Loading...
HomeMy WebLinkAbout251-21 RESOLUTIONCrossland Heavy Contractors, Inc. Intersection Project. City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 7/14/2022 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a reconciliation change order in the amount of $128,581.85 to the contract with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project. 4602.860.7211-5809.00 Account Number 46020.7211 Budget Impact: Street Projects (2019 Bonds) Fund Shiloh Dr./Fulbright Expressway Interchange Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 1,989,548.00 $ 1,719,983.94 I $ 269,564.06 $ 128,581.85 Purchase Order Number: 2021-00000653 Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: 2021-00000053 Comments: 7/18/22 V20210527 CITY OF FAYETTEVILLE %PF ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Casey, Engineering Design Manager DATE: July 14, 2022 STAFF MEMO SUBJECT: Approval of a reconciliation change order for the Shiloh Drive and Steele Blvd Intersection Project RECOMMENDATION: Staff recommends approval of a reconciliation change order in the amount of $128,581.85 to the contract with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project. BACKGROUND: The Shiloh and Fulbright intersection is a project in the 2019 Bond Program. The City Council approved a design contract with Garver, LLC in August of 2019. The project includes modifications to the alignment of the intersection of Shiloh Drive and Mall Avenue to create a standard T-intersection. The project also includes the addition of a right turn lane along Shiloh Drive for east bound traffic turning onto the Fulbright Expressway. New traffic signals were installed at both of these intersections. On October 19, 2021, the City Council approved a construction contract with Crossland Heavy Contractors, Inc. in the amount of $1,680,751.00 with a construction contingency of $252,000.00 DISCUSSION: This change order is a reconciliation change order which changes the contract quantities to equal the actual constructed quantities. This results in the final contract amount equaling the final project cost. During construction it was determined that additional asphalt milling and overlay was needed to provide a more complete project. The overruns in these items make up for the majority of the additional costs for the project. The attached change order form lists the overruns and underruns for each of the bid items for the project. BUDGET/STAFF IMPACT: This project will be paid for with the funds from the 2019 Transportation Bond Fund. The cost of this change order will be covered by the $252,000 in contingency approved by the City Council for the project. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 �a• i:L 479 527 1!" a' Construction Contract Change Order Project: Change Order No. 1 Fulbright Ramp - N. Shiloh Drive Improvements Date Prepared: July 12,2022 Fayetteville, AR Garver Job No. 19T21070 Bid 9 21-70 Pre and b : Jeff Webb, PE Owner: 'Contractor: City of Fayetteville Crossland Heavy Contractors, Inc. 113 West Mountain Street 501 S. East Ave Fayetteville AR 72701 pColumbus, KS, 66725 Description of Work Included in Contract scooe of work paraphrased Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Reconciliation Change Order. This change order reconciles all quantities to actual used Contract A. A mts: Final Pa Estimate from Contractor. Bid Item No- Bid Item Des tion Unit of Measure 1 Insurance and BondingLS 2 Roadway Construction Control LS 3 Trench and Excavation Safety Systems LS 4 Clearing.Grubbingand Demolition LS 5 Unclassified Excavation (Plan Quantity) CY 1 6 Embankment (Plan Quantity) CY 1 7 Select Embankment lPlan Quantity) CY 8 Undercut and Backfill CY 9 Rock Excavation CY 10 Subgrade Preparation (Plan Quantity) SY 1 11 4" Topsoil Placement SY 2 12 Undercut and Stone BackfiTI Ton 13 18" R.C. Pipe- Class III LF 14 24" R.C. Pipe, Class III LF 15 4' Curb Inlets (Circular) EA 16 f Junction Box (Type MO) EA 17 4' Curb Inlet Extension EA 18 4'x3' Drop Inlet (Type RM) EA 19 8" Aggregate Base Course SY 20 Asphalt Concrete Hot Mix Blinder Cou e P G4-22 Ton 21 Asphalt Concrete Hot Mix Surface rse PG 70-22 Ton 22 Asphalt Concrete Hot Mix Base Course PG 64-22 Ton 23 Concrete Curb and Gutter (Type A) 1'-6" LF 24 Concrete Curb and Gutter (Type A) 2'-0" LF 25 4" Thick Concrete Sidewalk SY 25 SeedingACRE 27 Solid Sad SY 28 Additional Waterin MGal 29 6" Pavement Marking (Thermoplastic) LF 30 8" Pavement Marking (Thermoplastic) LF 1 31 12" Pavement Marking Themes lastic LF 32 24" Pavement Marking (Thermoplastic) LF 33 Yield Lines herm0 lastic) LF 34 Pavement Symbols (Arrows - Thermoplastic) EA 35 Pavement Symbols (Words - Thermoplastic) EA 36 Street Si Installation EA 37 Remove, Salvage, and Reinstall ExistingSign EA 38 Erosion Control LS 39 Traffic Control and Maintenance LS 40 Mobilization LS 41 Cast -in -Place Detectable Warning Panel SF 42 Handica Access Ram SY 43 Pro'ectSin EA 44 Cold MillingAsphalt Pavement SY 1 45 ACHM Pavement Permanent Repair SY 46 4" Portland Cement Concrete Base SY Ori anal Contract Revised Revised Original 9 Contracl Unit Estimated Unit Estimated Quantity Price Quantity Price Cost 1.00 $2.500.00 1.00 S2,500,00 S2,500.00 1,00 542.000.00 1.00 542.000.00 542000.00 175.00 $21.00 1,175.00 S21.00 $24,675.00 953. 00 S25.00 1,953.00 $25.00 S48,825.00 4000 $25.00 24000 $25.00 S6,000.00 60.00 S41.00 0.00 S41.00 S14 760.00 25.00 S150.00 0.00 $150.00 S3,750.00 212.00 S4.25 1,212.00 $4.25 S5,151.00 178.00 S120.00 178. 00 5,12000 521;360.00 18.00 $180.00 18.00 S180 00 53,240.00 3.00 57,000.00 3,00 57,000.00 521.000.00 1,00 $7,1300.00 1.00 $7,000.00 S7,00o,00 6.00 S2.750.00 6.0o $2,750.60 S16,500.00 1.00 S7,600.00 1.00 S7,600.00 S7,600.00 133.00 515.50 133.00 S15.50 S2,061.50 108.00 S215.00 116.00 S215.00 S23,220.00 303.00 $205.00 896.55 $20500 S62,115,00 523.00 S175.00 300.94 $175 00 S91,525.00 854.00 S26.00 879.00 $26.00 S22,204.00 398.00 $28.00 411,00 $28.00 S11.144.00 254-00 S72.00 247.00 S72.00 518,2 88-00 1.00 55,000.00 1.00 S5,000.00 55.000.00 785.00 $6,00 850.00 56.00 S4,710.00 1100 590.00 11,00 S90.00 S990.00 7,679.00 S1,50 7,929.00 S1.50 S11,518.50 ,534.00 $3.75 1,808.00 S3,75 $5,752 50 59.00 $1 Loo 60.00 $11.00 $649.00 165.00 $2200 165.00 $2200 S3,630.00 21.00 528.00 21.00 $28,00 S588.00 22.00 S475.00 20,00 S475.00 S10,450.00 16.00 S550,00 21,00 $550.00 S8,800.00 6.00 S425.00 6.00 S425.00 S2,550.00 5.00 S600.0o 5.00 S600.00 S3,000 00 1,00 S14,500.00 1.00 S14.500.00 S14,500.00 1,00 564,500A0 1.00 $64,500.00 S64,so0.0o 1.00 S68,000.00 1.00 S168,000. 