Loading...
HomeMy WebLinkAbout152-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 152-23 File Number: 2023-834 CROSSLAND HEAVY CONTRACTORS, INC (CHANGE ORDER #1): A RESOLUTION TO APPROVE CHANGE ORDER #1 TO THE CONSTRUCTION MANAGER AT RISK CONTRACT WITH CROSSLAND HEAVY CONTRACTORS FOR THE LAKE FAYETTEVILLE SOFTBALL RENOVATION PROJECT IN THE AMOUNT OF $2,702,903.00, TO ESTABLISH A GUARANTEED MAXIMUM PRICE FOR CONSTRUCTION IN THE AMOUNT OF $2,702,903.00, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $93,500.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 PARK IMPROVEMENT BOND PROJECT WHEREAS, on March 21, 2023, the City Council approved Resolution 75-23 and authorized a contract with Crossland Heavy Contractors to serve as the construction manager at risk for the Lake Fayetteville Softball Renovation Project; and WHEREAS, Change Order #1 will provide for synthetic turf infields, improved storm drainage, new dugouts and fencing, and improved spectator areas. NOW, THEREFORE, 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 authorizes Mayor Jordan to sign Change Order #1 to the construction manager at risk contract with Crossland Heavy Contractors, a copy of which is attached to this Resolution, for the Lake Fayetteville Softball Renovation Project in the amount of $2,702,903.00, and further approves a project contingency in the amount of $93,500.00 . Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves the Guaranteed Maximum Price for construction of the Lake Fayetteville Softball Renovation Project in the amount of $2,702,903.00. Section 3: 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 July 6, 2023 Page 1 Resolution: 152-23 File Number: 2023-834 Approved: Page 2 Attest: Y, rR ���� G1T Y n�gJ'G�A �AYE il�bll.C� Kara Paxton, City C erl reasurer 1 .'_�. �� �' 0NC�, CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 6, 2023 CITY COUNCIL MEMO 2023-834 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director FROM: Byron Humphry, Parks Maintenance Superintendent DATE: SUBJECT: CHANGE ORDER NUMBER 1 WITH CROSSLAND HEAVY CONTRACTORS FOR LAKE FAYETTEVILLE SOFTBALL RENOVATION PROJECT. RECOMMENDATION: PUBLIC WORKS STAFF REQUESTS MAYOR AND CITY COUNCIL TO APPROVE CHANGE ORDER NUMBER 1 WITH CROSSLAND HEAVY CONTRACTORS FOR THE LAKE FAYETTEVILLE SOFTBALL COMPLEX CONSTRUCTION MANAGER AT RISK TO ESTABLISH THE GUARENTEED MAXIMUM PRICE FOR CONSTRUCTION. BACKGROUND: THE 2019 PARKS BOND CONSTRUCTION FUNDS WERE ANTICIPATED TO PROVIDE SYNTHETIC TURF INFIELDS, IMPROVE STORM DRAINAGE, NEW DUGOUTS, FENCING AND IMPROVE SPECTATOR AREAS AT THE LAKE FAYETTEVILLE SOFTBALL FIELDS. DISCUSSION: BUDGET/STAFF IMPACT: ATTACHMENTS: Item C.2 Approval Signatures, SRM Lake Fay Softball Crossland C01, SRF Lake Fay Softball Crossland C01, BA Lake Fay Softball Crossland C01, Change Order No 1 - GMP proposal Crossland Heavy Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2023-834 CHANGE ORDER NUMBER 1 WITH CROSSLAND HEAVY CONTRACTORS FOR LAKE FAYETTEVILLE SOFTBALL RENOVATION PROJECT. A RESOLUTION TO APPROVE CHANGE ORDER #1 TO THE CONSTRUCTION MANAGER AT RISK CONTRACT WITH CROSSLAND HEAVY CONTRACTORS FOR THE LAKE FAYETTEVILLE SOFTBALL RENOVATION PROJECT IN THE AMOUNT OF $2,702,903.00, TO ESTABLISH A GUARANTEED MAXIMUM PRICE FOR CONSTRUCTION IN THE AMOUNT OF $2,702,903.00, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $93,500.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 PARK IMPROVEMENT BOND PROJECT WHEREAS, on March 21, 2023, the City Council approved Resolution 75-23 and authorized a contract with Crossland Heavy Contractors to serve as the construction manager at risk for the Lake Fayetteville Softball Renovation Project; and WHEREAS, Change Order #1 will provide for synthetic turf infields, improved storm drainage, new dugouts and fencing, and improved spectator areas. NOW, THEREFORE, 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 authorizes Mayor Jordan to sign Change Order #1 to the construction manager at risk contract with Crossland Heavy Contractors, a copy of which is attached to this Resolution, for the Lake Fayetteville Softball Renovation Project in the amount of $2,702,903.00, and further approves a project contingency in the amount of $93,500.00 . Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves the Guaranteed Maximum Price for construction of the Lake Fayetteville Softball Renovation Project in the amount of $2,702,903.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 C.2 Crossland Heavy Contractors (Change Order #1) Item Approvals Name: Chris Brown Kevin Springer Les McGaugh Paul Becker Susan Norton Lioneld Jordan Date: )/`f1z3 �o iiq��02� CITY OF FAYETTEVILLE 1PO-W ARKANSAS MEETING OF JULY 6, 2023 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director Terry Gulley, Assistant Public Works Director FROM: Byron Humphry, Park Operations Director DATE: 6/23/23 CITY COUNCIL MEMO SUBJECT: A Resolution to approve Change Order No. 1 to the Construction Manager at Risk Contract with Crossland Heavy Contractors in the amount of $2,702,903.00 for the Construction Phase of the Lake Fayetteville Softball Improvements Project, to approve a Project Contingency in the amount of $93,500, to recognize Parkland Dedication revenue, and to approve a Budget Adjustment — Park Improvements Bond Project RECOMMENDATION: A Resolution to approve Change Order No. 1 to the Construction Manager at Risk Contract with Crossland Heavy Contractors in the amount of $2,702,903.00 for the Construction Phase of the Lake Fayetteville Softball Improvements Project, to approve a Project Contingency in the amount of $93,500, to recognize Parkland Dedication revenue, and to approve a Budget Adjustment — Park Improvements Bond Project BACKGROUND: On October 4, 2022, City Council approved Resolution 224-22 to enter a contract with Crafton Tull & Associates, Inc. to provide professional architectural and engineering service associated with the design of the Lake Fayetteville Softball Improvement project. On January 22, 2023, the City of Fayetteville advertised RFQ 23-02 and accepted requests for qualifications from construction management companies to provide CMAR services for the Lake Fayetteville Softball Improvement project. On February 23, 2023 a selection committee made up of City staff and elected officials reviewed submittals from four construction management professionals that responded to the request for qualifications and short listed the applicants to two companies. On March 9, 2023, the selection committee interviewed the two companies. The committee selected and negotiated a contract with Crossland Heavy Contractors, Inc. to complete this task. On March 21, 2023, City Council approved Resolution 75-23 to authorize a Construction Manager at Risk Services Contract with Crossland Heavy Contractors, Inc., for the Lake Fayetteville Softball Improvement Project for pre -construction services. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: Crossland Heavy worked with City Staff and Crafton Tull Associates in the pre -construction phase to shape the design and plan development to conform to project needs and available funds. Upon final design, the project was advertised and bid by Crossland Heavy in accordance to City and State procurement policies and based on the design documents provided by Crafton & Tull Associates. The scope of work includes improvements to the field and site drainage and storm water infrastructure, new fencing, dugouts, and bleachers, artificial turf infields, and improved accessibility. The GMP (Guaranteed Maximum Price) document submitted by Crossland Heavy outlines the bid tabulations of the selected bidders, the allowances, and a signed affidavit that the GMP complies with Arkansas State procurement laws. This change order will approve the GMP as submitted and initiate the construction phase of the project. BUDGET/STAFF IMPACT: The cost of this Change Order as detailed in the GMP document is $2,702,903. A project contingency of $93,500 will also be funded. Funding sources are as follows: Purchase Order Details: G/L ACCT PROJECT AMOUNT 4705.860.7505-5806.00 46050.7505.1000 2,532,903.00 4470.520.8520-5806.00 46050.7505.1000 100,000.00 2250.520.9256-5806.00 46050.7505.1000 70,000.00 TOTAL 2,702,903.00 Attachments: Change Order #1 — GMP Submittal Byron Humphry Submitted By City of Fayetteville Staff Review Form 2023-834 Item ID 7/6/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/23/2023 PARKS & RECREATION (520) Submitted Date Division / Department Action Recommendation: A Resolution to approve Change Order No. 1 to the Construction Manager at Risk Contract with Crossland Heavy Contractors in the amount of $2,702,903.00 for the Construction Phase of the Lake Fayetteville Softball Improvements Project, to approve a Project Contingency in the amount of $93,500, to recognize Parkland Dedication revenue, and to approve a Budget Adjustment — Park Improvements Bond Project 4705.860.7505-5806.00 4470.520.8520-5806.00 2250.520.9256-5806.00 Account Number 46050.7505.1000 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Budget Impact: Parks Projects 2022 Bonds Sales Tax Capital Impr Parks Development Fund Lake Fayetteville Improvements, Softball Fields Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 173,520.00 $ 166,180.00 Is 7,340.00 1 $ 2,702,903.00 $ 2,796,403.00 Is lUU'04U.UU V20221130 Purchase Order Number: 2023-467 Previous Ordinance or Resolution # 75-23 Change Order Number: #1 Original Contract Number: 2023-23 Approval Date: Comments: Item cost does not include project contingency of $93,500. 