Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout102-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 102-25
File Number: 2025-432
ARKANSAS DEPARTMENT OF TRANSPORTATION (CHANGE ORDER 5):
A RESOLUTION TO APPROVE CHANGE ORDER NO. 5 TO THE AGREEMENT WITH THE ARKANSAS
DEPARTMENT OF TRANSPORTATION IN THE AMOUNT OF $2,247,123.36 FOR INTERSTATE 49 - MLK
INTERCHANGE IMPROVEMENTS AND UTILITY RELOCATIONS, AND TO APPROVE A BUDGET
ADJUSTMENT
WHEREAS, ARDOT has requested utility relocations to prepare for the widening of Martin Luther King, Jr. Blvd.
from South Leflar Way to South Sang Avenue including reconstruction of the interstate overpass and creation of a new
overpass at 15th Street; and
WHEREAS, a number of contracts and change orders related to the design and construction of the utility relocations
have been approved by the City Council, including Change Order No. 4 which was based on construction cost
estimates; and
WHEREAS, Change Order No. 5 contains updated project costs based on the results of Bids 25-22 and 25-29 with a
total price increase of $2,247,123.36.
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 Rawn to sign Change
Order No. 5 to the agreement with the Arkansas Department of Transportation in the amount of $2,247,123.36 for
Interstate 49 - MLK Interchange Improvements and associated utility relocations. A copy of Change Order No. 5 is
attached to this Resolution and made a part hereof.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution.
Page 1
Resolution: 102-25
File Number: 2025-432
PASSED and APPROVED on April 15, 2025
Approved: Attest:
Molly Rawn, Mayor
• EkK �'iRF
:� •'UTY p�,9J���
;Aa
Kara Paxton, City Clerk Treasurer
Page 2
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF APRIL 15, 2025
CITY COUNCIL MEMO
2025-432
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Interim Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: ARKANSAS DEPARTMENT OF TRANSPORTATION (CHANGE ORDER NO. 5):
RECOMMENDATION:
Staff recommends approval of Change Order #5 to the agreement with the Arkansas Department of
Transportation (ARDOT) in the amount of $2,247,123.36 related to the Interstate-49 MILK Interchange
Improvements ARDOT Project 040846, and to approve a budget adjustment.
BACKGROUND:
ARDOT has requested utility relocations to prepare for the widening of Martin Luther King, Jr. Blvd. (Highway-
62) from S. Leflar Way to S. Sang Ave. including reconstruction of the interstate overpass and creation of a
new overpass at 15th Street. The relocation agreement has had several change orders to -date as the project
has completed phasing milestones:
9/5/2023 Original Utility Relocation Agreement (Res. 190-23)
1/2/2024 Change Order #1 &2 for 15th Street Bid Award (Res. 9-24)
5/7/2024 Change Order #3 for MILK Final Design (Res. 129-24)
12/4/2024 Change Order #4 for MILK Estimated Budget (Res. 294-24)
DISCUSSION:
The project has been successfully bid and construction cost estimates can now be updated and recalculated
based on contract values. Change Order #5 with ARDOT is based on the results of Bids 25-22 and 25-29 for
material procurement and construction, respectively.
The projected price increase stands at $2,247,123.36 and will be confirmed upon the completion and
reconciliation of all project expenses.
BUDGET/STAFF IMPACT:
A budget adjustment is attached to fully fund the Interstate-49 MILK Interchange Improvements ARDOT Project
040846 and to recognize revenue for the reimbursement that ARDOT will provide for this project at a later time.
ATTACHMENTS: SRF (#3) , BA (#4), Change Order 5 - Signed (#5)
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 #: 2025-432
ARKANSAS DEPARTMENT OF TRANSPORTATION (CHANGE ORDER NO. 5):
A RESOLUTION TO APPROVE CHANGE ORDER NO. 5 TO THE AGREEMENT WITH THE
ARKANSAS DEPARTMENT OF TRANSPORTATION IN THE AMOUNT OF $2,247,123.36 FOR
INTERSTATE 49 - MLK INTERCHANGE IMPROVEMENTS AND UTILITY RELOCATIONS,
AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, ARDOT has requested utility relocations to prepare for the widening of Martin Luther
King, Jr. Blvd. from South Leflar Way to South Sang Avenue including reconstruction of the interstate
overpass and creation of a new overpass at 15th Street; and
WHEREAS, a number of contracts and change orders related to the design and construction of the
utility relocations have been approved by the City Council, including Change Order No. 4 which was
based on construction cost estimates; and
WHEREAS, Change Order No. 5 contains updated project costs based on the results of Bids 25-22 and
25-29 with a total price increase of $2,247,123.36.
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 Rawn to
sign Change Order No. 5 to the agreement with the Arkansas Department of Transportation in the
amount of $2,247,123.36 for Interstate 49 - MLK Interchange Improvements and associated utility
relocations. A copy of Change Order No. 5 is attached to this Resolution and made a part hereof.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2025-432
Item ID
4/15/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/26/2025 WATER SEWER (720)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order #5 to the agreement with the Arkansas Department of Transportation
(ARDOT) related to the Interstate-49 MLK Interchange Improvements ARDOT Project 040846, and approval of a
budget adjustment.
Budget Impact:
5400.720.5600-5808.00
/ 5400.720.5700-5815.00
Water and Sewer
Account Number Fund
11011.2301 Water & Sewer Relocations, 1-49 & Hwy 62 (MLK)
Interchange
Project Number
Budgeted Item? Yes
Does item have a direct cost? No
Is a Budget Adjustment attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 7,592,848.00
$ 2,137,663.66
L 5,455,184.34
$ 14,764,797.00
e. 20,219,981.34
Previous Ordinance or Resolution #
Approval Date:
V20221130
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
UTILITIES DIRECTOR (700)
/Org2
2025
Requestor: Kevin Springer
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of Change Order #5 to the agreement with the Arkansas Department of Transportation (ARDOT)
related to the Interstate-49 MLK Interchange Improvements ARDOT Project 040846, and approval of a budget adjustment.
COUNCIL DATE:
ITEM ID#:
4/15/2025
2025-432
Kevin Springer
312712025 3:03 Pln
Budget Division
TYPE:
JOURNAL#:
Date
D - (City Council)
GLDATE:
RESOLUTION/ORDINANCE
I
CHKD/POSTED:
TOTAL
18,564,792
18,564,792
v.2025311
Increase / (Decrease)
Project.Sub#
Account Number
Expense
Revenue
Project
Sub.Detl
AT
Account Name
5400.720.5600-5808.00
11,964,414
-
11011
2301
EX
Improvements - Water Line
5400.720.5600-5911.99
390,000
-
11011
2301
EX
Contingency - Capital Project
5400.720.5700-5815.00
2,300,383
-
11011
2301
EX
Improvements - Sewer
5400.720.5700-5911.99
110,000
-
11011
2301
EX
Contingency - Capital Project
5400.720.5600-4309.00
-
7,496,302
11011
2301
RE
Federal Grants - Capital
5400.720.5700-4309.00
-
2,114,342
11011
2301
RE
Federal Grants - Capital
5400.720.5600-6602.30
-
4,194,933
11011
2301
RE
Transfer from Fund - Impact Fee
5400.720.5700-6602.30
-
1,127,380
11011
2301
RE
Transfer from Fund - Impact Fee
5400.720.5600-6602.30
-
(700,000)
12009
1
RE
Transfer from Fund - Impact Fee
5400.720.4000-4999.99
-
531,840
RE
Use Fund Balance - Current
2300.720.9300-7602.40
4,194,933
-
07002
1101.2301
EX
Transfers To Funds - Water & Sewer Fund
2300.720.9300-5808.00
(464,000)
-
07002
1
EX
Improvements - Water Line
2300.720.9300-4999.99
-
3,730,933
RE
Use Fund Balance - Current
2300.730.9300-7602.40
1,127,380
-
07004
1101.2301
EX
Transfers To Funds - Water & Sewer Fund
2300.730.9300-7602.40
(1,058,318)
-
07004
2
EX
Transfers To Funds - Water & Sewer Fund
2300.730.9300-4999.99
-
69,062
RE
Use Fund Balance - Current
I of 1
ARKANSAS DEPARTMENT OF TRANSPORTATION
UTILITY CHANGE ORDER
UTILITY
JOB NO
ROUTE
City of Fayetteville CHANGE ORDER NO. Five
040846 FAP NO. NHPP-9142(51) JOB NAME Hwy. 62 Intchng. Impvts.
1-49 SECTION 28 (Fayetteville)(F)
COUNTY Washington
DESCRIPTION OF CHANGE:
See Exhibit A
REASON FOR CHANGE:
See Exhibit A
Item Description
Present
Amount =Revised
Amount
Increase / (Decrease)
Phase
Phasell
Phase
Phasell
Phase
Phasell
Construction
$3,963,291.00
$13,872,001.00
$3,963,291.00
$16,238,952.50
$0.00
$2,366,951.50
Preliminary Engineering
$544,550.00
$646,930.00
$544,550.00
$451,930.00
$0.00
($195,000.00)
Construction Engineering
$294,800.00
$487,140.00
$294,800.00
$590,840.00
$0.00
$103,700.00
Easement Acquisition
$99,021.00
$3,075,682.28
$99,021.00
$3,075,682.28
$0.00
$0.00
Legal Fees
$0.00
$155,000.00
$0.00
$155,000.00
$0.00
$0.00
Appraisals
$0.00
$35,000.00
$0.00
$35,000.00
$0.00
$0.00
Advertising
$1,000.00
$1,000.00
$1,000.00
$1,000.00
$0.00
$0.00
ADH Review Fee
$500.00
$500.00
$500.00
$500.00
$0.00
$0.00
Betterment
$0.00
($377,875.00)
$0.00
($560,512.78)
$0.00
($182,637.78)
Materials
$0.00
$249,000.00
$0.00
$403,109.64
$0.00
$154,109.64
SUBTOTAL
$4,903,162.00
$18,144,378.28
$4,903,162.00
$20,391,501.64
$0.00
$2,247,123.36
TOTALS
$23,047,540.28
$25,294,663.64
$2,247,123.36
COMPUTATION OF REIMBURSABLE AMOUNT:
Reimbursable Percentage (Phase 1): 100.00%
Reimbursable Percentage (Phase 11): 72.54%
Present Amount: Phase 1
$4,903,162.00
Reimb.
