HomeMy WebLinkAboutOrdinance 5536 ORDINANCE NO. 5536
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND APPROVING A COST-SHARE
AGREEMENT WITH REO HOLDINGS 1, LLC IN THE AMOUNT OF
$31,712.00 FOR THE CONSTRUCTION OF AN EIGHT-INCH WATER MAIN
NEAR BRIDGEWATER LANE
WHEREAS, REO Holdings 1, LLC, as a condition of a lot split approval, is required to
extend one thousand (1000) feet of two-inch water line from Bridgewater Lane to serve each of
the split lots, and
WHEREAS, upsizing the extended water line to an eight-inch water main would be of
benefit to the City by furthering the eight-inch grid in the area and creating the potential for a
future loop to the south and east of the affected area, and
WHEREAS, entering into a cost-share agreement with REO Holdings 1, LLC for the
difference in cost related to upsizing the required water line extension is the most cost-effective
way to add capacity to the City's water system in this area,
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF FAYETTEVILLE,ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines
the above-stated facts constitute an exceptional situation in which competitive bidding is deemed
not feasible or practical and therefore waives the requirements of formal competitive bidding and
approves a cost-share agreement with REO Holdings 1, LLC in the amount of$31,712.00 for the
construction of approximately one thousand (1000) feet of eight-inch water main near
Bridgewater Lane.
PASSED and APPROVED this 16ffi day of October, 2012
APPROVED: ATTEST:
4,
`������RK l'TR�LAGNS
ly. A,044�15_,
ELDJ o 17
ayor SO DRA E. SMITH, City Clerk[
!-e". YITEVILLE -
':�J' 9QkA Nsp`' •�''��•�
icy .•• •. Jam.
11111110%
0
"1;0``��
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
10/2/2012
City Council Meeting Date
Agenda Items Only
David Jurgens Utilities Utilities
Submitted By Division Department
Action Required:
Approval of a cost-share and bid waiver in the approximate amount of$31,712.00,with REO Holdings 1, LLC for the
upsizing from a 2"to an 8" proposed water main
$ 31,712.00 $ 154,472.00 Water and Sewer Cost Sharing
Cost of this request Category/Project Budget Program Category/Project Name
5400.5600.5808.00 $ - Water Line Improvements
Account Number Funds Used to Date Program/Project Category Name
02067.1 $ 154,472.00 Water and Sewer Fund
Project Number Remaining Balance Fund Name
Budgeted Item �x Budget Adjustment Attached
Previous Ordinance or Resolution#
;orney
irecto Date
/ Original Contract Date:
Original Contract Number:
Date
CV D
Finance and Internal Services Director Date Received in City 1 ` ? K
Clerk's Office VOW,.,
ChAeff of St Date
Received in EHT EQ
Mayor's Office f 7
a r #ote -)
Comments:
IbA Revised January 15,2009
CITY COUNCIL AGENDA MEMO
MEETING DATE OCTOBER 2,2012
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Date: September 13, 2012
Subject: Approval of a cost-share and bid waiver in the approximate amount of$31,712.00,with REO
Holdings 1, LLC for the upsizing from a 2"to an 8"proposed water main
RECOMMENDATION
City Administration recommends approval of an ordinance for a cost-share and bid waiver in the approximate
amount of$31,712.00 with REO Holdings 1, LLC for the upsizing from a 2"to an 8"proposed water main.
BACKGROUND
REO Holdings 1, LLC recently submitted a lot split for approval by the City of Fayetteville. As a condition of
approval for this proposed split, a water main is required to be extended approximately 1000 feet from
Bridgewater Lane to serve each lot. A 2"water main is the size that is necessary to serve the proposed homes
on this property. REO Holdings 1, LLC has hired and engineer to prepare plans for the construction of this
water main.
DISCUSSION
The proposed cost share will be to upsize the required 2"water main to an 8"water main. This upsizing will
further the 8" grid in the area and create the potential for a future loop to the south and east of this property.