3/21/2023 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number PARKS &RECREATION (520) /Org2 2023 Requestor: Byron Humphry BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A Resolution to approve Change Order No. 1 to the Construction Manager at Risk Contract with Crossland Heavy Contractors in the amount of $2,702,903.00 for the Construction Phase of the Lake Fayetteville Softball Improvements Project, to approve a Project Contingency in the amount of $93,500, to recognize Parkland Dedication revenue, and to approve a Budget Adjustment — Park Improvements Bond Project COUNCIL DATE: ITEM ID#: 7/6/2023 2023-834 Holly Black 612312023 10:35 6M RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: CHKD/POSTED: TOTAL Account Number 70,000 70,000 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2023530 Account Name 4705.860.7505-5806.00 2,532,903 - 46050 7505.1000 EX Improvements - Park 4705.860.7505-5911.99 4705.860.7999-5899.00 93,500 - (2,626,403) - 46050 46050 7505.1000 EX 7999 EX Contingency - Capital Project Unallocated - Budget 4470.520.8520-5806.00 100,000 - 46050 7505.1000 EX Improvements - Park 4470.520.8520-5806.00 (100,000) - 19007 1 EX Improvements - Park 2250.520.9256-4419.01 2250.520.9256-5806.00 - 70,000 70,000 - 46050 46050 7505.1000 RE 7505.1000 EX Greenspace Fees - NE Improvements - Park I of 1 Lake Fayetteville Softball Complex GMP Submittal #1: City of Fayetteville, AR CROSSLAND HEAVY CONTRACTORS ���^ ~»���~U��� �� n�D. � �x nK�s � CoverLetter ................................................................................. 3 1 Statement ofEstimated Cost ................................................... 4-7 vU Allowances................................................................................... 8-9 2 qt8H;OO Matrix and Project gSOUi[SOOSOtS.—'_—_--- 10-12 3 Assumptions and Clarifications .............................................. 13-14 2 CP[NSchedule ............................................................................... 15-17 3 Scope Document Log Index ..................................................... 18-20 3 Methods OfMeasurement and AddSOd8.--'—'—'_—. 21-36 16 CROSSLAND HEAVY CONTRACTORS 501 South East Ave. Columbus, KS 66725 Tel: 620.429.1410 June 21, 2023 Byron Humphry Park Operations Director Public Works Department City of Fayetteville RE: Lake Fayetteville Softball Complex—GMP 41 Mr. Humphry, Crossland Heavy Contractors is pleased to present to you the GMP for the Lake Fayetteville Softball Complex Project based on design documents provided by Crafton & Tull Associates. The basis of the GMP as presented has been developed based on the following documents being submitted within the GMP. Below is the summary of costs for consideration of approval with a GMP amount post bid of $2,702,903. Total Cost of Work = $2,457,867.00 Construction Managers Fee = $147,472.00 Contingency Including 6.0% Fee = $97,564.00 GMP Total = $2,702,903.00 Please call or email with questions or concerns regarding the Guaranteed Maximum Price Proposal. Respectfully, Garrett Street Pre -Construction Manager 620-202-1834 astreet(@crossland.com Crossland Heavy Contractors CROSSLAND HEAVY CONTRACTORS Statement of Estimated Cost Pre -Construction Manager: GARRETT STREET CROSSLAND 6/22/2023 Estimator: BRANDON BENTLEY Project: LAKE FAYETTEVILLE BALL PARK RENOVATIONS HEAVY CONTRACTORS LAKE FAYETTEVILLE BALLPARK RENOVATIONS GMP AS BID 90% DESIGN REV.1 90% DESIGN PRELIMINARY ITEM SOV/BID ITEM SUMMARY TOTAL COST TOTAL COST A GENERAL CONDITIONS $ 436,053.50 $ 437,245.16 $ 564,294.56 B DEMOLITION $ 55,508.00 $ 30,443.00 $ 139,841.50 C GENERAL SITEWORK $ 84,502.10 $ 170,600.00 $ 534,112.85 D SITE CONCRETE $ 129,947.00 $ 323,033.00 $ 562,279.00 E ELECTRICAL $ 46,500.00 $ 40,000.00 $ 113,300.00 F FENCING & GATES $ 784,527.97 $ 395,441.00 $ 853,562.00 G LANDSCAPING $ 112,312.00 $ 98,402.75 $ 390,230.75 H INFIELD FEATURES $ 681,000.23 $ 706,038.00 $ 728,197.00 1 SITE IMPROVEMENTS $ 12,928.90 $ 7,750.00 $ 47,187.50 J WATER/ STORMWATER IMPROVEMENTS $ 81,098.00 $ 189,462.00 $ 211,222.00 K Bonding $ 33,489.82 $ 107,701.44 $ 168,130.44 TOTAL COST OF WORK = $ 2,457,867.52 $ 2,506,116 $ 41312,358 CM FEE (6% OF COST OF WORK) = $ 147,472 $ 150,367 $ 258,741 CONTINGENCY INCLUDING 6% FEE = $ 97,564 $ - $ 272,615 TOTAL BASE BID = $ 2,702,903 $ 2,656,483 $ 4,843,714 VARIANCE FROM 90% TARGET PRICE $ (2,140,811) $ (2,187,230) $ VARIANCE -80.59% -45.16% 0% 6/22/2023 CROSSLAND PROJECT: LAKE FAYETTEVILLE BALLPARK RENOVATIONS ESTIMATE NUMBER: PRE -CON MANAGER: GARRETT STREET ESTIMATOR:BRANDON BENTLEY HEAVY CONTRACTORS FINAL PRICING BREAKDOWN (GMP) Costing Tvpe/Origin Leqend: CM - Construction Manager (GC's & PR's) SP - Self -Perform S - Sub EMS - Equipment/Material Supplier P - Plug A - Allowance SCHEDULE OF VALUES BASE CONTINGENCY ITEM COST TYPE/ ORIGIN Division I BP DESCRIPTION CONTRACT ITEMS % Contingency Contingency $ Total Price QTY/ UOM UNIT PRICE Neatline Subtotal A GENERAL CONDITIONS $436,053.50 $8,721.07 $4",774.57 Al CM 1000 CM BONDS & INSURANCE 1 LS $33,573.00 $33,573 2% $671 $34,244 A2 CM 1000 1 CM CM STAFFING 1 LS $271,177.50 $271,178 2% $5,424 $276,601 A3 CM 1001 CM CM PROJECT REQUIREMENTS 1 LS $131,303.00 $131,303 2% $2,626 $133,929 B DEMOLITION $55,508.00 B1 SP 2000 01 DEMOLISH/REMOVE EXISTING STORM SEWER - S&K 590 LF $23.00 $13,570 7% $950 $14,520 B2 SP 2000 01 REMOVE EXISTING SIDEWALK -S&K 1670 SY $18.00 $30,060 7% $2,104 $32,164 B3 SP 2000 01 REMOVE EXISTING HYDRANT -S&K 1 EA 1 $1,800.00 $1,800 7% $126 $1,926 B4 SP 2000 01 DEMOLISH EXISTING SIDEWALK FOR BACKSTOP RETAINING WALL - S&K 1 LS $3,100.00 $3,100 7% $217 $3,317 B5 SP 2000 01 REMOVE EXISTING RETAINING WALL - S&K 82 LF $19.00 $1,558 7% $109 $1,667 B6 SP 2000 01 REMOVE EXISTING DUMPSTER ENCLOSURE, WOOD FENCING & SURFACE - S&K 1 LS $2,300.00 $2,300 7% $161 $2,461 B7 SP 2000 1 01 IREMOV EXISTING SITE CHAINLINK FENCEING - S&K 390 LF $8.00 $3,120 7% $218 $3,338 C GENERAL SITEWORK $84,502.10 M $4,513.00 1 $89,015.10 C1 S 2000 01 CLEARING & GRUBBING - S&K 1 LS $6,200.00 $6,200 7% $434 $6,634 C2 S 2000 01 CUT TO GRADE EXPORT -S&K 1,550 CY $9.10 $14,105 10% $1,411 $15,516 C3 S 2000 01 EMBANKMENT IMPORT - S&K 750 CY $7.80 $5,850 10% $585 $6,435 C4 S 2000 01 UNDERCUT & BACKFILL - S&K 1 CY 1 $27.10 $27 7% $2 $29 C5 S 2000 01 ROCK EXCAVATION - S&K 1 CY 1 $300.00 $300 7% $21 $321 C6 S 2000 01 CONSTRUCTION ENTRANCES - S&K 2 EA $4,000.00 $8,000 7% $560 $8,560 C7 S 2000 01 EROSION CONTROL - SECOND NATURE LANDSCAPE 1 LS $14,500.00 $14,500 3% $435 $14,935 C8 S 2000 01 TOPSOIL PLACEMENT - SECOND NATURE LANDSCAPE 8,000 SY $4.44 $35,520 3% $1,066 $36,586 D I a I I ISITE CONCRETMEEM- $129,947.00 $9,096.29 $139,043.29 D1 SP 3000 02 CONCRETE SIDEWALK - S&K 1,440 SY $63.00 $90,720 7% $6,350 $97,070 D2 SP 3000 02 CONCRETE HD DUMPSTER PAD - S&K 75 SY $72.00 $5,400 7% $378 $5,778 D3 SP 3000 02 DUGOUT CONCRETE - S&K 115 SY $63.00 $7,245 7% $507 $7,752 D4 SP 3000 02 CAST -IN -PLACE DETECTABLE WARNING PANEL - S&K 18 SF 1 $33.50 $603 7% 1 $42 $645 D5 SP 3000 02 FIELD 1 BACKSTOP RETAINING WALL - S&K 118 LF $28.00 $3,304 7% $231 $3,535 D6 I SP 3000 1 02 4" OVERLAY SIDEWALK FIELD 1 - S&K 325 SY $63.00 $20,475 7% $1,433 $21,908 D8 SP 3000 02 DUMPSTER BOLLARDS - S&K 8 EA $275.00 $2,200 7% $154 $2,354 E ELECTRICAL $46,500.00 111V $9,300.00 $55,800.00 E1 S 16000 03 ELECTRICAL - INCLUDES DEMO ITEMS - ELECTRICAL RESOURCES 1 LS $46,500.00 $46,500 20% $9,300 $55,800 F FENCING & GATES $784,527.97 $17,070.09 $801,598.06 F1 S 10000 04 SITE ELEMENT - BLEACHERS 5 ROW SUPPLY & INSTALLED - SCHOOL & OFFICE PRODUCTS 3 EA $10,821.16 $32,463 3% $974 $33,437 F2 S 10000 04 SITE ELEMENT - BLEACHERS 3 ROW SUPPLY & INSTALLED - SCHOOL & OFFICE PRODUCTS 6 EA $4,602.77 $27,617 3% $828 $28,445 F3 S 10000 04 SITE ELEMENT - SHADE STRUCTURES SUPPLY & INSTALLED - SCHOOL & OFFICE PRODUCTS 1 EA $23,362.69 $23,363 3% $701 $24,064 F4 S 10000 04 SITE ELEMENT - DUGOUT BENCHES SUPPLY & INSTALLED - SCHOOL & OFFICE PRODUCTS 6 EA $2,476.25 $14,858 3% $446 $15,303 F5 S 10000 1 04 SITE ELEMENT- MANUFACTURED DUGOUTS SUPPLY & INSTALLED -SCHOOL & OFFICE PRODUCTS 6 EA $22,958.78 $137,753 3% $4,133 $141,885 F6 S 13000 05 6' TALL CHAINLINK FENCE - ROBINSON FENCE 410 LF $45.00 $18,450 3% $554 $19,004 F6.5 S 13000 05 6' TALL CHAINLINK FENCE -ALLOWANCE 1005 LF $45.00 $45,225 0% $0 $45,225 F7 S 13000 05 10' TALL CHAINLINK FENCE -ROBINSON FENCE 775 LF $130.00 $100,750 3% $3,023 $103,773 F7.5 S 13000 05 10' TALL CHAINLINK FENCE -ALLOWANCE 1300 LF $131.00 $170,300 0% $0 $170,300 F8 S 13000 05 BACKSTOP NETTING - ROBINSON FENCE 3 EA $28,200.00 $84,600 3% $2,538 $87,138 F9 S 13000 05 BACKSTOP NETTING BETWEEN FIELDS - ROBINSON FENCE 1 LS $105,750.00 $105,750 3% $3,173 $108,923 F10 S 13000 05 REMOVABLE INFIELD FENCING & ANCHOR SYSTEM -ROBINSON FENCE 600 LF $39.00 $23,400 3% $702 $24,102 LANDSCAPING E, $112,312.00 $11,286.00 $123,598.00 G1 S 2000 06 IRRIGATION - OUTFIELDS AND LANDSCAPE AREAS - SECOND NATURE LANDSCAPE ALLOWANCE 1 LS $25,000.00 $25,000 10% $2,500 $27,500 G2 P 2000 06 SEEDING AND MULCHING - SECOND NATURE LANDSCAPE 2 AC $4,356.00 $8,712 25% $2,178 $10,890 G3 S 2000 06 SOLID SOD SOLID BERMUDA SOD - SECOND NATURE LANDSCAPE 10000 SY $6.50 $65,000 10% $6,500 $71,500 G4 P 1 2000 1 06 TREE PROTECTION FENCING - SECOND NATURE LANDSCAPE 1 LS $3,600.00 $3,600 3% $108 $3,708 G5 P 1 2000 1 06 TIMBER EDGING -ALLOWANCE 1 LS $10,000.00 $10,000 0% $0 $10,000 Page 1 6/22/2023 CROSSLAND PROJECT: LAKE FAYETTEVILLE BALLPARK RENOVATIONS ESTIMATE NUMBER: PRE -CON MANAGER: GARRETT STREET ESTIMATOR:BRANDON BENTLEY H I INFIELD FEATURES $681,000.23 $20,430.01 $701,430.23 H1 S 13000 07 ARTIFICIAL TURF SURFACE FOR INFIELDS INCLUDES UNDERDRAIN SYSTEM - UNITED TURF & TRACK 46896 SF $13.77 $645,601 3% $19,368 $664,969 H2 S 13000 04 BASES WITH ANCHORS - SCHOOL & OFFICE PRODUCTS 3 EA $5,030.10 $15,090 3% $453 $15,543 H3 S 10000 08 FIELD SIGNAGE - OUTFIELD - CUSTOM PAVEMENT & MARKINGS 9 EA $125.00 $1,125 3% $34 $1,159 H4 S 10000 08 FIELD SIGNAGE - OTHER - CUSTOM PAVEMENT & MARKINGS 15 EA 1 $85.001 $1,275 3% 1 $38 $1,313 H5 S 10000 04 SITE ELEMENT - PORTABLE PITCHING MOUNDS - SCHOOL & OFFICE PRODUCTS 3 EA $5,969.64 $17,909 3% $537 $18,446 SITE IMPROVEMENTS $12,928.90 $387.87 $13,316.77 17 S 4000 08 PARK SIGNAGE - CUSTOM PAVEMENT & MARKINGS 1 LS $600.00 $600 3% $18 $618 18 S 4000 08 STRIPING -CUSTOM PAVEMENT & MARKINGS 1 LS $1,330.00 $1,330 3% $40 $1,370 19 S 4000 09 NEW WOOD FENCE - ROBINSON FENCE 330 LF $33.33 $10,999 3% $330 $11,329 J UTILITY/ STORMWATER IMPROVEMENTS $81,098.00 $5,676.86 $86,774.86 J1 SP 2000 01 18" HDPE W/FES - S&K 22 LF $109.00 $2,398 7% $168 $2,566 J2 SP 2000 01 24" HDPE W/FES - S&K 400 LF $78.00 $31,200 7% $2,184 $33,384 J3 SP 2000 01 8"PVC -S&K 36 LF $40.00 $1,440 7% 101 $1,541 J4 I SP 2000 1 01 122 x 13 RCHEAP - S&K 185 LF 1 $76.00 $14,060 7% 1 $984 $15,044 J5 SP 2000 01 4'X4'GRATEINLET -S&K 3 EA $5,800.00 $17,400 7% $1,218 $18,618 J6 SP 2000 01 4' X 4' JUNCTION BOX - S&K 1 EA $5,200.00 $5,200 7% $364 $5,564 J7 SP 2000 01 4' X 4' AREA INLET - S&K 1 EA $5,500.00 $5,500 7% $385 $5,885 J8 SP 2000 01 FRENCH DRAIN SYSTEM - S&K 130 LF $30.00 $3,900 7% $273 $4,173 K BONDING $33,489.82 $1,674.49 $35,164.31 K1 O 2000 00 SITEWORK- S&K DIRTWORKS 1 LS $9,100.00 $9,100 $455 $9,555 K2 O 2000 00 ELECTRICAL - ELECTRICAL RESOURCES 1 LS $930.00 $930 M5% $47 $977 K3 O 2000 00 SITE ELEMENTS SUB - SCHOOL & OFFICE PRODUCTS 1 LS $3,190.52 $3,191 $160 $3,350 K4 O 2000 00 FIELD FENCING SUB BONDING 1 LS $6,660.00 $6,660 $333 $6,993 K5 O 2000 00 LANDSCAPING SUB BONDING - SECOND NATURE LANDSCAPE 1 LS $3,183.30 $3,183 5% $159 $3,342 K6 O 2000 00 FIELD TURF SUB BONDING - UNITED TURF & TRACK 1 LS $9,956.00 $9,956 5% $4981 $10,454 K7 O 2000 00 PARK SIGNAGE - CUSTOM PAVEMENT & MARKINGS 1 LS $250.00 $250 5% $13 $263 K8 O 2000 00 WOOD FENCING - ROBINSON FENCING 1 LS $220.00 $220 5% $11 $231 COST OF WORK TOTAL $ CONSTRUCTION MANAGERS FEE (6.0% OF COST OF WORK) $ 2,457,868 147,472 PROJECT TOTAL LESS CONTINGENCY $ 2,605,340 TOTAL CONTINGENCY WITH 6.0% FEE $ TOTAL % CONTINGENCY 97,564 3.97% PROJECT TOTAL INCLUDING CONTINGENCY $ 2,702,903 TORS Page 2 CROSSLAND HEAVY CONTRACTORS Allowances Lake Fayetteville Softball Complex — Allowance Items Allow. #: Allowance Descriptions Unit Cost 1 G1— Irrigation Repair LS $25,000.00 2 G5 — Replacement Timber Edging LS $10,000.00 3 F6.5 — 6' Tall Chainlink Fence (Supply & Install) LS $45,225.00 4 F7.5 —10' Tall Chainlink Fence (Supply & Install) LS $170,300.00 Description and Recommendation of Allowance Items: 1. Irrigation Repair a. This allowance item is to be utilized for incidental repair or replacement for irrigation supply lines, or irrigation components, that could be damaged during construction. 2. Replacement Timber Edging a. This allowance item is to be utilized for incidental repair or replacement for existing timber edging that could be damaged during construction. 3. 6' Tall Chainlink Fence (Supply & Install) a. This allowance item is to be utilized for additional chainlink fencing installation per the Owners' request. 4. 10' Tall Chainlink Fence (Supply & Install) a. This allowance item is to be utilized for additional chainlink fencing installation per the Owners' request. CROSSLAND HEAVY CONTRACTORS Staffing Matrix & Project Requirements CROSS LAND GENERAL CONDITIONS ESTSIMATE HEAVY CONTRACTORS CONSTRUCTION ESTIMATED DURATION 9 MONTHS CONSTRUCTION SERVICES QTY UNIT AMOUNT TOTAL NOTES FOR CLARITY CDC OFFICE EXPENSE 1 Job Sign 1.0 LS $ 600 $ 600 Project Job Sign 2 CM Field Office 9.0 MO $ 800 $ 7,200 Office Trailer Rental, Mobilization and Demobilization 3 Field Office Furniture & Furnishings 1.0 LS $ 1,000 $ 1,000 Storage, File Cabinets, Desks, Chairs 4 Office Supplies 9.0 MO $ 200 $ 1,800 Paper, Pens, White Boards, Digital Display, & Misc. 5 Field Office Maintenance & Repairs 4.5 MO $ 150 $ 675 Projected, minor repairs for the project office trailer 6 Copier Rental - MO $ 300 $ Average monthly rental cost 7 Small Tools / Small Tool Rental 1.0 LS $ 1,750 $ 1,750 Misc. ST&S for Mobilization Assistance 8 Jobsite Radios 1.0 LS $ 600 $ 600 Site Communications, Purchase and Repairs 9 Cell Phones & Internet 9.0 MO $ 330 $ 2,970 Total of 3 Management Personel 10 Water and Ice 9.0 MO $ 200 $ 1,800 Bottle Water and Ice for the Duration I 1 Mobilization / Demobilization CHC Labor 1.0 LS $ 1,750 $ 1,750 Labor Assist for Mobilization and De -Mobilization 12 lConstruction Photo's & Supplies 1.0 LS $ 500 $ 500 Progress Photos, Finish Photos & Drone Footage ENGINEERS OFFICE EXPENSE TEMP CONSTRUCTION, SECURITY & SAFETY 18 Temporary Fencing/Barriers (1,500 If @ 9 months) 1.0 LS $ 5,000 $ 5,000 Required Temporary Fencing and Barricades 19 Temporary Laydown, Storage and Maintenance 1.0 LS $ 3,000 $ 3,000 Required Laydown, Storage and Maintenance 20 Safety Material 9.0 MO $ 400 $ 3,600 Visitor Hard Hats, Safety Glasses, and Misc. 21 Temp Signage 1.0 LS $ 1,000 $ 1,000 Temporary Construction Signage 22 Cleanup & Dumpsters 9.0 MO $ 650.00 $ 5,850 CM Required Service (Site Dumpsters) VEHICLES & UTV'S 23 ITruck Expenses 18.5 MO $ 750 $ 13,875 Total of 2 Management Personel (Super/FE 9 moths, PM 4.5 mnths) 24 IFuct Expenses 18.0 MO $ 500 $ 9,000 Total of Management Personel (18 months) 25 JUTV -I MO I $ 800 $ Site Access and Mobility SITE SURVEY & CONTROL 26 Survey Sub (Initial Control) - LS $ - $ Establishment of Initial Control 27 GPS Earthwork Model 1.0 LS $ 1,500 $ 1,500 Earthwork Model for Layout 28 Base Station, Rover, Data Collector (SERVICE) 9.0 MO $ 1,250 $ 11,250 QA/QC and Layout 29 Survey Supplies 9.0 MO $ 150 $ 1,350 Anticipated Survey Supplies TEMP UTILITIES 30 Temporary Electric Service - MO $ 450.00 $ Local Utility Company 31 Temporary Water - MO $ 750.00 $ Local Utility Company (water tightness testing) 32 Temporary Power / Heat & Ventilation - LS $ - $ Climate Control Structures 33 Temporary Toilets 18.0 MO $ 125 $ 2,250 CM Required Service 2 Units for the Durations 34 Temp Sanitary Sewer Tanks (Office Trailers x 1) - MO $ 125 $ One Unit for the Duration MATERIAL HANDLING & STORAGE 35 Telehandler Rental 3.0 MO $ 2,800.00 $ 8,400 Equipment loading and unloading 36 Skidsteer 3.0 MO $ 2,320 $ 6,960 Clean up and maintenance 37 Mobilization / Demobilization Equipment 2.0 EA $ 675 $ 1,350 Tellehandler, Skidsteer, & Tool Vans 38 Material Handling Labor (Equipment Unloading) - LS $ 2,500 $ CHC Labor for Unloading and Handling Equipment 39 Tool Vans (12 Months x 2 Connexes) 18.0 MO $ 150 $ 2,700 CM Required Storage STAYOUT, PER -DIEM, ADD-ONS 40 Management Per -diem ($30 Rate/Day) - Day $ 30 $ Super 24 months / 104 wks / 384 days 41 Management Per -diem ($60 Rate/Day) - Day $ 60 $ 42 Management Travel Add -On Incentive - WE $ 400 $ 43 Labor Per -diem ($30 Rate/Day) - Day $ 30 $ 44 Labor Per -diem ($60 Rate/Day) - Day $ 60 $ 45 Travel Time - LS $ - $ 46 Hotel Stay - Day $ 100 $ MISC. PROJECT MANAGEMENT EXPENSES 47 jProject Control Software - MO $ 200 $ TOTAL CONSTRUCTION SERVICES EXPENSE _ $ 97,730 OTHER SERVICES QTY I UNIT I AMOUNT I TOTAL NOTES FOR CLARITY SPECIALTY FEES 48 Building/Gmding Permit - LS $ - $ 49 Special Permits, Licenses, & Fees - LS $ - $ 50 Utility Connection Permits - LS $ - $ 51 Impact Fees - LS $ - $ 52 Testing Laboratory Services - LS $ - $ - 53 Soils Testing & Inspections - LS $ - $ - 54 Concrete Testing & Inspections - LS $ - $ - 55 Operational Permits - LS $ - $ - 56 Easements - LS $ - $ - 57 Site Surveys & Soils Reports - LS $ - $ - TOTAL OTHER SERVICES EXPENSE _ $ BONDS & INSURANCE QTY UNIT AMOUNT TOTAL NOTES FOR CLARITY PERFORMANCE REQUIREMENTS 58 Bonds 0.00611 Factor $ 3,000,000 $ 18,333 Bonds and insurance provided based on CM services. 59 General Liability 0.00350 Factor $ 3,000,000 $ 10,500 60 Owners & Contractors Protective Liability - Factor $ 3,000,000 1 $ 61 Builders Risk 0.00158 Factor $ 3,000,000 $ 4,740 TOTAL BONDS & INSURANCE EXPENSE = $ 33,573 TOTAL PROJECT REQUIREMENTS = $ 131,303 CROSSLAND HEAVY CONTRACTORS PROJECT STAFFING MATRIX PROJECT: Lake Fayetteville Ballpark ROLE PROJECT TIMELINE TEAM MEMBER BILLING RATE ($/HR) STAFFING REQUIREMENTS N N N N N N N N ti N N N N d N N N N O N N z N N A M N ti M N w M N M N da M N M N ti M N M N i2 7 C ,O x � c 0 >11 ►+ H f0 u° v' m F PRECONSTRUCTION SERVICES PRE -CONSTRUCTION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Dan Thompson $ 125 Project Principle 0 0 0 0 0 0 Garrett Street $ 110 Pre -Construction Manager 10 40 30 40 120 13200 Bill Hagenburger $ 115 Design Manager 0 0 0 0 0 0 Ron Edmond $ 110 Project Manager 0 15 0 15 30 3300 Jared Cox $ 105 Superintendent 0 101 0 101 1 1 20 2100 Brandon Bentley $ 90 1 Lead Estimator 10 40 20 20 90 8100 TBD 1 $ 75 ICivil Sitework Estimator 0 15 0 15 30 2250 TOTAL BASE STAFF HOURS BY MONTH = 20 120 50 100 290 $ 28,950.00 CONSTRUCTION SERVICES CONSTRUCTION PHASE TOTAL DURATION FULL DURATION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Dan Thompson $ 125 Project Principle 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ - Garrett Street $ 110 Pre -Construction Manager 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ Bill Hagenburger $ 115 Design Manager 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ - Ron Edmond $ 110 Project Manager 43.25 43.25 43.25 43.25 43.25 43.25 43.25 43.25 43.25 0 0 0 0 0 389.25 $ 42,818 Jared Cox $ 105 Superintendent 173 173 173 173 173 173 173 1 173 173 0 0 0 1 0 0 1557 $ 163,485 Brandon Bentley $ 90 Lead Estimator 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0$ - TBD $ 