100.00%
$4,903,162.00
Phase II
$18,144,378.28
Reimb.
72.54%
$13,161,932.00
Total
$18,065,094.00
Revised Amount: Phase 1
$4,903,162.00
Reimb.
100.00%
$4,903,162.00
Phase II
$20,391,501.64
Reimb.
72.54%
$14,791,995.29
Total
$19,695,157.29
Overrun
$1,630,063.29
Requested
Coordinator
Recommended
For Section Head -Utilities Section
�
Approved 1 13, T • V_Se
Right of Way Division "Heea�d—
Authorized j� �Zleq ,(..
Asst. Chief Engin r-Design
Date 3-21-2025
Date 3-21-2025
Date 3/24/2025
Date 03-26-2025
M
ARKANSAS STATE HIGHWAY COMMISSION
UTILITY CHANGE ORDER
EXHIBIT A
DESCRIPTION OF CHANGE:
Job 040846
City of Fayetteville
Change Order #5
1.) Increase Phase II Construction Cost from the amount entered on Change Order 4 of $13,872,001.00 to the low
bid amount of $16,238,952.50, which results in an increase of $2,366,951.50.
2.) Decrease Phase II Preliminary Engineering Cost from the amount entered on Change Order 4 of $646,930.00 to
the revised estimated amount of $451,930.00, which results in a decrease of $195,000.00.
3.) Increase Phase II Construction Engineering Cost from the amount entered on Change Order 4 of $487,140.00
to the revised estimated amount of $590,840.00, which results in an increase of $103,700.00.
4.) Increase Phase II Betterment Credit from the amount entered on Change Order 4 of $377,875.00 to the low bid
amount of $560,512.78, which results in a decrease of $182,637.78.
5.) Increase Phase II Materials Cost from the amount entered on Change Order 4 of $249,000.00 to the low bid
amount of $403,109.64, which results in an increase of $154,109.64.
REASON FOR CHANGE:
1.) Increase Phase II Construction Cost based on low bid received. Owner has elected to include a portion of this
relocation into their ongoing contract for Phase I in order to help expedite construction. Please see enclosed
documentation.
2 - 3.) Adjust Phase II Preliminary Engineering Cost and Phase II Construction Engineering cost based on Owner's
Amendment 4 with their consultant. Preliminary Engineering is being reduced based on expenses incurred.
Construction Engineering was originally based on one contract for Phase Il, but has now been split into two separate
construction contracts and a materials contract.
4.) Increase Phase II Betterment Credit based on low bid received.
5.) Increase Phase II Materials Cost based on low bid received.
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 25-29, Construction - Utility Relocations for 1-49/MLK Interchange
DEADLINE: Tuesday, February 25, 2025 at 2:00 PM
Nabholz Construction Corporation
TOTA
$13,967,679.50
Line #1 Description
CITY
UOM
Unit
1
Section A: Lump Sum Items
$2,476,764.00
1.1
Bonds and Insurance
1
LS
$219,000.00
1.2
Mobilization (Shall not exceed 5% of total bid price)
1
LS
$644,000.00
1.3
Maintenance of Traffic - ARVEST/Finger Road
1
LS
$18,600.00
1.4
Maintenance of Traffic - City Streets & Private Access
1
LS
$234,810.00
1.5
Trench Safety/Protective Systems
1
LS
$356,340.00
1.6
Construction Erosion Control and Sediment Control
1
LS
$127,650.00
1.7
Cleaning, Disinfecting, and Sampling
1
LS
$76,500.00
1.8
Site Preparation, Clearing & Grubbing, Landscaping
1
LS
$595,400.00
1.9
Construction Dewatering
1
LS
$35,050.00
1.10
Bypass Pumping (Gravity Sanitary Sewer)
1
LS
$151,800.00
1.11
Bypass Pumping (Pump Station)
1
LS
$17,614.00
2
Section B: Boring Items
$3,370,445.00
2.1
Pipe Casing - 12" Steel (Bored)
140
LF
$1,107.00
2.2
Pipe Casing - 15" SDR 35 PVC (Open Cut)
150
LF
$222.00
2.3
Pipe Casing - 12"/16" HDPE DR 17 (Bored)
415
LF
$668.00
2.4
Pipe Casing - 16" HDPE DR17 (Open Cut)
50
LF
$205.00
2.5
Pipe Casing - 16" Steel (Bored)
56S
LF
$1,048.00
2.6
Pipe Casing- 16" Steel (Open Cut)
40
LF
$236.50
2.7
Pipe Casing- 18" Steel (Bored)
30
LF
$1,800.00
2.8
Pipe Casing - 30" Steel (Bored)
175
LF
$2,640.00
2.9
Pipe Casing - 30" SDR 35 PVC (Open Cut)
55
LF
$503.00
2.10
Pipe Casing - 36" Steel (Bored)
230
LF
$2,115.00
2.11
Pipe Casing - 42" Steel (Bored)
200
LF
$3,120.00
2.12
Pipe Casing - 54" Steel (Bored)
180
LF
$3,550.00
3
Section C: Sanitary Sewer Items
$850,362.50
3.1
Pre -CCTV Sanitary Sewer Mains (6"-15")
1170
LF
$10.00
3.2
Sewer Pipe (8" PVC, SDR 26)
505
LF
$19.50
3.3
Sewer Pipe (8" Certa-Flo DR 21 R11B PVC)
120
LF
$32.50
3.4
Sewer Pipe (10" PVC, SDR 26)
345
LF
$27.50
3.5
Sewer Pipe (15" PVC, SDR 26)
S95
LF
$53.50
3.6
Sewer Pipe (24" PVC, SDR 26)
260
LF
$96.00
3.7
Sanitary Sewer Trenching and Backfilling, 6-8' Deep
565
LF
$88.00
3.8
Sanitary Sewer Trenching and Backfilling, 8-12' Deep
615
LF
$105.00
3.9
Sanitary Sewer Trenching and Backfilling, 12-16' Deep
160
LF
$250.00
3.10
Post CCTV Sanitray Sewer Mains (8"-24")
1820
LF
$7.60
3.11
Sewer Line Marker Post
5
EA
$118.00
3.12
Standard Depth Manhole (4' Diameter, 0-6' Deep)
19
EA
$7,000.00
3.13
Additional Manhole Depth (4' Diameter)
73
VF
$760.00
3.14
Standard Depth Manhole (5' Diameter, 0-6' Deep)
4
EA
$8,200.00
3.15
Additional Manhole Depth (5' Diameter)
30
VF
$950.00
3.16
10 " Inside Drop
6
VF
$375.00
3.17
Abandon Existing Manhole
9
EA
$2,020.00
3.18
Epoxy Coating Manhole 4' & 5"Diameter (15"-24" Sanitary Sewer Mains)j
124
VF
$570.00
3.19
Cut & Plug Existing 4" Force Main
1
EA
$4,490.00
3.20
Cut & Plug Existing 8" Sewer Main
1
EA
$1,700.00
3.21
Cut & Plug Existing 10" Sewer Main
i
EA
$1,730.00
3.22
Cut & Plug Existing 15"-24" Sewer Main
5
EA
$4,485.00
3.23
Grout Fill & Abandon Existing 8"-10" Sewer Main
365
LF
$28.00
3.24
Grout Fill & Abandon Existing 15" Sewer Main
545
LF
$30.00
3.25
Grout Fill & Abandon Existing 24" Sewer Main
240
LF
$57.00
3.26
Remove & Dispose Sanitary Sewer
55
LF
$60.00
3.27
Tie to Existing Sewer Main with Maxadapter
1
EA
$900.00
3.28
Reinstate Existing Sewer Service Line
is
EA
$2,380.00
3.29
4" PVC SDR 26 Sewer Service Line
180
LF
$67.00
3.30
4" C900 PVC DR14 Force Main Pipe, Installed
632
LF
$89.00
3.31
Tie to Existing Pump Station (Core Drill)
1
EA
$2,225.00
3.32
Cementitious & Epoxy Coating of Pump Station
25
VF
$1,600.00
3.33
4" Force Main Pigging Station
1
EA
$28,000.00
4
Section D: Trenching &Repair Items
$1,441,535.00
4.1
Rock Excavation
500
CY
$10.00
4.2
Class 7 Granular Backfill
7400
CY
$75.00
4.3
Gravel Driveway Repair (6" Thickness)
100
SY
$10.50
4.4
Asphalt Pavement Repair (Type 3, 3" Thickness)
2200
SY
$195.00
4.5
Remove and Replace Curb and Gutter
1800
LF
$56.00
4.6
Remove and Replace Concrete Street/Driveway (9" Thickness)
2100
SY
$154.00
4.7
Remove and Replace Concrete Sidewalk (4") & Trail (6")
225
SY
$119.00
4.8
ADA Accessible Ramp (Permanent & Temporary)
3
EA
$170.00
5
Section E: Water Items
$5,622,047.00
5.1
Water Pipe IT' PVC, AWWA C900, Class 305, DR 14)
25
LF
$58.00
5.2
Water Pipe (6" PVC, AWWA C900, Class 305, DR 14)
20
LF
$81.00
5.3
Water Pipe (8" PVC, AWWA C900, Class 305, DR 14, Certa-Lok R11B)
3500
LF
$108.00
5.4
Water Pipe (18" DIP, AWWA C151, Class 250)
4400
LF
$256.00
5.5
Water Pipe (24" DIP, AWWA C151, Class 250)
355
LF
$415.00
5.6
Water Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated
20
LF
$675.00
5.7
Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated
920
LF
$885.00
5.8
Ductile Iron Fittings
48000
LBS
$24.50
5.9
8" Gate Valve with Valve Box