The Slone Subdivision is located approximately 700 feet to the east and has a system of 8"mains installed.
Altus Drive is located approximately 1200 feet to the south and currently has a 2"main. The future 8"loop to
these properties will improve the pressure and flow in this area.
The City would benefit from the cost share by utilizing the developer's contractor who will already be onsite
performing water line installation. A bid waiver is requested since this cost share is greater than$20,000.
Developer's Share (2" Water Line) $ 33,508.00
City's Share $ 25,783.00
Contingency $ 5,929.00
Total $ 65,220.00
BUDGET IMPACT
Funds for the City portion of work are available in the Water and Sewer Cost Sharing Project.
The final actual cost to the City will be based upon actual bid price for this project.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
ORDINANCE NO.
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND APPROVING A COST-SHARE
AGREEMENT WITH REO HOLDINGS 1, LLC IN THE AMOUNT OF
$31,712.00 FOR THE CONSTRUCTION OF AN EIGHT-INCH WATER
MAIN NEAR BRIDGEWATER LANE
WHEREAS, REO Holdings 1, LLC, as a condition of a lot split approval, is required to
extend one thousand (1000) feet of two-inch water line from Bridgewater Lane to serve each of
the split lots, and
WHEREAS, upsizing the extended water line to an eight-inch water main would be of
benefit to the City by furthering the eight-inch grid in the area and creating the potential for a
future loop to the south and east of the affected area, and
WHEREAS, entering into a cost-share agreement with REO Holdings 1, LLC for the
difference in cost related to upsizing the required water line extension is the most cost-effective
way to add capacity to the City's water system in this area,
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF FAYETTEVILLE,ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines
the above-stated facts constitute an exceptional situation in which competitive bidding is deemed
not feasible or practical and therefore waives the requirements of formal competitive bidding and
approves a cost-share agreement with REO Holdings 1, LLC in the amount of$31,712.00 for the
construction of approximately one thousand (1000) feet of eight-inch water main near
Bridgewater Lane.
PASSED and APPROVED this 2nd day of October, 2012
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
CONTRACTUAL AGREEMENT
This Agreement, made and entered into this 10 I to 12 , by and between the City
of Fayetteville, Arkansas and REO Holdings 1, LLC, Witnesseth:
WHEREAS, REO Holdings 1, LLC, has hired an engineer for the design and a
contractor for the construction of a 2"public water line to serve their property south of
Bridgewater Lane; and
WHEREAS,there is an existing 8" water line to the north of this property on
Bridgewater Lane and Horse Meadow Drive. REO Holdings 1, LLC will be connecting to this
line; and extending a 2" main south 1000 feet to his property; and
WHEREAS, it will benefit the City of Fayetteville to upgrade this 2"water main to an 8"
water main to further the 8" grid in this area and to create a potential for a future loop to the
south and to the east of this property. The future 8" loop will improve the pressure and flow in
this area.
NOW,THEREFORE,the City of Fayetteville and REO Holdings 1, LLC agree as
follows:
1. Upon the City Council and/or the Mayor approving the Water Main Cost-Share,
the City of Fayetteville agrees to:
A. Pay for 100% of the actual documented construction costs for the upsizing
to an 8" main to serve this property.
B. Pay a maximum-not-to-exceed cost of$31,712.00 for the afore mentioned
water main construction as was provided by REO Holdings 1, LLC's
engineer and made a part of this agreement.
C. Reconsider the costs if the future and actual construction costs exceed the
maximum-not-to-exceed amount that was furnished by REO Holdings 1,
LLC. The contractual agreement shall be required to be reevaluated and
re-approved by the Mayor and/or City Council as appropriate prior to
proceeding with construction.
D. Make all efforts to provide payment to REO Holdings 1, LLC within thirty
(30) days after receipt of the invoice(s) but cannot guarantee the thirty day
schedule.
2. REO Holdings 1, LLC agrees to:
A. Provide the necessary and normal project management, inspection, and
testing as necessary for a complete and acceptable water main installation.