75 Civil Sitework Estimator 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ - TBD $ 75 Field Engineer 0 0 0 0 173 173 173 173 173 0 0 0 0 0 865 $ 64,875 TOTAL BASE STAFF HOURS BY MONTH = 0 0 0 0 216.25 216.25 216.25 216.25 389.25 389.25 389.25 389.25 389.25 0 0 0 0 0 2811.25 $ 271,177.50 CROSSLAND -HEAVY CONTRACTORS PROJECT STAFFING MATRIX - MONTHLY BILLING (Assuming 9-Month Duration) PROJECT: Lake Fayetteville Ballpark ROLE PROJECT TIMELINE TEAM MEMBER BILLING RATE ($/HR) STAFFING REQUIREMENTS CONSTRUCTION SERVICES N N N N N ti N ti N N N O N z N A N N w N N N N ti N ti N ¢ O 7 :° F . c CONSTRUCTION PHASE TOTAL DURATION Dan Thompson $ 125 Project Principle $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - Garrett Street $ 110 Pre -Construction Manager $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Bill Hagenburger $ 115 Design Manager $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - Ron Edmond $ 110 Project Manager $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ 4,758 $ $ $ $ $ $ 42,818 Jared Cox $ 105 Superintendent $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ 18,165 $ $ $ $ $ $ 163,485 Brandon Bentley $ 90 Lead Estimator $ - $ - $ - $ - $ - $ $ - $ $ - $ $ $ $ $ $ - TBD $ 75 Civil Sitework Estimator $ $ $ $ $ - $ - $ $ - $ - $ $ $ $ $ $ - TBD $ 75 Field Engineer $ $ $ $ $ 12,975 $ 12,975 $ 12,975 $ 12,975 $ 12,975 $ $ $ $ $ $ 64,875 TOTAL BASE STAFF COST BY MONTH = $ $ $ $ $ 22,923 $ 22,923 $ 22,923 $ 22,923 $ 35,898 $ 35,898 $ 35,898 $ 35,898 $ 35,898 $ $ $ $ $ $ 271,177.50 CROSSLAND HEAVY CONTRACTORS Assumptions & Clarfications City of Fayetteville — Lake Fayetteville Softball Complex General Clarifications & Assumptions: 1) All bidders' mobilizations have been included in the GMP price. 2) CHC has captured cost of temporary fencing & signage to protect the public from the work area during construction in Project Requirements. 3) This project has been priced without consideration of Domestic and AIS requirements. 4) The GMP does not include re -location of the existing sanitary sewer line depicted in the drawings. 5) This GMP does not include labor, equipment, or materials for demolition of existing dugouts, scorekeepers' huts, field fencing, benches, or bleachers. This work is to be provided by the City of Fayetteville prior to, or during, construction. 6) The GMP does not include trucking costs for haul off & removal of infield clay mixture. The City is to provide trucking for removal of existing infield clay soil mixture. 7) The GMP includes one (1) unit for Rock Excavation and one (1) unit for Undercut & Backfill to be paid by the unit of work performed by the Contractor. Additional work performed under these two (2) items shall be paid for using project contingency. 8) This GMP includes use of "Type S" detail (sheet C-504) for all concrete joints in sidewalks, slabs, topping slabs, curbs, or other flatwork concrete items. 9) This GMP includes 18 SF of detectable warning panels. Additional square footage of this item shall be compensated using project contingency. 10) This GMP does not include any modifications to existing light poles beyond what's specified in the construction documents. 11) This GMP includes the cost of the product proposed only by Forever Lawn. 12) This GMP does not include any costs for jobsite trailer or Contractor personnel office space. The CM shall utilize the existing concession stand and restroom facilities. The CM shall clean the spaces utilized prior to demobilization. 13) The CM shall have liberty to utilize the entire parking area for laydown, storage & equipment off- loading for the duration of the project. CROSSLAND HEAVY CONTRACTORS CPM Schedule Lake Fayetteville Softball Complex - GMP Schedule Classic Schedule Layout 20-Jun-23 13:56 Activity ID Activity Name Original Duration Remaining Schedule % Start Finish Total Float Qtr2, 2023 Qtr3,2023 Qtr4, 2023 Qtr 1, 2024 Duration Complete MarI Apr I May Jun Jul Aug Sep Oct Nov Dec Jan I Feb COF CMAR 2.1 Project Milesto = A1000 Notice to Proceed A1010 Substantial Completion 244 1 1 168 1 1 0% 15-Mar-23, 0% 24-Jul-23A 0% 10-Jan-24 08-Feb-24 10-Jul-23 10-Jan-24 A1020 Punchlist 20 20 0% 11-Jan-24 07-Feb-24 A1030 Final Completion 1 1 0% 08-Feb-24 08-Feb-24 A1200 1 Project Design & Bidding Ph; 63 0 100% 1 15-Mar-23, 30-May-Z A1400 I GMP Development 20 14 0% 1 29-May-23 I 07-Jul-23 a A1040 Electrical Components 60 60 0% 11-Jul-23 02-0ct23 A1050 Misc.Metals 60 60 0% 11-Jul-23 02-W23 A1060 Turf& Field Accessories 60 60 0% 11-Jul-23 02-0ct-23 A1070 Pipe Materials 15 15 0% 11-Jul-23 31-Jul-23 A1080 Storm Drain Materials 15 15 0% 11-Jul-23 31-Jul-23 COF CMAR 2.3 Construction P r� COF CMAR-2.3.1 Earthwork A1090 Clear&Grub A1100 Site Grading 5 5 0% 3 11,Ju1-23 -Jan-24 03-Jan-24 17-Jul-23 8 8 0% 18-Jul-23 27-Jul-23 A1110 Site Restoration Irk COF CMAR 2.3.2 Site Utiliti i o A1120 , Stormdrain Upgrades 4 4 0% 29-Dec-23 03-Jan-24 0% 28-Jul-23 28-Dec-23 0%1 28-Jul-23 1 31 Aug-23 i 251 25 0 08-Feb4 0 0 Completion0fiiii�Su�bstanlal Punchlist --Final Col i Project sign Bidding Phase GMP Development 02-Oct-23,COFCMAR-2.2 Procurement Electrical Components ---------'--------------------- Misc. Metal Turf & Field Accessories Pipe Materials Storm Drain Materials --------------------- -- L Clear&Grub Site Grading I-------------- ------- ----------- - � Stormdrain Upgrades Misc. Site Utility Work V 10-Nov23, COF CMAR 0 Re -Grade Infield 0 Install New drainage System Dugout;Upgrades Bleacher Upgrades Turf Installation Fence $� Hardware Upgl ---------- -------------------------- ----------------- ----- 29-Nov-23, COF Re -Grade Infield Install New Drainage System Dugout Upgrades Bleacher ---------------------------------------------------;----- Bleache Upgrades Turf Installation Fence & Hard 18- Re -Grade Infield Install New Drainage Sys --------------------------------------------- -------------------------------------------------------- Dugout Upgrades Bleacher Upgra( Turf Installatip Fen' �► I27-Nov-23, COF ---------------------------------- ------------------------------------------------------- ------Demolish Existing Dum ---------- 09- Jan-JanCOF CMAR4 03tilan-24,------------ r COF CMAR 2.. Site Restoration -Dec-23, COF CMAR 2.32 ghting/Eleclrieal Upgrades .3.3 Norih Feld es ---------------- CMAR2.3.4' SW Feld re Upgrades -23, COF CMAR-2.3.5 SE 0 m -------------- es & Hardware UJpgrades MAR 2.3.6 Parking Lot lmr ste--------------------- 0 93 93 93 138 138 126 0 0 26 64 0 0 64 64 64 64 51 0 0 51 51 51 51 38 0 0 38 38 38 38 0 A1130 Misc. SiteUtlityWork 101 10 0% 01Sep-23 14Sep-23 A1210 LightingiElecbical Upgrades 75 75 0% 15Sep-23 28-Dec-23 1h COF CMAR2.3.3 North Field % 15Sep-Sep 10-Nov-23 A1140 Re -Grade Infield 5 5 0% 15Sep-Sep 21Sep-Sep A1150 Install New Drainage System 8 8 0% 22Sep-Sep 03-W23 A1160 Dugout Upgrades 6 6 0% 04-Oct 11-W23 A1170 Bleacher Upgrades 7 7 0% 12-Oct23 20-W23 A1180 Turf Installation 4 4 0% 23-Oct23 26-W23 A1190 Fence & Hardware Upgrade: 11 11 0% 27-Oct 23 10-Nov-23 COF CMAR2.3.4 SW Fiel 41 41 0% 04-Oct 23 29-Nov-23 A1220 Re -Grade Infield 5 5 0% 04-Oct 23 10-W-23 A1230 Install New Drainage System 8 8 0% 11-Oct23 20-W23 A1240 Dugout Upgrades 6 6 0% 23-Oct 30-W23 A1250 Bleacher Upgrades 7 7 0% 31-Oct23 08-Nov-23 A1260 Turf Installation 4 4 0% 09-Nov-23 14-Nov-23 A1270 Fence & Hardware Upgrade: 11 11 0% 15-Nov-23 29-Nov-23 SCOF CMAR2.3.5 SE Field 41 41 0% 23-Oct 23 18-Deo-23 A1280 Re -Grade Infield 5 5 0% 23-Oct 27-W23 A1290 Install New Drainage System 8 8 0% 30-Oct 23 08-Nov-23 A1300 Dugout Upgrades 6 6 0% 09-Nov-23 16-Nov-23 A1310 Bleacher Upgrades 7 7 0% 17-Nov-23 27-Nov-23 A1320 Turf Installation 4 4 0% 28-Nov-23 01-Deo-23 A1330 Fence & Hardware Upgrade: r'j COF CMAR-2.3.6 Parking Lot Improw A1340 Demolish Existing Dumpster, 11 11 0% 04-Dec23 0% 09-Nov-23 0%i 09-Nov-23 18-Deo-23 13 13-Nov-23 3 3 Actual Level of Effort Remaining Work ♦ ♦ Milestone I Page 1 of 2 I TASK filter: All Activities Actual Work Critical Remaining Work V111 summary © Oracle Corporation Lake Fayetteville Softball Complex - GMP Schedule Classic Schedule Layout 20-Jun-23 13:56 Activity ID Activity Name Original Duration Remaining Duration Schedule % Complete Start Finish Total Float Qtr2, 2023 Q1r3,2023 Qtr4, 2023 Qtr 1, 2024 Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb A1350 ConstructHDDumpsterPad 9 1 9 1 0% 0% 14-Nov-23 24-Nov-23 0 ConstructHDDu psterPad Install NewWood Fence OV 09- Jan-24, COF CMAR- Demolipt i Existing Un-even Concrete; ------------ -------------- Re' rade CommonArea Commo,i A1360 Install New Wood Fence 27-Nov-23 27-Nov-23 0 COF CMAR 2.3.7 Common Area Impn 31 31 AL 0% 28-Nov-23 09- Jan-24 A1370 Demolish Existing Un-Even ( 11 11 0% 28-Nov-23 12-Dec-23 0 A1380 Re -Grade Common Area 6 6 ° 0% 13-Dec-23 20-Dec-23 0 A1390 FiPiF Concrete Common Are 141 14 0% 121-Dec 23 I 09tiJan-24 0Concrete Actual Level of Effort 0 Remaining Work Actual Work Critical Remaining Work ♦ ♦ Milestone VwwmmwV summary Page 2 of 2 TASK filter: All Activities © Oracle Corporation CROSSLAND HEAVY CONTRACTORS Scope Document Log Index CROSSLAND HEAVY CONTRACTORS Exhibit D — Project Bidding Documents List Specification List Division 01. General Requirements Specification No. Description 012500 Abbreviations 014000 Testing Laboratory Services Division Architectural Specification No. Description 033000 Cast -in -Place Concrete 099113 Exterior Painting 116800 Play Field Equipment & Structures Division 30 — Earthwork Specification No. Description 310000 Site Demolition 311000 Site Clearing 312000 Earthwork 312600 Aggregate Materials 312700 Soil Stabilization 312800 Erosion and Sedimentation Control (Including SWPPP) Division 32 — Exterior