8
EA
$3,670.00
5.10
12" Butterfly Valve with Valve Box
2
EA
$13,750.00
5.11
18" Butterfly Valve with Valve Box (Install Only)
2
EA
$4,290.00
5.12
24" Butterfly Valve with Valve Box (Install Only)
1
EA
$6,190.00
5.13
30" Butterfly Valve with Valve Box (Install Only)
1
EA
$11,670.00
5.14
36" Butterfly Valve with Valve Box (Install Only)
2
EA
$14,230.00
5.15
2"x2" Tapping Sleeve and Valve with Valve Box
1
EA
$2,640.00
5.16
6"x6" Tapping Sleeve and Valve with Valve Box
2
EA
$6,405.00
5.17
8"x8" Tapping Sleeve and Valve with Valve Box
5
EA
$8,930.00
5.18
10"x8" Tapping Sleeve and Valve with Valve Box
1
EA
$9,210.00
5.19
12"x12" Tapping Sleeve and Valve with Valve Box
3
EA
$14,970.00
5.20
24"x8" Tapping Sleeve and Valve with Valve Box
1
EA
$13,980.00
5.21
36"X8" Tapping Sleeve and Valve for Dewatering & Dechlorination
1
EA
$19,300.00
5.22
30"X30" Tapping Sleeve and Valve with Valve Box (Install Only)
1
EA
$25,200.00
5.23
36"X36" Tapping Sleeve and Valve with Valve Box (Install Only)
1
EA
$28,500.00
5.24
Install 30" Line Stop with Anchor Collar (See detail M103)
1
EA
$110,000.00
5.25
Install 36" Line Stop with Anchor Collar (See detail M104)
1
EA
$124,000.00
5.26
Fire Hydrant Assembly
15
EA
$15,600.00
5.27
Salvage & Return Existing Fire Hydrant to Owner
7
EA
$2,090.00
5.29
Cut & Cap Existing 2" Water Line
3
EA
$2,840.00
5.30
Cut & Cap Existing 6"-8" Water Line
9
EA
$4,440.00
5.31
Cut & Cap Existing 10"-12" Water Line
4
EA
$5,450.00
5.32
Cut & Cap Existing 24"-30" Water Line
3
EA
$20,000.00
5.33
Cut & Cap Existing 36" Water Transmission Line
1
EA
$25,OD0.00
5.34
Abandon & Grout Fill 1"-4" Water Lines
1750
LF
$6.70
5.35
Abandon & Grout Fill 6"-B" Water Lines
1240
LF
$10.30
5.36
Abandon & Grout Fill 10"-12" Water Lines
1525
LF
$13.10
5.37
Abandon & Grout Fill 24"-30" Water Lines
520
LF
$56.00
5.38
Abandon & Grout Fill 36" Water Line
405
LF
$80.00
5.39
Remove & Dipose Water line V'4'
215
LF
$42.50
5.40
Remove & Dipose Water Line 10"-24"
2460
LF
$59.50
5.41
Remove & Dipose Water Line 30"-36"
20
LF
$84.00
5.42
Concrete Blocking
575
CY
$602.00
5.43
Concrete Anchor Collar
2
EA
$26,700.00
5.44
Polyethylene Wrap (18"-24" Pipe, Double Wrapped, V-BiO Outside Wrap
4800
LF
$10.00
5.45
Polyethylene Wrap (36" Pipe, Double Wrapped, V-BiO Outside Wrap)
920
LF
$15.00
5.46
Water Line Marker Post
12
EA
$120.00
5.47
4" Combination Air/Vacuum Release Valve with Vault (Install only for V
2
EA
$16,200.00
5.48
Water Service Line (3/4" Copper Tubing, Type K)
110
LF
$73.00
5.49
Water Service Line (1" Copper Tubing, Type K)
1540
LF
$83.00
5.50
Water Service Line (2" Copper Tubing, Type K)
225
LF
$133.00
5.51
5/8 "x 3/4" Single Water Meter Box
9
EA
$2,250.00
5.52
5/8 "x 3/4" Double Water Meter Box
2
EA
$3,485.00
5.53
1" Single Water Meter Box
14
EA
$2,675.00
5.54
2" Single Water Meter Box
3
EA
$7,955.00
6
Section F: Storm Drain Items
$72,648.00
6.1
Install Modular Wall
40
LF
$316.00
6.2
Remove & Replace 18" CMP
30
LF
$158.00
6.3
Remove & Replace 18" RCP Class III
10
LF
$187.00
6.4
Remove & Replace 24" RCP Class III
32
LF
$204.00
6.5
Remove & Replace 40" CMP
10
LF
$470.00
6.6
Remove & Replace Concrete Ditch Paving
205
SY
$120.00
6.7
Remove & Replace Rip Rap (Stabilize Bank)
20
CY
$105.00
6.8
Remove & Replace Concrete Inlets and Junction Boxes
2
EA
$7,735.00
7
Section G: Remove and Replace & Final Surface Restoration Items
$133,878.00
7.1
Remove and Replace Fence (6' or 8' Tall, Wood or Vinyl)
152
LF
$69.00
7.2
Remove and Replace Fence (6' Tall, Chain Link or Pipe)
30
LF
$69.00
7.3
Remove and Replace Sign (Non -Structural)
4
EA
$175.00
7.4
Remove and Replace/ Protect Light Pole
8
EA
$2,750.00
7.5
Seeding, Fertilizing and Mulching
1000
SY
$9.00
7.6
Solid Sodding
9000
SY
$11.00
�i;kL
Z(y ZS
Kenny Fitch, Sr Procurement Ag nt
Amanda Bel fuss, Procure ent Director
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
i, (479) 575-8323
Legislation Text
File #: 2025-229
BROTHERS CONSTRUCTION, INC. (CHANGE ORDER NO. 1):
A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH
BROTHERS CONSTRUCTION INC. IN AN AMOUNT NOT TO EXCEED $2,271,273.00 FOR THE
I-49/1\4LK UTILITY RELOCATIONS, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on January 2, 2024, the City Council approved Resolution 9-24 and authorized a contract
with Brothers Construction Inc. for the MLK/I-49 Interchange/ 15th Street Area Utility Relocations
Project; and
WHEREAS, the project has progressed on -schedule and within budget to -date with project completion
anticipated in March/April 2025; and
WHEREAS, during this project Brothers Construction, Inc. was acquired by Nabholz Construction
Corp. but still operates as a wholly owned subsidiary; and
WHEREAS, Change Order No. 1 provides for the trenchless installation of 560-feet of 36-inch
diameter steel encasement with an 18-inch waterline inserted through the encasement and tied -in to the
existing water system on each side of I-49 south of the interchange.
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 Rawn to
sign Change Order No. 1 to the contract with Brothers Construction Inc., a wholly owned subsidiary of
Nabholz Construction Corp., in an amount not to exceed $2,271,273.00 for the I-49/MLK utility
relocations. A copy of Change Order No. 1 is attached to this Resolution and made a part hereof.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
ENGINEERS,OK'NS)WEL,
I NC.
Engineering Client Success
February 5, 2025
Mr. Corey Granderson, P.E.
Utilities Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
Re: Utility Relocation 1-49/MLK Interchange
COF Project No. 25-29, HW Project No. 2022129, ARDOT 040846
Dear Mr. Granderson:
The Change Order to the referenced project is recommended for approval. The additional
water distribution main is necessary to facilitate the 1-49 improvements ARDOT is currently
constructing. The purpose of the water distribution relocation is to relocate an 8-inch and 18-inch water
main outside of the acquired ARDOT Right of Way and to eliminate a conflict with an existing 12-inch
water main.
The 12-inch water main currently under the overpass parallel to MLK is to be replaced by the
proposed 18-inch water main boring under 1-49. ARDOT extended roadway improvements on South
Shiloh Drive at Tract 45 to the scope of the project after the design of the utility relocation for the 151h
Street Overpass. The additional tract requires the 8-inch water main to be relocated. The 18-inch water
main will replace the existing 12-inch water main in conflict with the construction of the new overpass
at 1-49/MLK. The proposed alignment for the 18-inch water main is the shortest distance crossing
1-49.
The change order would facilitate the relocation of utility conflicts and minimize any delays of
roadway improvements currently being constructed by ARDOT.
The unit costs and lump sum items are acceptable costs based on our previous projects and
engineering estimates.
We trust that this is satisfactory for your review and consideration. If you have any questions,
or require any additional information, please do not hesitate to call.
Sincerely,
HAWKINS-WEIR ENGINEERS, INC.
Oren Noble, P.E.
