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