Improvements Specification No. Description 321313 Portland Cement Concrete Paving 321323 Pavement Markings 321333 Curbs & Sidewalks 323113 Chain Link Fences and Gates (Site) 328400 Landscape Irrigation System 329200!Turf and Grasses Division 33 — Utilities Specification No. Description 330800 Sewer Manholes, Frames, and Covers 334100 Storm Drainage Special Privisions Artificial Turf OSHA Trench Safet Specifications City of Fayetteville Standard Specifications CROSSLAND HEAVY CONTRACTORS Project Drawing List Index of Sheets Drawing No. Description C-001 Cover Sheet C-002 Project Control Sheet C-003 Demolition Plan C-101 Site Plan C-102 Overall Grading Plan C-103 Field 1 Grading Plan C-104 Field 2 Grading Plan C-105 Field 3 Grading Plan C-106 Erosion Control Phase I C-107 Erosion Control Phase II C-201 Storm Sewer Line 1 C-202 Storm Sewer Line 2 C-401 Lighting & Camera Plan C-402 Infield Layout C-501 Turf Underdrain Detail C-502 Special Details C-503 Fence Details C-504 Site Details (1) C-505 Site Details (2) C-506 Drainage Details C-507 Erosion Control Details (1) C-508 Erosion Control Details (2) C-509 Tree Preservation Details -101 Typical Infield & Details -102 Site Furnishing Details & Schedules ESL-101 Electrical Plan CROSSLAND HEAVY CONTRACTORS Methods of Measurements N Addendums 1-3 Page I 1 Exhibit E — Methods of Measurement Table of Contents Terms of Payment & Compensation Type: ................................................................................................... I GeneralClarifications: ................................................................................................................................... 2 Methods of Measurement Bid Packages (000-011).....................................................................................3 BidPackage 01— Sitework........................................................................................................................ 3 BidPackage 02 — Site Concrete................................................................................................................. 6 BidPackage 003 - Electrical......................................................................................................................8 BidPackage 004 — Site Elements.............................................................................................................. 8 Bid Package 005 — Field Fencing, Gates & Accessories............................................................................. 9 BidPackage 006 — Landscaping..............................................................................................................10 Bid Package 007 — Infield Turf & Accessories.........................................................................................11 Bid Package 008 — Park Signage..............................................................................................................11 Bid Package 009 —Wood Fencing...........................................................................................................12 Terms of Payment & Compensation Type: Type 1 - Lump Sum: Payment for lump sum work shall be inclusive of all labor, equipment, materials, overhead and profit for all items associated with the defined work. The work shall be paid for on an agreed upon percent complete within a given billing cycle and verified by the Construction Manager. Type 2 - Unit Price: Payment for unit cost work shall be inclusive of all labor, equipment, materials, and OHP for all items associated with the defined work. The work shall be paid for by the unit put in place within a given billing cycle. The units shall be verified by the Construction Manager prior to billing for the work. Over and Underruns shall be allowed for Type 2 compensation. Type 3 — Unit Cost not to Exceed Plan QTY: Payment for unit cost work shall be inclusive of all labor, equipment, materials, and OHP for all items associated with the defined work. The work shall be paid for by the unit put in place within a given billing cycle. The units shall be verified by the Construction Manager prior to billing for the work. Overruns shall not be allowed. Type 4 - Allowance: Allowance bid items shall be carried in the bidding subcontractor's scope of work. Allowances are owned by the project and managed by the Construction Manager. Allowance bid items may or may not be utilized depending on field conditions and the project requirements. Page 12 General Clarifications: All work shall be completed in accordance with the contract documents, plans, and specifications. Bid Price shall cover all items of work reasonably implied or inferred. Rain and Flood Events: All work areas shall be free of debris, materials, tools, and equipment at the end of each workday. Neither the construction manager nor the owner shall be liable for loss of materials, tools, or equipment in the event of a flood or major rain events. All work shall be bid accordingly based upon the site conditions. Bidding Instructions: All bidders are to evaluate and bid each bid package in its entirety unless otherwise stated in the bid package. Mobilization: Mobilization shall be included within the bid items as seen fit by the bidding subcontractor. Additional mobilizations shall be included as seen fit to perform the work unless specifically stated within the individual bid package's methods of measurement. On Site Power. On site power will be limited. The bidding subcontractor should plan to provide their own power. Schedule of Values: The bidding subcontractor's schedule of values shall match the individual bid items exactly. Bid Bond: A bid bond shall not be required for this project. Protection of Existing Work: Bidders shall take precaution to protect all existing structures and appurtenances during construction. In the event of damage to surrounding items the Bidder shall be held responsible and liable for repairs. Open Excavations: Unattended open excavations shall be protected in accordance with OSHA standards. Clean Up and Disposal of Debris: Cleanup and disposal of debris is the responsibility of the individual bidders and shall be performed at the end of each work period. Existing Fencing: Areas of work that cross existing field fencing are present on the project. It's the responsibility of the Contractor to install the work without damaging the existing fencing. Page 13 Methods of Measurement Bid Packages (000-011) Bid Package 01— Sitework 1. 131— Demolish Existing Storm Sewer The price bid shall include full compensation for the labor, equipment, and material for demolition of existing storm sewer piping & structures as shown on the plans. Items to be hauled off -site as part of the overall scope of the sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. 132 — Remove Existing Sidewalk The price bid shall include full compensation for the labor, equipment, and material for demolition of existing sidewalk & asphalt as shown on the plans. Item includes demolition of existing dugout concrete slab. Items to be hauled off -site as part of the overall scope of the sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 3. 133 — Remove Existing Hydrant The price bid shall include full compensation for the labor, equipment, and material for demolition of an existing hydrant as shown on the plans. The existing hydrant should be removed below frost line, and closed using a new compression -style ball valve. New ball valve & line shall be installed in a standard adjustable valve can at final grade. Items to be hauled off -site as part of the overall scope of the sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. 134 — Demolish Existing Sidewalk for Backstop Retaining Wall The price bid shall include full compensation for the labor, equipment, and material for demolition of existing sidewalk as shown on the plans. Clean & accurate saw cutting is required prior to demolition. Contractor should coordinate with the Construction Manager prior to commencement of activity 65. Items to be hauled off -site as part of the overall scope of the sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 5. 135 — Remove Existing Retaining Wall The price bid shall include full compensation for the labor, equipment, and material for demolition of an existing retaining wall as shown on the plans. Items to be hauled off -site as part of the overall scope of sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Page 14 6. B6 — Remove Existing Dumpster Enclosure & Surface The price bid shall include full compensation for the labor, equipment, and material for demolition of the existing dumpster enclosure & solid surface as shown on the plans. Items to be hauled off - site as part of the overall scope of sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 7. B7 — Remove Existing Site Chain -link Fencing The price bid shall include full compensation for the labor, equipment, and material for demolition of the existing chain -link fencing as shown on the plans. Items to be hauled off -site as part of the overall scope of sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 8. C1— Clearing & Grubbing The price bid shall include full compensation for labor, equipment, and material to clear and grub as part of the overall scope of sitework. BURNING ONSITE WILL NOT BE ALLOWED. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 9. C2 — Cut to Grade The price bid shall include full compensation for labor, equipment, and material for cut and fill to grade as part of the overall scope of the earthwork. Item includes, but is not limited to, site grading, infield excavation, swales, paving areas, etc. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Contractor to save & protect infield clay mix. Contractor to load out Owner supplied dump trucks. Compensation Type 1 10. C3 - Embankment The price bid shall include full compensation for the labor, equipment, and material for placement and compaction of any fill areas on site per contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 11. C4 — Undercut & Backfill The price bid shall include full compensation for labor, equipment, and material to perform a 12" undercut and select backfill of the entrance road as part of the overall scope of sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 2 12. C5 —Rock Excavation The price bid shall include full compensation for the labor, equipment, and material for any rock excavation necessary for completion of the work as described in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 2 Page I5 13. C6 — Construction Entrances The price bid shall include full compensation for labor, equipment, and material for the installation and routine maintenance for the duration of earthwork package as part of the overall scope of sitework. A temporary storm culvert shall be installed as part of the construction entrance if required. Construction of the said item shall be per the plans and specifications. Maintenance of the said item shall be directed by the Construction Manager. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 14. J1-18" HDPE W/FES The price bid shall include full compensation for the labor, equipment, and material to install proposed piping as defined in the contract documents. This includes but is not limited to potholing of existing utilities, full depth backfill, blocking, haul off, traffic control and testing of the proposed piping as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 15. J2 — 24" HDPE W/FES The price bid shall include full compensation for the labor, equipment, and material to install proposed piping as defined in the contract documents. This includes but is not limited to potholing of existing utilities, full depth backfill, blocking, haul off, traffic control and testing of the proposed piping as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 16. J3 — 8" PVC The price bid shall include full compensation for the labor, equipment, and material to install proposed piping as defined in the contract documents. This includes but is not limited to potholing of existing utilities, full depth backfill, blocking, haul off, traffic control and testing of the proposed piping as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 17. J4 — 22"x13" RCHEAP The price bid shall include full compensation for the labor, equipment, and material to install proposed piping as defined in the contract documents. This includes but is not limited to potholing of existing utilities, manholes, casing, full depth backfill, blocking, haul off, traffic control and testing of the proposed piping as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 18. J5 — 4' x 4' Grate Inlet The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of grated inlets as defined in the contract documents. Contractor is to take special care when grouting inverts to ensure appropriate drainage and water direction. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Page 16 19. J6 — 4' x 4' Junction Box The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of junction boxes as defined in the contract documents. Contractor is to take special care when grouting inverts to ensure appropriate drainage and water direction. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 20. J7 — 4' x 4' Area Inlet The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of area inlets as defined in the contract documents. Contractor is to take special care when grouting inverts to ensure appropriate drainage and water direction. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 21. J8 — French Drainage System The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of the specified French drainage system as defined in the contract documents. Contractor is to take special care when grouting inverts to ensure appropriate drainage and water direction. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 02 — Site Concrete General Requirements: - Cold and Hot Weather Protection shall be included within the individual bid items. - Surrounding areas shall be protected from concrete splatters as necessary. Cleaning of concrete splatter shall be at the expense of the bidding contractor. - Installation of all concrete embedded items including but not limited to embeds, sleeves, pipe, anchors, etc. shall be included within this bid package. - Package includes construction & removal of concrete washout per construction documents. 1. D1— Concrete Sidewalk The price bid shall include full compensation for the labor, equipment, and material to completely construct the cast in -place concrete. This bid item shall be all-inclusive of but not limited to placement of aggregate base course, fine grading, cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, and curing methods as well as installing any required embeds supplied by others. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. D2 — Concrete Heavy Duty Dumpster Pad The price bid shall include full compensation for the labor, equipment, and material to completely construct the cast in -place concrete. This bid item shall be all-inclusive of but not limited to fine placement of aggregate base course, grading, cold weather protection, reinforcement, saw Page 17 cutting, expansion/isolation joint treatment, and curing methods as well as installing any required embeds supplied by others. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 3. D3 — Dugout Concrete The price bid shall include full compensation for the labor, equipment, and material to completely construct the cast in -place concrete. This bid item shall be all-inclusive of but not limited to placement of aggregate base course, fine grading, cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, and curing methods as well as installing any required embeds supplied by others. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. D4 — Cast -in -Place Detectable Warning Panel The price bid shall include full compensation for the labor, equipment, and material to provide and install cast -in -place detectable warning panels at the specified locations provided in the construction documents. This bid item shall be all-inclusive of but not limited to cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, and curing methods. The work shall be cleaned & protective film shall be removed once construction of the surrounding concrete appurtenances is complete. Damage to the detectable panels is the responsibility of the installer. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 5. D5 — Field 1 Backstop Retaining Wall The price bid shall include full compensation for the labor, equipment, and material to completely construct the cast in -place concrete. This bid item shall be all-inclusive of but not limited to placement of aggregate base course, fine grading, cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, and curing methods as well as installing any required embeds supplied by others. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 6. D6 — Sidewalk Overlay The price bid shall include full compensation for the labor, equipment, and material to completely construct the cast in -place concrete. This bid item shall be all-inclusive of but not limited to preparatory work to the existing slab, cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, bonding and/or bond breaker, and curing methods as well as installing any required embeds supplied by others. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 7. D7 — Dumpster Bollards The price bid shall include full compensation for the labor, equipment, and material to completely construct the dumpster bollards. This bid item shall be all-inclusive of but not limited to preparatory work to existing slabs, cold weather protection, reinforcement, saw cutting, expansion/isolation joint treatment, bonding and/or bond breaker, and curing methods as well as Page 18 installing any required embeds supplied by others if necessary. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 003 - Electrical 1. E1— Site Electrical The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of electrical components and systems as defined in the contract documents. Work installed that is intended for future use by the Owner, shall be installed with watertight caps, tracing wire or tape, & pull string for future identification and use. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 004 — Site Elements 1. F1— Bleachers 5 Row (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for supply and installation of the site furnishing 5 Row Bleachers as defined in the contract documents. Bleachers shall be installed plumb and true, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. F2 — Bleachers 3 Row (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for supply and installation of the site furnishing 3 Row Bleachers as defined in the contract documents. Bleachers shall be installed plumb and true, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 3. F3 — Shade Structures (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for supply and installation of the site furnishing Shade Structures as defined in the contract documents. Shade Structures shall be installed plumb and true, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. F4 — Dugout Benches (Supply & Install) The price bid shall include full compensation for installation and materials for the site furnishing dugout benches as shown in the plans and specifications. Benches shall be installed plumb and true, free of burrs, cuts, sharp edges or unnecessary holes. Cost shall include the contractor's Page 19 labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 S. F5 — Manufactured Dugouts (Supply & Install) The price bid shall include full compensation for installation and materials for the site furnishing Manufactured Dugouts as shown in the plans and specifications. Dugouts shall be installed plumb and true, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 6. H2 — Field Bases with Anchors (Supply & Install) The price bid shall include full compensation for installation and materials for the site furnishing Field Bases with Anchors as shown in the plans and specifications. Bases shall be installed plumb and true, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 7. H5 — Portable Pitching Mounds (Supply) The price bid shall include full compensation for supply of materials for the site furnishing Portable Pitching Mounds as shown in the plans and specifications. Pitching Mounds shall be delivered in good condition, free of burrs, cuts, sharp edges, or unnecessary holes. Cost shall include the contractor's material, shipping, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 005 — Field Fencing, Gates & Accessories 1. F6— 6' Tall Chainlink Fence (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of 6' fencing, fence signage, and gates with closure systems as defined in the contract documents. Includes installation of new 12' gate & infill fencing at Field 1 right field line. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. F7 —10' Tall Chainlink Fence (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of 10' fencing, fence signage, and gates with closure systems as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 3. F8 — Backstop Netting & Accessories (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of backstop netting, netting signage, and netting fastening systems as Page 1 10 defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. F9 — Backstop Netting Between Fields 2 & 3 (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of backstop netting, netting signage, and netting fastening systems as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 5. F10 — Removable Infield Fence & Anchor System (Supply & Install) The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of temporary infield fencing & anchor systems as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 006 —Landscaping 1. C7 — Erosion Control The price bid shall include full compensation for the labor, equipment, and material to erosion control devices as shown in the contract. This bid item does not include concrete washout or construction entrance. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. G1— Irrigation in Outfields & landscape Areas This bid item is an allowance that shall be carried in the bid package as part of the bidding subcontractors' scope for installation, maintenance, and repair of Irrigation items. This allowance shall not be used for any other purpose. Compensation Type 4 3. G2 — Seeding & Mulching The price bid shall include full compensation for the labor, equipment, and material for furnishing, installation, and watering of seeding as defined in the contract documents. It should be expected that (2) two mowing's will be required post establishment of vegetation. Seeding cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. G3 — Solid Sod (Bermuda Sod) The price bid shall include full compensation for the labor, equipment, and material for furnishing, installation, and watering of sodding as defined in the contract documents. It should be expected that (2) two mowing's will be required post establishment of vegetation. Sodding cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Page 1 11 5. G4 —Tree Protection Fencing The price bid shall include full compensation for the labor, equipment, and material to install tree protection as shown in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 22. C8 —Topsoil Placement The price bid shall include full compensation for labor, equipment, and materials for placement of topsoil and fine -grading within a tolerance of +/- .10" as part of the overall scope of sitework. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 007 — Infield Turf & Accessories 1. H1— Artificial Turf Surface for Infields — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for installation of the Artificial Turf Surface for Infields. Bid Item H1 includes but is not limited to, aggregate subbase, concrete headers, nailer boards, anchors, and subdrain system in accordance with the type, location, and details in the plans, or as directed by the Engineer. Contractor is to carry field drainage piping and appurtenances to within 5' of termination point depicted on the drawings. Final playing surface is to be free of deviation, consistent in texture and color, uniform in appearance, and free of any sharp edges, burs, or abrasive surfaces. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 008 — Park Signage 1. H3 -Signage in Outfield — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of outfield signage as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 2. H4 — Field Signage — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of field signage as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 3. 17 — Park Signage — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of signage, adhesive labelling, handicap notations, or any other labelling devices found outside of the field fencing area as defined in the contract documents. Page 1 12 Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 4. 18 — Striping — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of striping for parking areas and ballpark facilities as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 Bid Package 009 —Wood Fencing 1. 19 —New Wood Fence — Complete in Place The price bid shall include full compensation for the labor, equipment, and material for the furnishing and installation of wooden privacy fencing, and gates with closure systems, as defined in the contract documents. Cost shall include the contractor's labor, material, equipment, and overhead and profit as defined to complete the work. Compensation Type 1 CROSSLAND HEAVY CONTRACTORS ADDENDUM NO. 1 Lake Fayetteville Softball Complex City of Fayetteville Dated: June 7, 2023 This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans and Contract Documents and Specifications with which it might conflict. A. GENERAL CLARIFICATIONS 1. Proiect Bid Due Date The project bid due date for all bidders shall be changed to 6/15/2023 @2:00 PM CST B. SPECIFICATIONS 1. Additions Made to the Following Specification Sections a. 013300 —Submittal Procedures b. 016600 — Product Requirements c. 017300 — Execution d. 017700 — Closeout Procedures e. 017900 — Demonstration and Trainin f. 099113 — Exterior Painting g. 033000 — Cast -in -Place Concrete h. 116800 — Play Field Equipment & Structures 2. Changes Made to the Specifications a. Revised Table of Contents to include added specification sections. b. Revised Section 312800 Erosion Sedimentation Control to include SWPPP. C. C. DRAWINGS 1. Changes Made to Project Drawings a. Sheet A-102: Revised Site Furnishings Schedule June 7th, 2023_Crossland Heavy Contractors CROSSLAND HEAVY CONTRACTORS ADDENDUM NO. 2 Lake Fayetteville Softball Complex City of Fayetteville Dated: June 9, 2023 This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans and Contract Documents and Specifications with which it might conflict. A. GENERAL CLARIFICATIONS 1. Clarifications for Bid Package #003 a. Placement of new 120/240V panel shall be on the south side of the maintenance structure. Underground conduit(s) shall be installed after demolition of the existing wooden privacy fence (by others). b. Per the Owner, all lamp bulbs shall be replaced. Nighttime illumination test & head adjustment is still applicable per the detail found on sheet C-101. c. Construction of light pole base(s) shall be the responsibility of the bidder of bid package #003. 2. Clarifications for Bid Package #002 a. Removal and Replacement of sidewalk for electrical trenches shall be the responsibility of the bidder of bid package #002. This includes, but is not limited to, all conduit routing found on sheet C-401. B. SPECIFICATIONS 1. Changes Made to the Specifications a. None C. DRAWINGS 1. Changes Made to Project Drawings a. None June 9th, 2023_Crossland Heavy Contractors CROSSLAND HEAVY CONTRACTORS ADDENDUM NO. 3 Lake Fayetteville Softball Complex City of Fayetteville Dated: June 14, 2023 This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans and Contract Documents and Specifications with which it might conflict. A. GENERAL CLARIFICATIONS 1. Backstop Desien a. There is no dedicated spectator protection on this project. Bidders are to provide backstops per the contract drawings, sheet C-503. 11 �z�=�ri�►t.�r.,z.7..r.��.r�.ti+.rr�,.�.�•r.1T3�Trrl� A. Safety netting system attached to vertical poles. see Drawings for configuration. Product standard shall be Sportsfield Specialties Ball Safety Netting System, or approved equal. Provide a complete system at each field. Components shall include: les 20' hi h lame er a uminum poles, 25' Phi a a er oles) at ��a�r�-. (Fields 2 & 3). 3. Ground sleeves and caps for setting and finishing poles. 4. Heavy duty black #36 Nylon 1 3/4" square mesh net. Vertical at backstop and overhead at bleacher protection. 