CON/clk
IU tiu 7t11 til?Cot ! PA). hug (, 18 O \'an IAu?en, AR 72957 9 I'll: (F9) 47,1-1227 • Fax: (1711)) 474-8531
211 NALII 11 Re";uu?ce� DI iV(1 Y l_illle Rock, AR 72205 • I'll: (501) 374-48-I6
510 Fa'l i[Millsar Road a wile Ill; o Fa'�Vll('ViJlr, AR 72703 • Ph: (-179)-155-2200
103 (;ar? kon A�•enue ® tiuitc WI e Fait timith, AR 1 2901 9 Ph: (17 )) 242-1685
u ww.hi?wki??<-z1vi?.0 M
Ute. Relocates For I-49/15th St Interchange (Potential
Change Order)
NA91OIZ
Nabholz Construction Corporation
625 Kerr St
Van Buren, Arkansas 72956
Contact: Joe Fifer
Phone: 501-993-8749
Email: joe.fifer@nabholz.com
Quote To:
Hawkins Weir / City of Fayetteville Project Location:
I-49 / 15th St
Fayetteville, AR
Engineer:
Hawkins -Weir
Attention:
Oren Noble, PE Date of Plans:
January 2025 (MLK Set)
Phone.
479-455-2206 Geotech:
NA
Email:
oren.noble@hawkins-weir.com Datc of Renorl:
NA
See footnotes for inclusions and exclusions.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
1001
Performance and Payment Bonds
1.00
LS
13,052.00
13,052.00
1002
Mobilization
1.00
LS
7,970.00
7,970.00
1003
Maintenance of Traffic
1.00
LS
1,528.00
1.528.00
1004
Trench Safety
1.00
LS
95,000.00
95,000.00
1005
Erosion Control
1.00
LS
5,600.00
5,600.00
1006
Site Preparation
1.00
LS
2,515.00
2,515.00
1007
Clear and Grub
1.00
LS
1,267.00
1,267.00
1009
Construction Dewatering
1.00
LS
10,000.00
10,000.00
1012
Filling and Testing Waterline
1.00
LS
5,100.00
5.100.00
1017
Remove Curb and Gutter
80.00
LF
17.00
1,360.00
1018
Class 7 Trench Backfill - Paved Areas
350.00
CY
75.00
26,250.00
1024
Pipe Casing - 36" Bored
560.00
LF
2,600.00
1,456,000.00
1036
Seed, Fertilizer, Mulch
700.00
SY
1.00
700.00
1037
Solid Sodding
1,000.00
SY
7.00
7,000.00
1038
Asphalt Repair - 3" Thick
125.00
SY
157.00
19,625.00
1041
Install Curb and Gutter
80.00
LF
36.50
2,920.00
1046
Ductile Iron Fittings
3,060.00
LBS
27.00
82,620.00
1047
18" Butterfly Valve with Valve Box
3.00
EA
25,000.00
75,000.00
1048
Fire Hydrant Assembly
1.00
EA
14,000.00
14,000.00
1050
Connect to Existing 24" Water Main
1.00
EA
16,400.00
16.400.00
1053
Concrete Blocking
48.00
CY
650.00
31,200.00
1056
Water Marker Post
4.00
EA
85.00
340.00
2001
18" Ductile Waterline
702.00
LF
385.00
270,270.00
2002
Cut and Cap Existing 8" Waterline
2.00
EA
4,625.00
9,250.00
2003
8" C900 Waterline
461.00
LF
156.00
71,916.00
2004
8" Tapping Sleeve and Valve
2.00
EA
8,000.00
16,000.00
2005
Demo Concrete Pavement
170.00
SY
42.00
7,140.00
2006
Concrete Pavement
170.00
SY
125.00
21.250.00
Page 1 of 2
ITEM I DESCRIPTION I QUANTITY I UNIT I UNIT PRICE 1 AMOUN'r
GRAND TOTAL $2,271,273.00
NOTES:
"1000" Line items based on original unit pricing and numbering sequence
"2000" Line items based on additional items not already in current contract
Page 2 of 2
etsrs
.......... ..
..].,
..........
IF
-3h, ST
WATER MAIN 6 WATER MAIN 2
STA ONPOO TO STA 4+61 STA 0.03 TO STA 7.03
'10VULN'lHZE
.1 NOT - IN U,
SCALE IN FEET
4,
olN
r
z i 1
ul
z
z
It
V]5 . ... .. ......... ...... .. ......
ONE 111H
rB' MIRNtr v
sC.LE MCoi01uLL
r MIRwI•
CCC.IN _---------_-- —
- — Iv ..0 WATER MAINS
onlz— — — . V=
STA 0+00 TO STA 4+81 A
w JJ•
PROFILE
N. N
sLrii;sa wN i � 1 - z .
41 f tiv �� 3 E
..1 i�io lte. n.e \ �uR r.; , r♦ Y x
!°orb ��w•Um.4A+ .�.c°��
n
�.E
irli •wl. Nr M/ wr r.m �.]a ..0r.tl .... .�.� •. )•A ......h10 ).1 fM Mi JrM J.J. Jrr J•M M •re NJi .N•
nr.e.Itl
r.IRi «n a
N.J 1255
s .ro• � ..raw ro �,x `I � � ' � 4I � e 6
z p�
WATER MAIN 9 W
C 1r. a QI STA 0+00 TO STA 4+00 O K E
PROFILE Z W
E �4 z
f
.w W LLe t
Ell
C w,r rrx vrac p
w..... r.)o... ............................ o _
Mm ..... a:]v ar.v ..... v.m ... r.m rrM - - .. htl hr J.r JIr � -lr!♦ J.r Ntl J.tl._
r)5v� / .YWi q•t aarm to etwr $ rmv �'J Q
- WATER MAIN 9 p
_ — — _ — — STA 4+00 TO STA 7+07 t y rl
B \ // .r Ywdn •\ PROFILE
rovsmLrrtr+, {I w cbL•tG :b DWI.c
N
� t , J�a'N mwrrn. n u. Hill
,fit +a xwrlrOwr.
„r W 5[ALC. .s SuoNu
]ji w ON
.ref
r
K.I
HAWKINS4WFIR
E N G I N E E R Sr I N C.
3 a Engineering Client Success
March 20, 2025
Mr. Corey Granderson, P.E.
Utilities Engineer
City of Fayetteville
2435 S Industrial Drive
Fayetteville, Arkansas 72701
Re: Utility Relocations I-491MLK Interchange
Agreement for Engineering Services: Amendment 4
Construction Phase Services for 1-49/MLK
HWEI Project No. 2022129
Dear Mr. Granderson:
We respectfully request an Amendment to our Agreement for Professional Services, dated
February 7, 2023 (Agreement), for the referenced project. Amendment 4 will add engineering
services scope and fee for Task 5 — Construction Phase Services during the relocation of utilities
at the 1-491MLK Interchange.
The table on Page 3 provides a Contract Status Summary for our Agreement as of March
2025, along with the proposed Amendment 4 as described in the attached Scope of Services. As
noted in the table, Task 1 - Preliminary Engineering Phase for MILK and 15t' Street and Task 2 -
Final Design Phase Service for the 151 Street improvements have both been completed. Task 3
- Construction Phase Services on the 15'h Street improvements by Brother's Construction is
currently underway. Work also continues on Task 4 - Final Design Phase Services on MILK as
we assist the City of Fayetteville on final easement negotiations.
Under Amendment 4, we propose an increase of $587,840.00 to our contract fee for
Construction Phase Services during installation of the MILK improvements, plus $3,000.00 for
Reimbursable expenses during the construction phase. We also propose moving $200,000.00
out of Task 4 - Design Phase Services, with $5,000.00 to be added to the Task 4 - Reimbursables
budget, in part to offset an overrun of $2,905.58 from additional appraisal expenses incurred
during the design of the MILK improvements. We propose removing the remaining $195,000.00
from the Task 4 - Design Services amount (Amendment 3) and the contract.
Approval of Amendment 4 will increase our contractual not to exceed (NTE) fee from
$1,486,280.00 to $1,882,120.00 for Tasks 1 through 5. We will continue to invoice for engineering
services based on our Hourly Rate Schedule.
110 So. 7th Street • P.O. Box 648 • Van Buren, AR 72957 • Ph: (479) 474-1227 • Fax: (479) 474-8531
211 Natural Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846
516 East \4illsap Road • Suite 103 • Fayetteville, AR 72703 • Ph: (479) 455-2206
403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 • Ph: (479) 242-4685
uavra. hn urAii� s-uu•ir. cu��i
Mr. Corey Granderson, P.E.
Page 2
March 20, 2025
For your review and consideration, we have prepared the attached Amendment No. 4,
Scope of Services, Scope of Services Fee Proposal, and Standard Hourly Billing Rate, for the
Construction Phase Services on the I-49/MLK Interchange.
We trust that this is satisfactory for your review. If you have any questions, or require
additional information, please do not hesitate to contact me.
Sincerely,
HAWKINS-WEIR ENGINEERS, INC.
a.�
Oren Noble, P.E.
ON/clk
Enclosures: Amendment No. 4, dated March 20, 2025
Exhibit A — Construction Agreement — Scope of Services — Utility Relocations for
I-49/MLK Interchange, dated March 20, 2025
Exhibit B — Scope of Services and Fee Proposal, dated March 20, 2025
Exhibit C — Hourly Rate Schedule: 2025
wump. hawkins-weir.com
Mr. Corey Granderson, P.E.