B. Provide a copy of the invoice(s) from the Contractor and a completed lien
waiver executed by the Contractor upon acceptance of the water main
installation.
C. Not proceed with the proposed construction unless/until the proposed
contractual agreement is approved by the City Council and/or the Mayor.
3. It is further understood that the contract for construction is between REO
Holdings 1, LLC and his Contractor and that the City has no contractual
obligation with either the Contractor or the Engineer. The City's only obligation
shall be to participate in a contractual agreement with a not-to-exceed amount of
$31,712.00 for the water main upgrade.
IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE,WE
SIGN BELOW:
CITY OF FA ETTE REO Holdings 1, LLC
By By, C---.
IO ELD JO , Mayor
CLINTON BENNETT F Page--1
WATER LINE EXTENSION 9/4/2012f
CONSTRUCTION COST ESTIMATE
2" PVC WATER LINE
ITEM UNIT QUANTITY ; UNIT PRICE COST
1 MOBILIZATION LS 1 $ 2,600.00 $ 2,600
2 2"13.5 PVC WATER LINE EA. 999 $ 18.00 $ 17,982
3 WATER METER SET-DOUBLE EA. 2 $ 1,200.00 $ 2,400
4 8X2 SADDLE AND 3/4 CORP STOP/CONNECT TO EXISTING EA. 1 $ 500.00 $ 500
5 2"GATE VALVE EA. 1 $ 1,000.00 $ 1,000
6 ROAD CROSSING-CUT&REPAIR(4'X 40' SY 18 $ 135.00 $ 2,430
7 1"COPPER WATER SERVICE LF 20 $ 25.00 $ 500
8 2"BLOW-OFF EA. 1 $ 1,500.00 $ 1,500
9 SOD DISTURBED AREAS SF 14385 $ 0.25 $ 3,596
10 TRAFFIC CONTROL LS 1 $ 500.00 $ 500
r-l-1 RIP RAP LS 1 $ 500.00 $ 500
SUBTOTAL $ 33,508
TOTAL WITH CONTINGENCY OF 10% $ 36,859
8" PVC WATER LINE
ITEM 1 UNIT QUANTITY 1 UNIT PRICE COST
1 MOBILIZATION LS 1 $ 2,600.00 $ 2,600
2 8"C-900 PVC WATER LINE INC.20'AT END EA. 1019 $ 35.00 $ 35,665
3 WATER METER SET-DOUBLE EA. 2 $ 1,200.00 $ 2,400
4 8X8 TAPPING SLEEVE&VALVE/CONNECT TO EXISTING EA. 1 $ 3,600.00 $ 3,600
5 MJ FITTINGS LB 100 $ 5.00 $ 500
6 ROAD CROSSING-CUT&REPAIR(4'X 40' SY 18 $ 135.00 $ 2,430
7 1"COPPER WATER SERVICE LF 20 $ 25.00 $ 500
8 FIRE HYDRANT ASSEMBLY EA. 1 $ 4,000.00 $ 4,000
9 SOD DISTURBED AREAS SF 14385 $ 0.25 $ 3,596
10 TRAFFIC CONTROL LS 1 $ 500.00 $ 500
11 8X6 TEE AND 8"GATE VALVE EA. 1 $ 2,500.00 $ 2,500
12 ICAP&PLUG 8"PVC EA. 1 $ 500.00 $ 500
13 RIP RAP LS 1 $ 500.00 $ 500
'-.....------------....-.-.....------........-- -......-......................................__...__.._..._...._.._...- _..._...---.....................---............................-- ----- -—....... ..-._._..
SUBTOTAL $ 59,291
TOTAL WITH CONTINGENCY OF 10% $ 65,220
IOTE:THIS ESTIMATE DOES NOT INCLUDE ANY ROCK EXCAVATION EXPENSE.
SURVEYING AND ENGINEERING ARE NOT INCLUDED.