00 568;000.00 41100 $20,00 48.00 S20.00 $960.00 10,00 S120.00 34.00 S120.00 S1.200,00 200 S1,000.00 200 S1,000.00 5200( 00 ,451.00 513.00 4,744,00 S13.00 $18,863,00 23,00 S75.00 0.00 575.00 S1,725.00 743.00 SK00 1 1.590.90 $59.00 S43,837,00 Revised Estimated Cost S2,500.00 S42, 000.00 $24,675.00 S48,825.00 S6,000.00 S0.00 S0.00 S5,151.00 S21,360 00 $3,240.00 S21,000.00 S7,000 00 S16.500.00 $7,600.00 S2061.50 S24, 940. 00 $183,79275 S52,664.50 S22,854.00 $11,508.00 S17,784, 00 $11,893.50 S6,780.00 S660.00 $3,630.00 $58a 00 $9,500.00 S11,550.00 S2, 550.00 $3,000.00 $14,500.00 S64, 500, 00 S68, 000.00 S960.00 S4.080.00 $2,000.00 S61,672. 00 S0, 00 S93,86310 Change $0 00 $0 00 $0.00 $0.00 $0 00 $0.00 $0 00 ($14,760.00) ($3,750.00) $0.00 $0.00 ($3,250.00) $0.00 $0.00 $0 00 $0 00 $0 00 $0 00 $0 00 $1,720 00 $121,677.75 ($38,860.50) $650.00 $364.00 ($504,00) $Q 00 $390.00 $0.00 $375.00 $1,027.50 $11.00 $0.00 $0.00 ($950.00) $2,750.00 $0.00 $0.00 $Q 00 $0.00 $0.00 $0.00 $2,88aoo $0.00 $42,809.00 ($1,725.00) $50,026.10 A. 47 Concrete Island SY 73.00 S120.00 5TGO S120.00 Se, 76000 56,840.00 A. 48 Drop Inlet Adjusted to Grade EA 1,00 53,500.00 1.00 53,500.00 S3,500,00 S3,500,00 A. 49 Paving Fabric SY 1.451.00 S17.00 0.00 S17,00 S24,667,00 S0,00 A. 50 Raised Pavement Markers EA 33,00 S8.00 69.00 S8.00 S264.00 S552,00 A 51 System Local Controller TS2-Type 2, EA 200 S46,250.00 200 S46,25Q00 S92,500.00 S92,500.00 E-Net JBPhases A 52 P� met Switch, T100 Hardened (8- EA 2.00 $2,200.00 2.00 $2,200.00 S4,400.00 S4,400.00 A. 53 E-Net Cable fExterior Cat 5E) LF 241.00 S13.00 241.00 S1300 I S3, 133.00 S3133.00 A 54 Local Radio (E-Net 5.8) with Antenna EA 2.00 S1,800.00 2.00 $1,800.00 $3,600.00 S3,600.00 A 55 Local Repeater Radio with Antenna EA 1.00 S1,800.00 1.00 SING 00 51.800,00 51.800.00 A. 56 Battery Backup System EA 200 $18,500.00 1 2.00 $10,500.DO 537.000.00 S37,000.00 A 57 Traffic Signal Head, LED, (3 Section, EA 12.00 S2,00GOO 12.00 $2,000.00 S24,000.00 $24,000.00 i A. 58 Traffic Signal Head, LED, (4 Section, EA 2.00 $3,100,00 2.00 S3,100.00 S6,200-00 $6,200.00 1Wa) A 59 outdown Pedestrian Signal Head, Countdown EA 1 00 $1,500,00 zoo S1,500.00 $1,500.00 S3,000.00 LED A 60 Central Control Unit EA 2.00 S7,500.00 1.00 S7,500.00 $15.000.00 $7,500.00 A 61 Pole Mounted Assembly EA 2.00 S1,850.00 2.00 S1,850.00 53,7oaoo S3,700.00 A 62 Traffic Signal Cable (5C/14 A. W.G.) LF 899,00 S4.00 699.00 $4.00 S3.1596. 