limited Liability): GENERAL BUSINESS By:c---- (Signature — attach evidence of authority to sign) Name (type or printed): MIKE CORDEIRO Title: PRESIDENT (CORPORATE SEAL) Attest: " Cxt 62,4 JACKIE BADER (Signature of Corporate Secretary) Business address: 1259 WEST MAIN P.O. BOX 903 GENTRY, AR 72734 Phone No.: 479-957-3035 FAX No.: NIA END OF DOCUMENT 00400 Bid 21-28, Addendum 1 Date: Wednesday, March 10, 2021 To: All Prospective Vendors From: City of Fayetteville, Purchasing Division, 479-575-8256 RE: Bid 21-28, Construction — Hamestring Trail Bridge Connection Re -Bid PROJECT ENGINEER: CEI Engineering Associates 3108 SW Regency Parkway, Suite 2 Bentonville, AR 72712 II CITY OF FAYETTEVILLE ARKANSAS This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated February 26, 2021. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum No 01 consists of 2 pages and the following attachments: The City strongly encourages bids to be submitted electronically through the City's online bidding platform. Due to City Hall currently being closed to the public, sealed paper bids can be submitted only after making prior arrangements with the City Purchasing Division for hand delivery prior to the bid deadline. Sealed paper bids may also be mailed; mailed bids shall be considered only if delivered prior to the bid deadline as indicated in the bidding documents. A non -mandatory pre -bid meeting was held on March 9, 2021 at 10-00 AM via Zoom. This addendum includes a list of attendees in attendance of the pre -bid meeting. CLARIFICATIONS: a. Line item #17, Burgundy Blended Concrete, shall have the following concrete color blend: Solomon Liquid Color #7S7 Old Gold, or approved equal. This color blend is intended for the half moon concrete pad only. b. Architectural finish on ARDOT Standard Drawing SI-2, "Reinforced Concrete Retaining Wall", is not to be included. No ashlar stone or color blend shall be included in the "Reinforced Concrete Retaining Wall/Footings", Line item #20, c. Line item #20, "Reinforced Concrete Retaining Wall/Footings", includes the cost of concrete footings, steel reinforcement, stem, and all other related costs. d. The 3-sided box culvert bridge is to be a pre -cast manufacturer -supplied item. Exact configuration of box will be specific to the selected supplier. It is the intent that the supplier will supply engineered detailed drawings of the footings for the structure. e. The wing walls in the plans correspond to the "Reinforced Concrete Retaining Wall/Footings", line item #20 on the Bid Form. f. Steel guardrails shown on plans, per Site Detail 04C, shall be bolted into face of retaining walls and face of 3- sided box culvert. Quantity of guardrail provided in 00400 Bid Form. g. No alternate will be accepted for line item #20, "Reinforced Concrete Retaining Wall/Footings". Material must remain cast -in -place concrete to ensure proper connection to the precast 3-sided box culvert. h. Example bridge footing detail, per related 2007 Hamestring Creek Bridge project added as an attachment to this Addendum 1. Detail is not for construction. Actual detail for box culvert to be designed at a later date by culvert manufacturer. Final footing cost shall be handled with a change order during construction. 112 T0Itcolti)nuuv< i.. Construction detail for ARDOT Standard Drawing SI-2, "Reinforced Concrete Retaining Wall" added as an attachment to this Addendum 1. Detail is for construction. City will remove trees and trim any limbs as needed per Site Note 70F. Any additional trimming associated with the project should be included in bid item #4 Demolition. Questions, or concerns, should be addressed to Andrea Foren, CPPO, CPPB, Purchasing Manager at aforen@)fayetteville or(479)575-8289. 212 . Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 THE CINCINNATI INSURANCE COMPANY CINCI\1A'ri, otno KNOW ALL MEN BY THESE PRESENTS, that we Diamond C Construction as Principal, hereinafter called the Principal, and THE CINCINNATI INSURANCE COMPANY, 6200 S. Gilmore Road, Fairfield, Ohio 45014-5141. a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars (S 5% of bid ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for HAMESTRING TRAIL BRIDGE CONNECTION (REBID) CONSTRUCTION OF BOX CULVERT LOW WATER BRIDGE & CONCRETE RETAINING WALL OVER HAMSTRING CREEK NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9TH day of MARCH (Witness; (Witness) 2021 DIAMOND C CONSTRUCTION (Principal) (Seal) By: (Title) THE CINCINNATI INSURANCE COMPANY (Surety) (Seal) By: 9 3� zt- Billy Eugene Bennett, Jr. At ney-in-Fact The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, February I S70 Edition. S-2000-AIA (8/08) PUBLIC THE CINCI\\ATI INSURANCE CO,%I'ANN Fairticld, Ohiu PONVER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TIIE CDNCINNAn INSURANCE COIWANY, a corporation organized under the laws of the State of Ohio. and having its principal Office in the City of Fairheld, Ohio, does hereby constitute and appoint Marvin Smith IV, Mike Luttrell, Billy Eugene Bennett, Jr., Danny Schneider, Jacque Lindsey. Adrian Luttrell, of Springdale, AR it& true and lawful Attorney( s),-in- Fact to sign, execute. seal and deliver on its behalf as Surety. and as its act and deed. any and all bonds. policies, undertakinvs, or other like instruments, as follows: Fifteen Million Dollars and 001100 (S15,000,000.00) This appointment is made under and by authority of the fulloeving resolution parsed by the; Board of Directors of said Company at a meeting held in the principal office of the Companv, a quorum being present and voting on the 64, day of December. 1958, which resolution is still in effect: "RESOLVED. that the President or am' Vice President be hcreby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and 311 bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Annmey-in-fact to affix the corporate seal. and may with or without cause modify or revoke any such appointment or authority. Any such Writings so executed by such Attomevs-in. Fact shall be binding upon the Company as if they had been duly e"uxutcd and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held On the 7°i day of December•. 1973. —RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any tower of artomcr granted, and the signature or the Jecrctan Ut Assistant Sexrctan and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such tacshnitc signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall. with respect to any bond or undertaking to which it is attacht d. continue to be valid and binding on the Company - IN Nk ITNESS LLFHEREOF. THE CiNCINNATI INSURANCE COMPANY has caused these presents to be Waled with its corporate coal. duly attested by its Vice President this 10i° day of May. 201'. THE Cl;v'CI\NATI INSURANCE COMPANY .s' tor►oatrt $ SEAL 1; onto. <Sj�to,� - A C STATF. OF OHIO sS: Vice President — COUNTY OF BUTLLR On this ItP° day of May. 2012. betorc me came the above -named \ ice President of THE CINNATI INSURANCE: COMWk.%Y. to me personally known to be the officer described herein, and xknrnviedged that the seal affixed to the preceding instrumca is the corporate seal of said Company and the corporate seal and the siitnare of the officer %eerr duly affixed and subscribed to said instrument by the authority and direction -of said corporation ttt a•`'- t A L -"rye MARK J. H LIER, NOTARY Attorney at law .,,1 A. Q� NRY PUBLIC - STATE OF 0140 00 TE f O Noy commission nos no expiration e�+�r>�,wa date. Section 147.03 O.H.C. i, thr tmdersigmd 5ccrctary tw As,imant Sccrctan of THE C INCINNATi INSUR,\yiCE CM-1PAtNY, hereby certify that the above is a true and cornxa copy of the Original Power of Attorney issued by said Company, and do hcreby further certify that the