Page 3
March 20, 2025
Contract Status Summary as of March 2025
Utility Relocations for I-49/MLK Interchange, Project No. 2022129 (HW), 040846 (ARDOT)
Project Phase Contract Total Invoiced Remaining
Amount to Date Funds
Task 1 - Preliminary Engineering Phase:
MLK & 15th St. (1)
Task 2 - Final Design Phase Services:
151h Street (2)
Reimbursable Expenses: Preliminary
Design MLK and 15th Street (1)(2)
Task 3 - Construction Phase Services:
151h Street (3)
Reimbursable Expenses:
Construction Phase 15th Street (3)
Task 4 - Final Design Phase Services:
MLK (4)
Reimbursable Expenses: Final
Design Phase MLK (4)
Task 4 - Final Design Phase Services:
MLK Design Fee Adjustment (5)
Reimbursable Expenses: MLK
Final Design Fee Adjustment (5)
Task 5 - Construction Phase Services:
MLK (5)
Reimbursable Ex n
$223,440.00 $223,440.00 $0.00
$268,610.00 $268,610.00 $0.00
$52,500.00 $52,500.00 $0.00
$293,300.00 $244,612.50 $48,687.50
$1,500.00
$93.96 $1,406.04
$626,930.00
$383,470.00 $243,460.00
$20,000.00
$22,905.58 ($2,905.58)
Revised
($200,000.00)
($200,000.00)
Preliminary
Engineering:
$451,930.00
$5,000.00
$5,000.00
$587,840.00
$587,840.00
pe ses. g3,000.00
Construction Phase MLK (5) $3,000.00
Totals $1,882,120.00 $1,195,632.04 $686,487.96
(') Original Engineering Services Agreement (Task 1) approved 02-07-2023
(2) Contract Amendment No. 1 (Task 2) approved 06-06-2023
(3) Contract Amendment No. 2 (Task 3) approved 01-02-2024
(') Contract Amendment No. 3 (Task 4) approved 05-02-2024
(5) Contract Amendment No. 4 (Task 5 ) proposed 03-19-2025
wi07h. ltr wkins-weircom
AMENDMENT NO.4
TO THE
AGREEMENT For PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
FRO �7
HAWKINS-WEIR ENGINEERS, INC.
In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Utility
Relocation for I-49/MLK Interchange (HW Project No. 2022129), dated February 7, 2023, between the
City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins -Weir Engineers, Inc. (hereinafter
called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by
this Amendment No. 4.
SECTION 1— SCOPE OF SERVICES
1.1 Amendment No. 4 is for Task 5 - Construction Phase Services associated with the Construction of
the Utility Relocation for the I-49/MLK Boulevard Interchange project. Additional services are detailed in
the Engineer's attached Scope of Services dated March 20, 2025.
SECTION 2 — TIME OF SERVICE
2.1 Engineer will proceed with providing the services set forth herein immediately upon execution of
this Authorization by all parties.
SECTION 3 — COMPENSATION
3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the
terms of the Agreement. Total payment for the Construction Phase Scope of Services described herein
shall not exceed $590,840.00 without written approval of the Owner.
3.2 Amendment 4 includes an adjustment to the fee amount approved under Amendment 3 (approved
May 2, 2024) for Engineering Design Services and Reimbursable Expenses associated with the Final
2022129 Amendment 4 - MLK.docx Pagel of 3 March 20, 2025
Design of the MLK utility improvements. An amount of $5,000.00 will be moved from the Design Phase
Services to increase the amount for Reimbursable Expenses during design from $20,000.00 to $25,000.00.
The remaining $195,000.00 will be deleted from the overall contract amount.
3.3 These additional services and fee adjustments will increase the Agreement's not to exceed fee by a
net amount of $395,840.00 to One Million Eight Hundred Eighty Two Thousand One Hundred Twenty
and 00/100 Dollars (1,882,120.00), which is summarized in the following table.
Contract Phase Task and Description Engineering Reimbursables Total Fee
Original Contract
Task 1
— Prelim. Engineering
$223,440.00
$45,000.00
$268,440.00
Amendment 1
Task 2
— Final Design: 15t1i St.
$268,610.00
$7,500.00
$276,110.00
Amendment 2
Task 3
— Construction: 15t1i St.
$293,300.00
$1,500.00
$294,800.00
Amendment 3
Task 4
Final Design: MLK
$626,930.00
$20,000.00
$646,930.00
Amendment 4
Task 5
— Construction: MLK
$587,840.00
$3,000.00
$590,840.00
Fee Adjustment
Task 4
— Final Design: MLK
($200,000.00)
$5,000.00
($195,000.00)
Totals Task 1 — Task 5 $1,800,120.00 $82,000.00 $1,882,120.00
Attachments: Exhibit A — Scope of Services dated, March 20, 2025
Exhibit B — Scope of Services and Fee Proposal, dated March 20, 2025
Exhibit C — Standard Hourly Billing Rate Structure, effective 2025
SIGNATURES ON PAGE 3
2022129 Amendment 4 - MLK.docx Page 2 of 3 March 20, 2025
AUTHORIZATION BY:
CITY OF FAYETTEVILLE, ARKANSAS
In
Honorable Molly Rawn, Mayor
Date:
ACCEPTED BY:
HAWKINS-WEIR ENGINEERS, INC.
By:
Barry K. McCormick, P.E.
Corporate Secretary
2022129 Amendment 4 - MLK.docx Page 3 of 3 March 20, 2025
Exhibit A — Construction Engineering Agreement F
Scope of Services�
Utility Relocations for 1-49/MLK Interchange
Amendment 4 — Task 5 CITY OF
FAYETTEVILLE
Fayetteville, Arkansas ARKANSAS
HW Project No. 2022129
March 20, 2025
Further Description of Basic Engineering Services and Related Matters:
Scope
The scope of work for the 1-49/Martin Luther King (MLK) Interchange project includes the
relocation of publicly owned utilities to precede the roadway improvements to MLK at the
proposed crossing of Interstate 49 (1-49) by the Arkansas Department of Transportation
(ARDOT). The ARDOT project includes the widening of MLK for the construction of a new
overpass of 1-49 and improvements West and East of 1-49. The utility relocation project will
consist of an estimated 9,300 linear feet of water main ranging in size from 2-inch to 36-inch,
5,000 linear feet of sanitary sewer ranging in size from 8-inch to 24-inch, and 2,300 linear feet
of steel encasement ranging in size from 16-inch to 54-inch.
TASK 5 — Construction Engineering Services — Construction Phase
1. Conduct a Pre -Construction Conference with the Owner, Contractor, and ARDOT
2. Provide full-time construction observation during utility relocation based on a 12-month
construction contract
3. Provide Construction Engineering Administration
4. Conduct up to twelve (12) Periodic Progress Meetings
5. Prepare, review, and coordinate the dissemination of construction documentation
including material submittals, requests for information, field change orders, and
change orders as directed by the Owner
6. Review the Contractor's construction quantities and prepare monthly pay requests for
the Owner's consideration and approval
7. Conduct as -built surveys of the completed improvements
8. Coordinate and conduct a final inspection with the Contractor and Owner, and prepare
a punch list of deficient construction items for the Contractor to address
9. Prepare Record Drawings of the completed project and provide one (1) full-size
reproducible hard copy, and one (1) electronic copy for the Owner's archives
10. Assist the Owner in preparing project closeout documentation to ARDOT
Note: Engineer will prepare and distribute minutes of all meetings.
Advertising and Bidding Phase Services are included under Amendment 3 (Task 4) to the
contract.
2022129Wmendment No. 4 Scope of Services Page 1 of 1
Exhibit B
Scope of Services Fee Proposal
Utility Relocations for 1-49/MLK Interchange
Amendment 4 - Task 5
Fayetteville, Arkansas
HW Project No. 2022129
March 20, 2025
Amendment 4 (TASK 5): Construction Engineering Services - Construction Phase
I
_
CITY OF
FAYETTEVILLE
ARKANSAS
Utility Relocations for 1-49/MLK Blvd. Interchange
Task 5
Billing Rate
Enqr
VII
$275
Engr
V
$225
Enqr
II
$125
GPS
Survey
$200
Surveyor
$175
Designer
II
$135
Document
Processor
$75
Construction
Observer II
$95
Total
Hours
Total
Cost
1. Conduct a Pre -Construction Conference with the Owner, Contractor, and ARDOT
4
8
4
4
20
$3,780
2 Provide full-time construction observation during utility relocation I1I
104
2380
2484
$239,100
3. Construction Engineering Administration
96
416
40
48
600
$128,600
4. Conduct up to twelve (12) Periodic Progress Meetings
96
96
48
48
288
$57,600
5. Prepare, review, and coordinate the dissemination of construction documentation including
material submittals, requests for information, field change orders, and change orders as directed
by the Owner
40
96
80
80
296
$48,600
6. Review the Contractor's construction quantities and prepare monthly pay requests for the
Owner's consideration and approval
20
80
104
96
300
$43,700
7. Conduct as -built surveys of the completed improvements
8
64
16
80
168
$28,200
8. Coordinate and conduct a final inspection with the Contractor and Owner, and prepare a punch
list of deficient construction items for the Contractor to address
16
16
4
24
60
$8,180
9. Prepare Record Drawings of the completed project and provide one (1) full-size reproducible
hard copy, and one (1) electronic copy for the Owner's archives
8
8
16
40
8
24
104
$14,280
10. Assist the Owner in preparing project closout documentation to ARDOT
16
24
24
140
1104
$15,800
Total Hours
Total Cost -Task 5 Construction Engineering Services -Construction Phase
280
752
436
1 64
16
120
1 324
1 2432
3988
$77,00
J$169,2001
$54,5001$12,8001
$2,800
J$16,2001
$24,300
1 $231,040
1
1 $587,840
I1I Based on a 395-calendar day Contract Time (365-calendar days until Substantial Completion, and 30-calendar days until Final Completion thereafter). Full-time construction observation is based on 8-hours per day
(Monday through Friday) unitl the originally scheduled Substantial Completion date, and periodic inspection (24 hours a week) until the originally schedule Final Completion date thereafter.