5. Block pulley and tether system to raise and lower nets. 6. Manufacturer's cables, ties, and hardware for a complete and operational system. B. SPECIFICATIONS 1. Changes Made to the Specifications a. Removal of item 1 & 2. (See above) C. DRAWINGS 1. Changes Made to Project Drawings a. None June 14th, 2023_Crossland Heavy Contractors CROSSLAND HEAVY CONTRACTORS Construction Manager at Risk Affidavit AFFIDAVIT OF COMPLIANCE CONSTRUCTION MANAGER -AT -RISK PROJECT: Lake Fayetteville Softball Complex 6a0 /!'er ), having been first duly sworn and authorized, provide this Affidavit for and on behalf of (Firm Name) and state the following in reference to the project solicited and Contracted under RFQ 23-02 and applicable to Change Order # ( ): 1. My name is P, f> A6V and I am the breCfov of for Crossland Heavy Contractors Inc.). I am qualified and authorized to execute this affidavit. 2. (Crossland Heavy Contractors Inc.), pursuant to its contract with the City of Fayetteville, hereby certifies that it has reviewed the provisions set forth in Ark. Code Ann. § 14-58-1001 and verifies that it has complied with that statute and all other applicable rules and regulations, whether recited in §14-58-1001 or elsewhere in Arkansas law, for the above -identified project. 3. The City of Fayetteville shall be held harmless and indemnified for any disputes that arise regarding the procurement and bidding processes performed by (Crossland Heavy Contractors Inc.). FURTHER AFFIANT SAYETH NOT. Signed this ZZ r day -of _TU�G 2023. eLlao !W' 11f_f' PRI�NAME 6recfvv of Pre- Copi-drvGtiOh TITLE STATE OF vl 1QJ�) COUNTY OF ) SIG TURE Subscribed and sworn to before me, a Notary Public, this C�-oc day of , 2023. DENISE LUCIAN "' Notary Public • gate of K s fulYAppt Expires SEAL Notary Public My Commission Expires: 19'a (-Cq5 Crossland Heavy Contractors, INC Change Order No. 2 City of Fayetteville Staff Review Form 2024-0019 Item ID NA ARCHIVED City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Byron Humphry 1/9/2024 PARKS& RECREATION (520) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order#2 with Crossland Heavy Contractors for the Lake Fayetteville Softball Renovation project which will increase the contract amount by$80,952.20. Budget Impact: 4705.860.7505-5806.00 Parks Projects 2022 Bonds Account Number Fund Parks Projects(2019/2022 Bonds), Lake 46050.7505.1000 Fayetteville Improvements,Softball Fields Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 2,312,142.00 Expenses(Actual+Encum) $ 2,211,302.00 Available Budget $ 100,840.00 Does item have a direct cost? Yes Item Cost $ 80,952.20 Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget $ 19,887.80 r V20221130 Purchase Order Number: 2023-00000467 Previous Ordinance or Resolution# 75-23, 152-23 Change Order Number: 2 Approval Date: 01/17/2024 Original Contract Number: 2023-00000023 Comments: CITY OF FAYETTEVILLE STAFF MEMO pir ARKANSAS TO: Mayor Jordan THRU: Susan Norton. Chief of Staff Chris Brown. Public Works Director Terry Gulley. Assistant Public Works Director FROM: Byron Humphry. Park Operations Director DATE: January 9, 2024 SUBJECT: Approval of Change Order 2 with Crossland Heavy Contractors for the Lake Fayetteville Softball Renovation Project. RECOMMENDATION: Staff recommends approval of Change Order 2 with Crossland Heavy Contractors for the Lake Fayetteville Softball Renovation project which will increase the contract amount by $80,952.20. BACKGROUND: On March 21, 2023, City Council approved Resolution 75-23 to authorize a Construction Manager at Risk Services Contract with Crossland Heavy Contractors, Inc., for the Lake Fayetteville Softball Improvement Project for pre-construction services. On July 6, 2023. City Council approved Resolution 152-23 to approve Change Order No. 1 to establish a GMP in the amount of$2,702.903.00 and to approve a project contingency of $93.500.00. DISCUSSION: After the start of construction for this project. it was determined that the parking lot, which was not in the scope of the original project, needed to be altered to bring the ADA sparking spaces into compliance with current ADA accessibility standards. This requires replacing the current ADA ramp around the concession stand and adjusting the elevation of the accessible route to the fields in order to meet the new grades of the parking spaces. This change order will bring the parking lot and entire complex into compliance with current accessibility standards. BUDGET/STAFF IMPACT: The City Council approved a project contingency of$93,500 for this project. This contingency will be used to cover the cost of this change order. With this change order, the GMP contract total will be increased by $80,952.20. to $2,783,855.20. The target substantial completion date with this change order is March 25. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CROSSLAND HEAVY CONTRACTORS Owner Change Order Lake Fayetteville Softball Complex - 23A04MS 23A04MS 1153 E Lake Fayetteville Road Fayetteville,AR 72701 Date: 1/8/2024 Contract Date: To: Ron Edmond Contract Number: 0001 Crossland Heavy Contractors, Inc. Change Order Number: 002 501 S. East Ave Columbus, KS 66725 The Contract is hereby revised by the following items: Request to increase GMP for ADA compliance scope of work Item Number Description Amount 01 Labor,equipment, material, and fee for ADA compliance $80,952.20 The original Contract Value was................................................ ...... .................... $2,702,903.00 Sum of changes by prior Owner Contract Change Orders......... $0.00 The Contract Value prior to this Owner Contract Change Order was.................. .............. $2,702,903.00 The Contract Value will be changed by this Owner Contract Change Order in the amount of.... $80,952.20 The new Contract Value including this Owner Change Order will be $2,783,855.20 The Contract duration will be changed by.................................................... ...... 33 Days Notes Crossland Heavy Contractors, Inc. City of Fayetteville CONTRACTOR OWNER 501 S. East Ave 113 West Mountain Columbus, KS 66725 Fayetteville, 72701 Address Address Brandon Goade By By Ma tr 1-io d oKlan ° Brandon Goade°"'°"�E'e�•e•e�••,�,..„� Signature Oae1e^°===...&y°°^°°°°° Signature �.. Date 1/9/24 Date 01 I , 26214 Project:Lake Fayetteville Softball Complex CROSSLAND PCO#:03 HEAVY CONTRACTORS Description:ADA Compliance/Dugout slab repair Materials #of Units UOM Unit Price Extension Total Materials $ - Tax 9.75% $ - Fee 6.5% $ - IS Total Materials w/Fee $ - Labor Hourly$ #of Units MH/U Total MH Extension Craft Foreman $52.00 1 7 7 $ 364.00 Carpenter $38.00 1 7 7 $ 266.00 Laborer $30.00 3 7 21 $ 630.00 Total Labor $ 1,260.00 Fee 0.0% $ - Total Labor w/Fee I $ 1,260.00 I Equipment Hours Hourly Rate Days Day Rate Extension Total Equipment $ - Fee 0.0% $ - Total Equipment w/Fee $ - Subcontractor it of Units UOM Unit Price Extension SK Dirtworks(ADA) 1 LS $ 58,640.00 $ 58,640.00 Custom Marking Systems 1 LS $ 3,370.00 $ 3,370.00 HS Construction (Handrail) 140 FT $ 85.00 $ 13,100.00 Total Direct Cost $ 75,110.00 Fee 0.0% $ - Total Subcontractor w/Fee $ 75,110.00 Subtotal Amount $ 76,370.00 CM Fee(6%) $ 4,582.20 Total Amount $ 80,952.20 Days Requested 33 , 1/9/24 - CHC confirmed all quotes valid until 1/12/24 , S & K DIRTWORKS, LLC 1923 Pinewoods Dr. Rogers, AR 72756 479-631-7400 CHANGE ORDER #06 DATE: 12/27/2023 JOB NAME: Lake Fayetteville Softball Complex LOCATION: Fayetteville, AR SUPERVISOR: Brandon Gautney DATE EFFECTIVE: 12/27/2023 AMOUNT: $58,640.00 CHANGES OR CORRECTIONS TO BE MADE: Demo 3680 SF of sidewalk and asphalt = $18,400.00 Install new 3344 SF parking 6" base & 6" concrete = $40,240.00 SIGNATURE: DATE: CR CUSTOM QUOTATION PAVEMENT Rh S, Maintenance E Safety Date Quote# Custom Pavement Maintenance and Safety,LLC 12/12/2023 (,si P.O. Box 435 Phone:479-262-6160 Fax:479-235-2046 Van Buren AR 72957 AR Contractor's Lic#0354090524 Customer: Project Crossland Heavy Lake Fayetteville Softball Complex 833 S.E.Avenue 1153 E.Fayetteville Road Fayetteville.AR P.O. Box 350 ADA Change Columbus,KS 66725 Terms Void After Project Manager I)ue oil receipt 12/12/2023 (ira�l Item Item Description Qty U/M Price Class Total TO ADD TO SCOPE FOR BID PACKAGE 008(IF ACCEPTED): Change Order ADD: Additional Striping,3 Additional I nii 3.370.00 Markings 3,370.00 ADA Signs&4 Additional Wheelstops/LS Total $3,370.00 To accept this quote,please sign and return. Please indicate GENERAL NOTES: If bonds are required,please add 1%to our quote any PO or Job number that you require on your invoicing,if (minimum S250.00). A11 items are for/mobilization,unless otherwise any. We require your choice of a signed quote,contract or PO noted. Additional mobilizations may incur additional mobilization fees. in order to proceed. Thank you. Removal,cleaning and surface prep operations are not included unless specifically noted Quote does not include any applicable taxes. For Accepted By: items that are not quoted as LS unit pricing(such as LF or EA pricing) the quantities are estimated and may be actually different on site. Quantities of work actually performed will be invoiced at the quoted PO/JOB Number: unit price above. Estimate 11'I„, l01111475. HS Construction.464356 E 1050 Rd.Sallisaw OK 74955,United States FOR Crossland Heavy Brandon Goade Estimate No.: 031 Issue date: 12/12/2023 Valid until 12/26/2023 Estimate No. Issue date Valid until Total due(USD) 031 12/12/2023 12/26/2023 $0.00 Description Quantity Unit price(_) Amount(_) Lake Fayetteville ADA rails 1 0.00 0.00 galvanized pipe handrails S85.00 per ft. Subtotal: $0.00 Total (USD): $0.00 $1, 200 additional cost for shop drawings/submittal Hank Snow (479)616-8722 hanksnow60@yahoo.com HS Construction ARAISR C VISA q.l