LOT STAKING AND CONSTRUCTION STAKING ARE NOT INCLUDED.
Bennett Water Line Cost Estimate 09-04-12
FIRE FLOW DATA
PITOT STATIC RESIDUAL FLOW
So 110 Pel 90,M 1noo m I _
ANr OSMREEOPROPERTYCORNERSUST I BCME:,'✓A - S G
S" SURVEr�RREEmmITA]B�SXECABY Ci. w
N.
ADEABTING WRH 0X0 u
9a00LE MDa•GATE VALVE �G ° 'fin
o § TaPP
oRc�s eL=o oNPD ED a RaPR IN°G TrO.9"ovEE
�.. f
ACCOFDANCE=Mures P OPos6owATER uue
uxlNCl
waTER LINE-LMEc suftEl
....... ............. vaMw ATENDOFPvcwa EIUIE
_. ......_... .............
.F
4
dT
...........
55
0
... r
O}
—.N IN EX.YARD TO BE
z —1
UE.
qq p r
3 � IusTAusBB LFccsoo Fv I —ENDS
b ; WATER UNE CExTEAEDINC� RSETSwIMt
G^� V 'j E]DBTINGtsUTUtt EASEMENT O I S—CE ES
LU
u� vii C
z<5•BENDs � � i Q �<
06
..... E..... EM ....2s5EG QVOF PIPE ?VICAR
8
Rowes waTERLwe•sranawa +e
... " VICINITY MAP W
srA ..... ......
........ ....... ...._. rI caaoE Lm Co—., ..... _
wBs ... .. ,ass
--
"
v
s 63 SITE '$
B RL+NE
tMoerm
SFR UNE' - jN +BERVNC UN a
OMO 0.50 1•W NW 2•W z•50 3100 3.50 4.00 4.50 SMO 5.50 eM0 6.50 >•W ]✓A 0.00 0.50 9HU 0.50 t0•Ip ` O
NOTES -T TOsuIE Z Z J
1. ALL UISMREED MEAS SRALL RECEIVE 4 INCHES OF TOP$OIL AND RE-VEGETATED PER 4. PRIOR TO OBTAINING A FINAL ACCFPTMCE.THE FOLLOWNC ITEMS MUST BE PERFORMED OR PROVIDEDZ F r U-
.or.169.00 OF THE UDC. TO THE SATISALTON OF THE ENGINEERING DEPARTMENT: w U X Q
of
2.RE-VEGETATION.RE-VEGETATION SHALL BE MOUNTED TO MEET THE FO LOWNG THE WOR(S OM ON THE OML SITE PACKAGE MUST BE COMPLETE AND THE ITEMS ON THE FINAL m� LU d
PERFORMANCESTMOARDS(SEDIMENT CONMOS SHALL REMMN IN PLACE UNTIL PUNCH UST CONPLETED. .IRWFJJENr50u TH.P—A .ETO.E—O RUCIE.IN W
RE-VEOETATION IS ESTABUSIED)UNLESS OTKMR%ALLOW:p BY ME CITY ENGINEER: VEGETATION MUST BE ESTABLISHED IN ACCORD-CE WTH MCTON 169.06 OF THE UDC AND ORDMCCWTHaiv OFPaYETTfnuEs=ECIFICATI—AND z O Z_
PERIMEND?CONTROLS REMOVED. NDM.0O aI .SEs CRYGF FaYETTEVItIE STaIVDMD
•
TOP SdL A MINIMUM OF 4 INCHES O'%PSO.SHALL BE REWIRED TO BE UMER EMSTING ONE(1)SET OF AS-BURT DRAWNGS OF TIE COMPLETE PRDIECT(EXCLUDING DETALS)AS A HARD wN N AIL-SNEET20F2 J ZQ
OR INSTALLED W AREAS TO BE REVECHTATED AS SET FORM WB1.9.06(F)(6)BELOW.MY COPY ARD IN TIFF OR FDF FORMAT, )— Q. Of J
