No preview available
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.