said Power of Attorney is still in full force and ctTw. GIVEN under my hand and seal of said Co,"npan. at Fairfield. Ohio. this 9th day of March 2021 ri'a a tioierounrt,S t: 3 S E A L L Assistant Secretary �Nte ,q`-iIRY Responses Success: All data is valid! Numenc Bid 21-25, Total Base Bid Success: Alt values provided Bid #1-1 Mobilization, - Shall not exceed 5% of total base 1 LS $ 11,424.00 $ 11,424.00 bid Success: All values provided Bid #1-2 Bonding, insurance & staking 1 LS $ 11,200.00 $ 11,200.00 Success: All values provided Bid #1-3 Trench, Excavation & Safety 1 LS S 1,680.00 $ 1,680.00 Success: All values provided Bid #14 Demolition 1 LS $ 8,400.00 5 8.40C.00 Success: All values provided Bid #1-5 Rock Excavation 10 CY S 300.00 S 3,OD0.00 Success: All values provided Bid #1-6 Remove Asphalt 135 SY $ 23.23 $ 3.136.05 Success: All values provided Bid #1-7 Remove Concrete 160 SY $ 46.20 $ 7,392.00 Success: All values provided Bid #1-8 Remove 6" Topsoil 155 CY $ 60.70 $ 9 408.50 Success: All values provided Bid #1-9 Erosion Control 1 LS $ 1,344.00 $ 1,344.00 Success: All values provided Bid #1-10 Straw Wattle 1500 LF $ 3.36 S 5.040,00 Success: All values provided Bid #1-11 Tree Preservation Fencing 475 LF $ 5.60 S 2.660.00 Success: A8 values provided Bid #1-12 Native Sandstone End -Cuts for Rip Rap 40 CY S 193.76 S 7 750A0 Success: AN values provided Bid #1-13 Filter Blanket for Rip Rap 80 SY $ 14.00 $ 1, 120.00 Success: All values provided Bid #1-14 Concrete Washout 1 FA S1,120.00 $1,120.00 Success: All values provided Bid #1-15 Construction Entrance 120 SY $ 46.67 $ 5.600.40 Success: All values provided Bid #1-16 Concrete Sidewalk 140 SY S 67.40 $ 9,436.00 Success: All values provided Bid #1-17 Curb and Gutter 12 LF $ 93.34 $ 1,120.08 Success: All values provided Bid #1.18 10' Wide Concrete Trail (4" Concrete/4" Class 7 770 SY $ 51.25 $ 39,462.50 Base) Success: All values provided Bid #1-19 Burgundy Blended Concrete 65 SY $ 189.42 $ 12,312.30 Success: All values provided Bid #1-20 Reinforced Concrete Retaining Wall 125 SFF S 63.17 S 7.896.25 Success: All values provided Bid #1-21 4" Solid Yellow Thermoplastic Striping 350 LF $ 9.86 $ 3.451.00 Success: A8 values provided Bid #1-22 4" Dashed Yellow Thermoplastic Striping 325 LF S 9.66 $ 3.204.50 Success: A0 values provided Bid #1.23 Sod 350 SY $ 6,00 S 2.1 D0.00 Success: A8 values provided Bid #1-24 Temporary Seeding for Denuded Areas 100 SY $ 4.48 $ 448,00 Success: All values provided Bid #1-25 Import Topsoil 170 CY $65.23 $ 11,D89.10 Success. All values provided Bid #1-26 Undercut & Haul Off 700 CY $26.72 S 18.704.00 Success: All values provided Bid #1-27 Structural Fill 700 CY $28.16 $19.712.00 Success: Ail values provided Bid #1-28 General Fill 1200 CY $25.67 S 30.804,00 Success: All values provided Bid #1-29 Earthwork 1 LS $17.920.00 $ 17,920.00 Success: All values provided Bid #1-30 20' Wide 3-Sided Box Culvert 1 EA $ 90,280.96 S 90.280.96 Success: All values provided Bid #1-31 Park Bench 2 EA $2,525.03 $ 5,060.06 Success: A0 values provided Bid #1-32 Weathered Steel Guardrails 80 LF $92.40 $ 7,392.00 Success: All values provided Bid #1-33 Concrete Footings for 3-Sided Box Culvert 1 LS S 16,488.64 S 16,488.64 3/18/2021 Proposal Data Back to Project Bid 21-28, Construction — Hamestring Trail Bridge Connection Rebid - Proposal Data Show/Hide —4 Search Supplier AR Secretary of Arkansas Pursuant Arkansas Code Annotated §25-1-503, the Con State Filing # Contractor's currently boycott Israel and will not boycott Israel durin License # while in contract, with any public entity as defined in §2 contractor decides to boycott Israel, the contractor mu. - Benchmark Construction Company 0033500521 Yes Scorecard Open Diamond C Construction 0318010321 Yes Scorecard Open... Goodwin & Goodwin, Inc. 0016960421 Yes Scorecard Open... Sweetser Construction, Inc. 0027470421 