11. Reimbursable Expenses
Item Description Total
a. Outside Services Reproduction and Printing (estimated) $3,000
Total Estimated Reimbursable Expenses
ENGINEERING SERVICES SUMMARY Utility Relocations for 1-49/MLK Blvd. Interchan e
Amendment 4 (TASK 5): Construction Engineering Services - Construction Phase $587,8 00
Reimbursable Expenses $3.000
Total Engineering Fee - Not to Exceed
2022129/Scope and Fees Page 1 of 1
Exhibit C
im
Hawkins -Weir Engineers, Inc.
Hourly Rate Schedule: 2025
Description
Billing Rate/Hour
Engineer VII
$275
Engineer VI
$250
Engineer V
$225
Engineer IV
$200
Engineer III
$175
Engineer II
$150
Engineer I
$125
Environmental Specialist II
$130
Environmental Specialist 1
$110
Designer II
$135
Designer 1
$100
Civil Eng Assistant 11
$90
Civil Eng. Assistant 1
$80
CAD/BIM Modeler 11
$135
CAD/BIM Modeler 1
$100
CAD/GIS Technician 111
$120
CAD/GIS Technician 11
$95
CAD/GIS Technician 1
$75
Construction Manager 11
$140
Construction Manager 1
$125
Construction Observer IV
$135
Construction Observer 111
$115
Construction Observer 11
$95
Construction Observer 1
$85
Surveyor $175
GPS Survey $200
Survey Technician $50
Business Manager $100
Graphic Designer $100
Document Processor $75
Reimbursable Expenses
Mileage
$0.77/mile
Printing
@ Cost
Travel
@ Cost
Expert Witness
Rate x 2.0
Other Direct Costs
@ Cost
Notes:
1. Hourly rates may be equitably adjusted
2. Adjustment to rate schedule will not change contract lump sum or NTE amounts
3. If a conflict exists, hourly rates & reimbursable expenses will be invoiced per terms of Agreement.
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION, CHANGE ORDER #1, & PRE -ORDER MATERIALS
Bid 25-29, Construction - Utility Relocations for 1-49/MLK Interchange
REIMBURSEMENT PRECENTAGE AND BETTERMENT
Nabholz Construction
Corporation
TOTAL
$13,967,679.50
CO
PRE -ORDER
TOTAL OF ALL
REIMBURSEMENT PERCENTAGE
BETTERMENT
Line#
Description
CITY
UOM
Unit
1
MATERIALS
MATERIALS/ITEMS
REIMBURSABLE
NON -REIMBURSABLE
PROPOSED
EXISTING
DIFFERENCE
1
Section A: Lump Sum Items
$2,476,764.00
2
Section B: Boring Items
$3,370,445.00
2.1
Pipe Casing- 12" Steel (Bored)
140
LF
1 $1,107.00
$154,980.001
$154,980.00
$154,980.00
2.2
Pipe Casing - 15" SDR 35 PVC (Open Cut)
150
LF
$222.00
$33,300.00
$33,300.00
$33,300.00
2.3
Pipe Casing - 12"/16" HDPE DR 17 (Bored)
415
LF
$668.00
$277,220.00
$277,220.00
$277,220.00
2.4
jPipe Casing - 16" HDPE DR17 (Open Cut)
50
LF
$205.00
$10,250.00
$10,250.00
$10,250.00
2.5
Pipe Casing -16"Steel (Bored)
565
LF
$1,048.00
$592,120.00
$592,120.00
$592,120.00
2.6
Pipe Casing- 16" Steel (Open Cut)
40
LF
$236.50
$9,460.00
$9,460.00
$9,460.00
2.7
Pipe Casin - 18" Steel (Bored)
30
LF
$1,800.00
$54,000.00
$54,000.00
$54,000.00
2.8
Pipe Casing -30"Steel (Bored)
175
LF
$2,640.00
$462,000.00
$462,000.00
$34,320.00
$427,680.00
2.9
Pipe Casing - 30" SDR 35 PVC (Open Cut)
55
LF
$503.00
$27,665.00
$27,665.00
$27,665.00
2.10
Pipe Casing -36"Steel (Bored)
230
LF
$2,125.00
$486,450.00
$1,456,000.00
$1,942,450.00
$486,450.00
$1,456,000.00
$1,942,450.00
$1,670,850.00
$271,600.00
2.11
Pipe Casing - 42" Steel (Bored)
200
LF
$3,120.00
$624,000.00
$624,000.00
$74,880.00
$549,120.00
2.12
Pipe Casing -54"Steel (Bored)
180
LF
$3,550.00
$639,000.00
$639,000.00
$170,400.00
$468,600.00
3
Section C: Sanitary Sewer Items
$850,362.50
3.1
Pre -CCTV Sanitary Sewer Mains (6"45")
1170
LF
$10.00
$11,700.00
$11,700.00
$11,700.00
3.2
Sewer Pipe (8" PVC, SDR 26)
505
LF
$19.50
$9,847.50
$9,847.50
$9,847.50
3.3
Sewer Pipe (8" Certa-Flo DR 21 R11B PVC)
120
LF
$32.50
$3,900.00
$3,900.00
$3,900.00
3.4
Sewer Pipe (10" PVC, SDR 26)
345
LF
$27.50
$9,487.50
$9,487.50
$9,487.50
3.5
Sewer Pipe (15" PVC, SDR 26)
595
LF
$53.50
$31,832.50
$31,832.50
$23,165.50
$8,667.00
3.6
Sewer Pipe (24" PVC, SDR 26)
260
LF
$96.00
$24,960.00
$24,960.00
$8,064.00
$16,896.00
3.7
Sanitary Sewer Trenching and Backfilling, 6-8' Deep
565
LF
$88.00
$49,720.00
$49,720.00
$49,720.00
3.8
Sanitary Sewer Trenching and Backfilling, 8-12' Deep
615
LF
$105.00
$64,575.00
$64,575.00
$64,575.00
3.9
Sanitary Sewer Trenching and Backfilling, 12-16' Deep
160
LF
$250.00
$40,000.00
$40,000.00
$40,000.00
3.10
Post CCTV Sanitray Sewer Mains (8"-24")
1820
LF
$7.60
$13,832.001
$13,832.00
$13,832.00
3.11
Sewer Line Marker Post
5
EA
$118.00
$590.00
$590.00
$590.00
3.12
Standard Depth Manhole (4' Diameter, 0-6' Deep)
19
EA
$7,000.00
$133,000.06
$133,000.00
$133,000.00
3.13
Additional Manhole Depth (4' Diameter)
73
VF
$760.00
$55,480.00
$55,480.00
$55,480.00
3.14
Standard Depth Manhole (5' Diameter, 0-6' Dee)
4
EA
$8,200.00
$32,800.00
$32,800.00
$32,800.00
3.15
Additional Manhole Depth (5' Diameter)
30
VF
$950.00
$28,500.00
$28,500.00
$28,500.00
3.16
10 " Inside Drop
6
VF
$375.00
$2,250.00
$2,250.00
$2,250.00
3.17
Abandon Existing Manhole
9
EA
$2,020.00
$18,180.00
$18,180.00
$18,180.00
3.18
Epoxy Coating Manhole 4' & 5"Diameter (15"-24" Sanitary Sewer Main
124
VF
$570.001
$70,680.00
$70,680.00
$70,680.00
3.19
Cut & Plug Existing 4" Force Main
1
EA
$4,490.00
$4,490.00
$4,490.00
$4,490.00
3.20
Cut & Plug Existing 8" Sewer Main
1
EA
$1,700.00
$1,700.00
$1,700.00
$1,700.00
3.21
Cut & Plug Existing 10" Sewer Main
1
EA
$1,730.00
$1,730.00
$1,730.00
$1,730.00
3.22
Cut & Plug Existing 15"-24" Sewer Main
5
EA
$4,485.00
$22,425.00
$22,425.00
$22,425.00
3.23
Grout Fill & Abandon Existing 8"-10" Sewer Main
365
LF
$28.00
$10,220.00
$10,220.00
$10,220.00
3.24
Grout Fill & Abandon Existing 15" Sewer Main
545
LF
$30.00
$16,350.00
$16,350.00
$16,350.00
3.25
Grout Fill & Abandon Existing 24" Sewer Main
240
LF
$57.00
$13,680.00
$13,680.00
$13,680.00
3.26
Remove & Dispose Sanitary Sewer
55
LF
$60.00
$3,300.00
$3,300.00
$3,300.00
3.27
Tie to Existing Sewer Main with Maxadapter
1
EA
$900.00
$900.00
$900.00
$900.00
3.28
Reinstate Existing Sewer Service Line
15
EA
$2,380.00
$35,700.00
$35,700.00
$35,700.00
3.29
4" PVC SDR 26 Sewer Service Line
180
LF
$67.00
$12,060.00
$12,060.00
$12,060.00
3.30
4" C900 PVC DR14 Force Main Pipe, Installed
632
LF
$89.00
$56,248.00
$56,248.00
$56,248.00
3.31
Tie to Existing Pump Station (Core Drill)
1
EA
$2,225.00
$2,225.00
$2,225.00
$2,225.00
3.32
lCementitious & Epoxy Coating of Pump Station
25
VF
$1,600.00
$40,000.00
$40,000.00
$40,000.00
3.33
4" Force Main Pigging Station
1
EA
$28,000.001
$28,000.00
$28,000.00
$28,000.00
4
Section D: Trenching & Repair Items
$1,441,535.00
5
Section E: Water Items
$5,622,047.00
5.1
Water Pipe (2" PVC, AWWA C900, Class 305, DR 14)
25
LF
$58.00
$1,450.00