00 S3,596.00 A 63 Traffic Signal Cable 7C/14 A W G. LF 109.00 S4.50 109.00 S4.50 S490.50 $490.50 A 64 Traffic Signal Cable (20C/14 A W.G.) LF 662.00 S10.00 66ZOO S10.00 S6,620.00 $6,620,00 A 65 Electrical Conductors -in -Conduit LF 1,182.00 S5.00 1,182.00 $5.00 S5,910.00 $5,910.00 1 C/8 A W. a. E.G.C. A 66 Electrical Conductors -in -Conduit LF 330.00 S225 330.00 S2.25 $742.50 S74250 ]C/12AW.G E- C A. 67 Electrical Conductors -in -Conduit LF 516.00 $1&00 516.00 $16.00 S8,256.00 S8,256.00 qWG A 68 Electrical Conductors for Luminaires LF 985.00 S4.50 1 985.00 $4.50 $4,43250 S4.43250 A 69 Galvanized Steel Conduit (2") LF 28000 585.00 28.00 $85.00 52,380.00 S2.380.00 A. 70 Non -Metallic Conduit 2") LF 529.00 S52.00 529,00 S52.00 S27,50a 00 S27,508.00 A 71 Non -Metallic Conduit(3") LF 607.00 S62,00 607.00 $6200 S37,634.00 S37.634,00 A 72 Concrete Pull Box e 2 EA 1.00 S1,300.00 1.00 S1.300.00 51,300,00 S1.300.00 A. 73 Concrete Pull Box (Type 1 HD) E.A 200 52,10GOO 2.00 $2.100.00 S4,200.00 S4,200.00 A 74 Concrete Pull Box e 2 HD EA 1200. $2,400.00 12.00 S2,400.00 S28.800.00 S28,800.00 A 75 Traffic Signal Mast Arm and Pale with EA 1 GO 535.000.00 1.00 S35,000.00 S35,000.00 $35,000 00 Foundation 20' A. 76 Traffic Signal Mast Arm and Pole wth EA 1 00 S40,000.00 1.00 $40, DOG 00 S40,000.00 S40,00000 Foundation 22' A 77 Traffic Signal Mast Arm and Pole With EA 3,00 $42,000.00 3,00 S42, DOG. 00 $126,000.00 $126,000.00 Foundation 241 A. 78 Traffic Signal Mast Arm and Pole with EA 1.00 $48,000.00 1.00 S48,000.00 $48,000.00 S48,000.00 Foundation 32' A 79 LED Luminaire Assembly EA 5.00 S1.600.DO 6.00 $1,600.00 $9.600.00 $9.600.00 A BO Traunfficc Signal Pedestal Pole with EA 2.00 $7,000.01) 20o $7,000,00 $14,000.00 $14,000 00 Foo A 81 Service Point Assembly (2 Circuits) EA 2.00 $7.000.00 zoo $7,000.00 $14,000.00 $14.000 00 A 82 18" Street Name Sin EA 4.00 51 400.00 4.00 St 400.00 S5,600,00 $5,600.00 A 83 Video Detector CLR) EA 12.00 $6,20000 1200. S6,20OX0 S74,400.00 S74.400.00 A 84 Video Cable LF 1,645.00 S14.00 1,645,00 S14.00 $23.030.00 $23,030.00 A. 85 Video Monitor CLR EA 2.00 $2.800.00 200 S2,800.00 S5.600.00 55,600.00 A 86 V iiiddero Processor, Edge Card (1 EA 12.00 $7,000.00 1200 $7,000.00 $84,000.00 $84,000.00 A 87 Edge Connect Card for EA 400 S7,400.00 4.00 $7,400.00 $29,600.00 $29,600, 00 Communications A. 88 Vehide Detector Rack 32 Channel EA 2.00 56 10D.OD 200 S6.100.00 $12 200.00 $12.200.00 Sumikon of Cast I $1,680,7Si.00 51,809,332,85 Net Coat for this Change Orderl $128.581.85 Estimated Project Coat Time Change Estimated Project Cost Original Contrad Start Date February 1, 2022 iOriginal Contract Time (calendar days) 240 Original Contract Amount 11,660,751.00 This Change Order $128,581.85 Additional Calendar Days granted by this Change Order 0 New Contract Amount $1,809,332.85 New Contract Time (calendar days) 240 Suspended Time 0 INew Construction Comoletion Dale Selotember 29. 2022 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS ANDPREvIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE t „ Project Manager 7/13/2022 Engineer: Garver FrVneeds Title Date ACCEPTED BY CONTRACTOR �. Sr Project Manager / / 1 4 / 2 2 4 Cwdra 5i a if Title Dale APPROVER BY OWNER Mayor 7/18/22 Cwner not Title Date U ($1,920.00) $OX0 ($24,667.00) $288XO $0.00 $0.00 $0.00 $0.00 KOO $0.00 $0.00 $0.00 $1,500,00 ($7,500.00) $0,00 $0,00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00