Yes Scorecard Open... - Q Help https://fayefteville-ar.bonfirehub.com/projects/39672/proposaIData 1/1 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2021 Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends award of Bid 21-28 and authorization of a contract with Diamond C Construction, Inc. in the amount of $377,146.74 and approval of a $50,000 contingency for construction of a trail connection and bridge over Hamestring Creek and approval of a budget adjustment. RESOLUTION/ORDINANCE COUNCIL DATE LEGISTAR FILE ID# 4/6/2021 2021-0134 M atth ,w Maddox, 311812021 2:3 7 PM Budget Director TYPE: JOURNAL #: Date D - (City Council) GLDATE: 4/6/2021 CHKD/POSTED: TOTAL - _ v.20210104 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4603.860.7301-5814.05 59,242 - 46030 7301 EX Improvements - Trails 4603.860.7301-5911.99 50,000 - 46030 7301 EX Contingency - Capital Project 4603.860.7999-5899.00 (109,242) - 46030 7999 EX Unallocated - Budget H:\Budget Adjustments\2021_Budget\City Council\04-06-2021\2021-0746 BA - Hamestring Bridge 1 of 1 Change Order # 1 Diamond C Construction Company City of Fayetteville Staff Review Form 2022-0149 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Mihalevich 2/24/2022 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval of Change Order #1 with Diamond C Construction Company to increase the original contract amount of $377,146.74 for additional quantities of rock excavation and concrete in the amount of $21,934.86 resulting in a new contract amount of $399,081.60. The contract with Diamond C Construction Company was approved by resolution 98-21 with $50,000 in contingency so this request is within the City Council approved project contingency. 4603.860.7301-5814.05 Account Number 46030.7301 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Trails Project 2019 Bonds Fund Hamestring Trail Bridge Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 60, 852.84 � $�__�__60,852.84 $ 38,917.98 V20210527 Purchase Order Number: Previous Ordinance or Resolution # 98-21 Change Order Number: Original Contract Number: Comments: Approval Date: 4/6/2021 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Mihalevich, Trails Coordinator DATE: March 24th, 2022 SUBJECT: 2022-0149 — Diamond C Construction Change Order #1 STAFF MEMO RECOMMENDATION: Staff requests approval of Change Order #1 with Diamond C Construction Company to increase the original contract amount of $377,146.74 for additional quantities of rock excavation and concrete in the amount of $21,934.86 resulting in a new contract amount of $399,081.60. The contract with Diamond C Construction Company was approved by resolution 98-21 with $50,000 in contingency so this request is within the City Council approved project contingency. BACKGROUND: The Hamestring Creek Trail Bridge is a 2019 bond project that was completed in early 2022. The project includes a 20-foot-wide by 24-foot span bridge over Hamestring Creek and approximately 700 linear feet of 10-foot-wide concrete trail. Resolution 98-21 was approved on April 6th, 2021 to low bidder, Diamond C Construction to construct the project. DISCUSSION: During construction, hard bedrock was encountered where the bridge foundations were to be located and the rock had to be excavated. In addition, we took the opportunity having the contractor on site to replace some damaged sections of the Hamestring Creek Trail with new concrete trail. These two overages in addition to a few other items resulted in a total project cost overage in the amount of $21,934.86 as detailed in the attached Change Order #1 spreadsheet. BUDGET/STAFF IMPACT: Funding for the cost overage is within the $50,000 in project contingency and sufficient funds are allocated from 2019 trail bond for the Hamestring Creek Trail Bridge Project. Attachments: Diamond C Construction — Change Order Signed by contractor