$1,450.00
$1,450.00
5.2
Water Pipe (6" PVC, AWWA C900, Class 305, DR 14)
20
LF
$81.00
$1,620.00
$1,620.00
$1,620.00
5.3
Water Pipe (8" PVC, AWWA C900, Class 305, DR 14, Certa-Lok R11B)
3500
LF
$108.00
$378,000.00
$71,916.00
$449,916.00
$260,916.00
$189,000.00
5.4
Water Pipe (18" DIP, AWWA C151, Class 250)
4400
LF
$256.00
$1,126,400.00
$270,270.00
$1,396,670.00
$1,216,958.00
$179,712.00
$1,126,400.00
$990,000.00
$136,400.00
5.5
Water Pipe (24" DIP, AWWA C151, Class 250)
355
LF
$415.00
$147,325.00
$147,325.00
$147,325.00
5.6
lWater Pipe (30" DIP, AWWA C151, Class 250) Zinc Coated
20
LF
$675.001
$13,500.00
$13,500.00
$13,500.00
5.7
Water Pipe (36" DIP, AWWA C151, Class 250) Zinc Coated
920
LF
$885.001
$814,200.00
$814,200.00
$697,380.00
$116,820.00
5.8
Ductile Iron Fittings
48000
LEIS
$24.50
$1,176,000.00
$82,620.00
$1,258,620.00
$1,258,620.00
$400,109.50
$261,415.00
$138,694.50
5.9
8" Gate Valve with Valve Box
8
EA
$3,670.00
$29,360.00
$29,360.00
$29,360.00
5.10
12" Butterfly Valve with Valve Box
2
EA
$13,750.00
$27,500.00
$27,500.00
$27,500.00
5.11
18" Butterfly Valve with Valve Box (Install Only)
2
EA
$4,290.00
$8,580.00
$75,000.00
$51,658.28
$135,238.28
$135,238.28
5.12
24" Butterfly Valve with Valve Box (Install Only)
1
EA
$6,190.00
$6,190.00
$17,869.34
$24,059.34
$24,059.34
5.13
30" Butterfly Valve with Valve Box (Install Only)
1
EA
$11,670.00
$11,670.00
$29,386.43
$41,056.43
$41,056.43
5.14
36" Butterfly Valve with Valve Box (Install Only)
2
EA
$14,230.00
$28,460.00
$83,623.12
$112,083.12
$112,083.12
5.15
2"x2" Tapping Sleeve and Valve with Valve Box
1
EA
$2,640.001
$2,640.00
$2,640.00
$2,640.00
5.16
6"x6" Tapping Sleeve and Valve with Valve Box
2
EA
$6,405.00
$12,810.00
$12,810.00
$12,810.00
5.17
8"x8" Tapping Sleeve and Valve with Valve Box
5
EA
$8,930.00
$44,650.00
$16,000.00
$60,650.00
$60,650.00
5.18
10"x8" Tapping Sleeve and Valve with Valve Box
1
EA
$9,210.00
$9,210.00
$9,210.00
$9,210.00
5.19
12"x12" Tapping Sleeve and Valve with Valve Box
3
EA
$14,970.00
$44,910.00
$44,910.00
$44,910.00
5.20
24"x8" Tapping Sleeve and Valve with Valve Box
1
EA
$13,980.00
$13,980.00
$13,980.00
$13,980.00
5.21
36"X8" Tapping Sleeve and Valve for Dewatering & Dechlorination
1
EA
$19,300.00
$19,300.00
$19,300.00
$19,300.00
5.22
30"X30" Tapping Sleeve and Valve with Valve Box (Install Only)
1
EA
$25,200.00
$25,200.00
$73,992.83
$99,192.83
$99,192.83
5.23
36"X36" Tapping Sleeve and Valve with Valve Box (Install Only)
1
EA
$28,500.00
$28,500.00
$102,829.40
$131,329.40
$131,329.40
5.24
Install 30" Line Stop with Anchor Collar (See detail M103)
1
EA
$110,000.00
$110,000.00
$110,000.00
$110,000.00
5.25
Install 36" Line Stop with Anchor Collar (See detail M104)
1
EA
$124,000.00
$124,000.00
$124,000.00
$124,000.00
5.26
Fire Hydrant Assembly
15
EA
$15,600.00
$234,000.00
$14,000.00
$248,000.00
$248,000.00
5.27
Salvage & Return Existing Fire Hydrant to Owner
7
EA
$2,090.00
$14,630.00
$14,630.00
$14,630.00
5.29
Cut & Cap Existing 2" Water Line
3
EA
$2,840.00
$8,520.00
$8,520.00
$8,520.00
5.30
Cut & Cap Existing 6"-8" Water Line
9
EA
$4,440.00
$39,960.00
$9,250.00
$49,210.00
$49,210.00
5.31
Cut & Cap Existing 10"-12" Water Line
4
EA
$5,450.00
$21,800.00
$21,800.00
$21,800.00
5.32
Cut & Cap Existing 24"-30" Water Line
3
EA
$20,000.00
$60,000.00
$60,000.00
$60,000.00
5.33
Cut &Cap Existing 36" Water Transmission Line
1
EA
$25,000.00
$25,000.00
$25,000.00
$25,000.00
5.34
Abandon & Grout Fill 1"-4" Water Lines
1750
LF
$6.70
$11,725.00
$11,725.00
$11,725.00
5.35
Abandon & Grout Fill 6"-8" Water Lines
1240
LF
$10.30
$12,772.00
$12,772.00
$12,772.00
5.36
Abandon & Grout Fill 10"-12" Water Lines
1525
LF
$13.10
$19,977.50
$19,977.50
$19,977.50
5.37
Abandon & Grout Fill 24"-30" Water Lines
520
LF
$56.00
$29,120.00
$29,120.00
$29,120.00
5.38
Abandon & Grout Fill 36" Water Line
405
LF
$80.00
$32,400.00
$32,400.00
$32,400.00
5.39
Remove & Dipose Water Line 1"-8"
215
LF
$42.50
$9,137.50
$9,137.50
$9,137.50
5.40
Remove & Dipose Water Line 10"-24"
2460
LF
$59.50
$146,370.00
$146,370.00
$146,370.00
5.41
Remove & Dipose Water Line 30"-36"
20
LF
$94.00
$1,680.00
$1,680.00
$1,680.00
5.42
Concrete Blocking
575
Cy
$602.00
$346,150.00
$31,200.00
$377,350.00
$377,350.00
5.43
Concrete Anchor Collar
2
EA
$26,700.00
$53,400.00
$53,400.00
$53,400.00
5.44
Pol eth lene Wrap (18"-24" Pipe, Double Wrapped, V-BiO Outside Wra
4800
LF
$10.00
$48,000.00
$48,000.00
$48,000.00
5.45
Polyethylene Wrap (36" Pipe, Double Wrapped,V-BIO Outside Wrap)
920
LF
$15.00
$13,800.00
$13,800.00
$13,800.00
5.46
Water Line Marker Post
12
EA
$120.00
$1,440.00
$340.00
$1,780.00
$1,780.00
5.47
4" Combination Air/Vacuum Release Valve with Vault (Install only for V
2
EA
$16,200.00
$32,400.00
$7,738.68
$40,138.68
$40,138.68
5.48
Water Service Line (3/4" Copper Tubing, Type K)
110
LF
$73.00
$8,030.00
$8,030.00
$8,030.00
5.49
Water Service Line (1" Copper Tubing, Type K)
1540
LF
$83.00
$127,820.00
$127,820.00
$127,820.00
5.50
Water Service Line (2" Copper Tubing, Type K)
225
LF
$133.00
$29,925.00
$29,925.00
$29,925.00
5.51
5/8 N 3/4" Single Water Meter Box
9
EA
$2,250.00
$20,250.00
$20,250.00
$20,250.00
5.52
5/8 N 3/4" Double Water Meter Box
2
EA
$3,485.001
$6,970.00
$6,970.00
$6,970.00
5.53
1" Single Water Meter Box
14
EA
$2,675.00
$37,450.00
$37,450.00
$37,450.00
5.54
2" Single Water Meter Box
3
EA
$7,955.00
$23,865.00
$23,865.00
$23,865.00
6
Section F: Storm Drain Items
$72,648.00
7
Section G: Remove and Replace & Final Surface Restoration Items
$133,878.00
$13,967,679.50
$2,271,273.00
$367,098.08
$16,606,050.58
$13,193,555.58
$3,412,495.00
$3,468,959.50
$2,922,265.00
$546,694.50
1Change Order Item not in MILK Bid
DIP Fittings (lbs) for Betterment
Percentage Reimbursement
16,331
18" DIP Fittings
74.14% 25,86%
10,670
12" DIP Fittings
18" BV Pre -Order Bid plus Line Item 5.11
$51,658.28
$12,914.57
$17,204.57
$68,818.28
TOTAL CALCULATIONS FOR CONSTRUCTION
COSTS
$68,818.28
18" BV Installed (Includin the Pre -Order Materials)
-$55,000.00
12" BV Installed
$13,818.28
Betterment Line Item 5.10
$560,512.78
Betterment Total Plus 18" to 12" BV
$3,973,007.78
City of Fa etteville Cost Non -Reimbursable plus Betterment
$13,193,555.58
ARDOT Costs
$17,166,563.36
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 66-25
File Number: 2025-230
NORTHWEST ARKANSAS WINWATER, CO. (PURCHASE AGREEMENT):
A RESOLUTION TO AWARD BID #25-22 AND AUTHORIZE THE PURCHASE OF VARIOUS LARGE
DIAMETER WATER VALVES AND APPURTENANCES FROM NORTHWEST ARKANSAS WINWATER CO.
IN THE AMOUNT OF $367,098.08 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR THE I-
49/MLK UTILITY RELOCATIONS PROJECT
WHEREAS, the City is relocating water and sewer infrastructure along the MLK corridor in conjunction with the
ARDOT improvements to the roadway in this area; and
WHEREAS, to expedite scheduling, the City is procuring long lead-time materials in advance of a construction
contract being awarded.
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 awards Bid #25-22 and authorizes the
purchase of various large diameter water valves and appurtenances from Northwest Arkansas WinWater Co. in the
amount of $367,098.08 plus any applicable taxes and freight charges for the I-49/MLK Utility Relocations Project.
PASSED and APPROVED on March 4, 2025
Approved:
�* -�O�
Molly Rawn, Mayor
Attest:
xs
-
4.�\TY P�
y
Kara Paxton, City Clerk Treasurer
Page 1
CITY OF
FAYETTEVILLE
r4W ARKANSAS
MEETING OF MARCH 4, 2025
CITY COUNCIL MEMO
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Interim Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: NORTHWEST ARKANSAS WINWATER, CO. (PURCHASE AGREEMENT):
RECOMMENDATION:
2025-230
Staff recommends awarding Bid 25-22 and authorizing the purchase of various large diameter water valves
and appurtenances necessary for the 1-49/MLK Utility Relocations Project from Northwest Arkansas WinWater
Co. in the amount of $367,098.08 plus applicable taxes and freight charges.
BACKGROUND:
The City is relocating water and sewer infrastructure along the MLK corridor in conjunction with the ARDOT
improvements to the roadway in this area. To expedite scheduling, the City is procuring long lead-time
materials in advance of a construction contract being awarded.
DISCUSSION:
The City solicited formal bids for ten large diameter water valves, two large diameter tapping sleeves, and two
specialty air release valves per Bid 25-22 and received two bid responses as follows:
Northwest Arkansas WinWater $367,098.08
Consolidated Pipe $380,050.00
Staff recommends awarding Bid 25-22 and authorizing the purchase of these items from Northwest Arkansas
WinWater in the amount of $367,098.08 plus applicable taxes and freight charges. Freight is estimated at
$200.00, and taxes are estimated at $35,811.56 for a total estimated cost of $403,109.64.
BUDGET/STAFF IMPACT:
Funds are available in the Water & Sewer Relocations account within the Water & Sewer fund.
ATTACHMENTS: SRF (#3) , Bid 25-22, Bid Tab - Final (#4), Bid 25-22, Submittal (#5)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CITY OF
_ FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 25-22, Utility Relocation Materials
DEADLINE: Wednesday, January 29, 2025 at 2:00 PM
TOTAL
Northwest Arkansas
Winwater
Consolidated Pipe
$367,098.08
$380,050.00
Line #
Description
I QTYJ
UOM
Unit
Extended
Unit
Extended
1
2
3
4
5
6
7
8
9
18" Butterfly Valve
24" Butterfly Valve
30" Butterfly Valve
36" Butterfly Valve
4" Combination Air/Vacuum Valve
30" Tapping Valve
36" Tapping Valve
30" Tapping Sleeve
36" Tapping Sleeve
4
1
1
2
2
1
1
1
1
EA
EA
EA
EA
EA
EA
EA
EA
EA
$12,914.57
$17,869.34
$29,386.43
$51,658.28
$17,869.34
$29,386.43
$83,623.12
$7,738.68
$43,626.00
$65,249.00
$30,366.83
$37,580.40
$9,370.00
$37,480.00
$17,325.00
$32,150.00
$77,980.00
$7,940.00
$56,300.00
$82,250.00
$30,675.00
$37,950.00
$17,325.00
$32,150.00
$38,990.00
$41,811.56
$3,869.34
$3,970.00
$56,300.00
$82,250.00
$30,675.00
$37,950.001
$43,626.00
$65,249.00
$30,366.83
37 580.40 1
o � 31 zOzS
Kenny Fitch, Sr Procuremdnt
nda Beilfuss,
ARKANSAS DEPARTMENT OF TRANSPORTATION
UTILITY CHANGE ORDER
UTILITY City of Fayetteville CHANGE ORDER NO. Four
JOB NO. 040846 FAP NO. NHPP-9142(51) JOB NAME Hwy. 62 Intchng. Impvts.
ROUTE 1-49 SECTION
COUNTY Washington
DESCRIPTION OF CHANGE:
See Exhibit A
REASON FOR CHANGE:
See Exhibit A
28
(Fayetteville)(F)
�J
Item Description
Present
Amount =Revised
Amount
a ecrease)
Phase
Phasell
Phase
Phase,Jbmr&,XPhaA
I
I Phasell
Construction
$3,963,291.00
$0.00
$3,963,291.00
$13,87 01.00
$0.00
$13,872,001.00
Preliminary Engineering
$544,550.00
$646,930.00
$544,550.00
$64 30.00
$0.00
$0.00
Construction Engineering
$294,800.00
$0.00
$294,800.00
$487,
$0.00
$487,140.00
Easement Acquisition
$99,021.00
$0.00
$99,021.00
$ 075,682.28
$0.00
$3,075,682.28
Legal Fees
$0.00
$0.00
$0.00
,000.00
$n.nn
$155,000.00
Appraisals
$0.00
$0.00
$0.0,a.,W$3000.00
$0.00
$35,000.00
Advertising
$1,000.00
$0.00
$1,000 0
1,000.00
$0.00
$1,000.00
ADH Review Fee
$500.00
$0.00
$_qD0%Q
$500.00
$0.00
$500.00
Betterment
$0.00
$0.00
($377,875.00)
$0.00
($377,875.00)
Materials
$0.00
$0.00
$0.
$249,000.00
$0.00
$249,000.00
SUBTOTAL
$4,903,162.00
$646,930.
,90 ,162.00
1 $18,144,378.28
$0.00
$17,497,448.28
TOTALS
$5,550,092.00 $23,047,540.28
$17,497,448.28
COMPUTATION OF REIMBURSABL A
Reimbursable Percentage (Phase 1): 1 %
Reimbursable Percentage (Phase 11): n. 2.54%
Present Amount: drna I 03,162.00
Reimb. 100.00%
$4,903,162.00
h $646,930.00
Reimb. 72.54%
$469,283.02
Total
$5,372,445.02
Revised Amount: Ph 1 $4,903,162.00
Reimb. 100.00%
$4,903,162.00
Phase II $18,144,378.28
Reimb. 72.54%
$13,161,932.00
Total
$18,065,094.00
Overrun IL 1
1 $12,692,648.98
Requested
Coordin for
Recommended a&� qaAtz&
Section Head-UtWties Section
r
Approved J ✓o-� t
Right of Way Division Head
Authorized i� �G_Ggu.C.C.
Asst. Chief Engine -Design
Date 10-2-2024
Date 10-3-2024
Date 10/3/2024
10-03-2024
Date
M
ARKANSAS STATE HIGHWAY COMMISSION
UTILITY CHANGE ORDER
DESCRIPTION OF CHANGE:
Job 040846
City of Fayetteville
Change Order #4
1.) Add Phase II cost in the total amount of $18,144,378.28, resulting in an increase of $17,497,448.28.
2.) Add Phase II Reimbursable Factor in the amount of 72.54%.
REASON FOR CHANGE:
1.) Increase total agreement amount due to the addition of the Phase II scope of work Hw . 2 portion of
this project. Owner will adjust water and sewer facilities to clear highway constructio y ab o g approximately
983 LF of 36-inch, 380 LF of 24-inch, 5,075 LF of 12-inch, 20 LF of 10-inch, 3,908 L f 8-inc 20 LF of 6-inch, and
20 LF of 2-inch water main complete with appurtenances as well as 253 LF of 24-inc 6 of 15-inch, 345 LF of
10-inch, 183 LF of 6-inch, and 631 LF of 4-inch sewer main complete with appurtenances.
Owner will restore service by installing 920 LF of 36-inch, 20 LF of 30-inch 3 24-inch, 5,075 LF of 18-inch,
15 LF of 10-inch, 3,931 LF of 8-inch, 20 LF of 6-inch, and 25 LF of 2-in w to n complete with appurtenances,
as well as 253 LF of 24-inch, 593 LF of 15-inch, 345 LF of 10-inch, 641 of inch, and 631 LF of 4-inch sewer
main complete with appurtenances. _^
Owner has elected to upsize existing 12-inch water mains
and will be adjusted based on low bid received and final
certain long -lead materials in advance of construction,
item. This work will be performed by competitively) W
2.) Add Phase II Reimbursable Factor for the
abandoned, 9,034 LF is located off of De
p xLeS
ftnd a betterment credit has been calculated
Its stalled. Owner has also elected to pre -order
terial cost has been added as a separate line
forces.
of this project. Of the 12,454 LF of main to be
; therefore this work is 72.54% reimbursable.