Purchase Order 2021-00000309 with change order mark-up Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER CITY OF FAY E T T E V I L L E Contract Number 2021-00000017 A R K A N S A S Purchase Order 2021-00000309 Contract Title Hamestring Creek Trail Bridge Bid 21-28 Change Order No. I Date of Issuance March 24, 2022 To Contractor: Diamond C Construction RESOLUTION: 98-21 The Contract is changed as follows: Contract Changes Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Rug ised Unit Price Original Estimated Cost Revised Estimated Cost A. 5 Rock Excavation 10.00 CY $300.00 54.00 $300.00 $3,000.00 $16,200.00 B. 6 Remove Asphalt 135.00 SY $23.23 208.00 $23.23 $3,136.05 $4,831.84 C. 7 Remove Concrete 160.00 SY $46.20 215.00 $46.20 $7,392.00 $9,933.00 D. 12 Native Stone End Cuts Rip Rap 40.00 Cy $193.76 26.70 $193.76 $7,750.40 $5,173.39 E. 13 Filter Blanket for Rip Rap 80.00 SY $14.00 0.00 $14.00 $1,120.00 $0.00 F. 16 Concrete Sidewalk 140.00 SY $67.40 12.00 $67.40 $9,436.00 $808.80 G. 18 10' Wide Concrete Trail 770.00 SY $51.25 1,040.00 $51.25 $39,462.50 $53,300.00 H. 19 Burgundy blended Concrete 65.00 SY $189.42 92.00 $189.42 $12,312.30 $17,426.64 1. 25 Import Topsoil 170.00 CY $65.23 98.00 $65.23 $11,089.10 $6,392.54 J. 28 General Fill 1,200.00 CY $25.67 1,300.00 $25.67 $30,804.00 $33.371.00 Summation of Cost $125,502.35 $147,437.21 Net Cost for this Change Order $21,934.86 Time Change Construction Start Date .............................................................................................................................................................. June 21 st 2021 The original Contract Price was .............................................._......................................................................................._.................................,............................. $ 377 146.74 + Original Substantial Completion Date - Oct. 19th 2021 Net change by jne 2usly authorized change orders $ - This Change Order (calendar days) - ......... 1 19 �_ The Contract Price prior to this Change Order was .. ..... ., $ 377 146.74 + New Substantial Completion Date -„- ......._....................................... Jan. 16th 2022 The Contract Price will be increased by ............. ............................... ......................._..........................................._,_._..........._..................,_. $ 21 934.86 + New Final Completion Date Feb. 15th 2022 ............................................ The new Contract Price including this Change Order will be $ 399,081.60 NOTE: Not valid until signed by the Owner City of pyefteville Diamond C Construction 2-28-22 M-7__ C�v.� 2-24-2022 ac& BY MmayorL-ro-nod Jo an DATE BY DATE U) City of Fayetteville = 125 W Mountain Fayetteville, AR 72701 O VENDOR 92072 Diamond C Construction 0 Diamond C Construction O PO Box 803 GENTRY, AR72734 D n 1 ca City of Fayetteville REPRINT PURCHASE F 113 W Mountain St ORDER FAYETTEVILLE, AR72701 NO. 2021-00000309 O DATE 05/03/2021 DELIVER BY SHIP VIA A FAYETTEVILLE FREIGHT TERMS 1 � ^RxANSAS ORIGINATOR Matthew Mihalevich RESOLUTION # 98-21 PAYMENT TERMS 30 1.0000 Each Construction - Streets, Sidewalks, Utilities - Bid 21-28 Resolution 98-21 $377.146.7400 Hamestring Creek Trail Bridge 4603.860.7301-5814.05 (Improvements Trails) $377,146.74 46030.7301 (Trail Projects (2019 Bonds). Hamestring Trail Bridge) TOTAL COST $377,146.74 AMOUNT VOIDED $0.00 AMOUNT EXPENSED $0.00 AMOUNT ENCUMBERED $377,146.74 AMOUNT DISCOUNTED $0.00 AMOUNT REMAINING $377,146.74 Change Order #1 - Please add line item B for contract 2021-00000017 for the increase amount of $21,934.86 using GL account number 4603.860.7301-5814.05 and project number 46030.7301 PAGE 1OF1 APPROVED BY SPECIAL INSTRUCTIONS Per Bid #21-28, Res #98-21 Contract #2021-00000017 SUBTOTAL SALES TAX TOTAL DUE $377,146.74 $377,146.74 $0.00 $377,146.74