APRIGTION dF TOPSOIL MO 9IINNC UNDER ME DRIP LINE OF A TREE SHOULD BE PUBLIC INFRASTRUCTURE MD SERVICES SHALL BE SURVEYED AFTER INSTALLATION W RELATION TO z W a
MINIMIZED TO 31NCHES SO AS NOT TO DAMAGE ME TREES NOT SYSTEM, EASEMENTS.PROPERTY ONES.MO WORT$-O-WAY. J Q
• PROFESSONAL SURVEYOR SHALL PROVIDE STAMP BRAWNCS SPECuCALLY IDENTIFYING THE UMIM OF
• ID10 TO IOx GRADE:RE-V MTATON SHALL BE A MINIMUM OF SEEDING AND MULCHING. AS-BUILT SURVEY PERFORMED, t6vERTIcnLS'uLLBE U >
SMD SEEDING SHALL PROVIDE COMFIER AND UVIFORM COVERAGE MAT MINMIZES ER ON MORE THAN 2 FT DEVIATION OF DESCN MUGWMENT SRM1 REQUIRE NEW EASEMENT DEDICATOR OR GwaTERSS AND1 FTICAEMICES
AND RU— AD"IMENT OF THE UTILITYMORM DRAW. MAI—NED.—CE—
• UNIT PRI CE CONSTRUCTION COSTS AND A SINGLE 2 YEAR MMNRNMCE BOKDS IN ME AMOUNT OF
IQ UP TO 4:1(FADE:RE-VEGETARM SHALL BE A MINIMUM OF HYDRO-SEEDING"N25%OF ME PUBUC IMPROVEMENTS HAVE BEEN PROVIDED TO ME CIT:
MULOI AND FERTUZER,SOD,OR GROUNOODWR.SMD PLANTING SHALL PROVIDE COMPLETE CERTFICATION MAT ME WATER UNE WAS INSIM.ED PER APFROVEO PLANS AND Ott OF
AND UNIFORM COVERAGE THAT IMNIMIZES ERDSON AND RUNOFF. FAIEMILLE REQUIREMENTS:
• SURVEYOR'S CERTFICATIO4 OF COMPUMCE FOR MONUMENTS AND PROPERTY FINS
•
4:1 TO 11 GRADE:ME SLOPE SHALL BE COVERED WM LMDSCARE FASRC AND
1DR0-SEEDED IMN MULCH AND MFFTUZER.OR STARED 500.OR GAWNDCOVER.SAID 5.ME ENGINEER OF RECORD SHALL FROMpE*FULL ME'INSPECTON FOR UTUTES FOR MI5 PRDECi.
FLMTNo SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE THAT NWIUIZES EROSON ME ENGINEER OF RECON SiM1 ALSO REVIEW AND APPROVE MATERIAL SUBMITTALS-WIDELY .'"•••"
AND RUNOFF. INSPECTION REFORM SHOULD BE SUBMITTED TO ME CITY OF FAIETMVILXS PIRUC NDRIRS
AS % DATE:OB-21.12
1 DEBRIS YID,UB SOL IN PUBLIC STREETS,DEERS. D. AND SOL SHALL NOT BE T E PUBLIC
ALLOWED ON S TINE SHEETS BUT I MY OL BEI MUD,TE SOL MOVE DEVELOPMENT 6.ME PUBLT WOKS PUBLIC
U SHALL BE NOTIFIED NO LES$MM 48 HOURS PRIOR TO THECO --_ii •• ROFS SIONA
STH$REALES MOF PUBUC STREET IT SMALL BE MUD.DILLY RN THE
TR ST MAY
N T IHSTATNE PN B PUBUC UTILITIES,W CORD. MIRE,POMWAY,ETC.RSTXC SMALL BE COORDINATED 'S y •, PROFESSIONAL
DIMER METHODS OR PHYSEAL REMOVAL DEBRIS MIO.R SOILDRA IN THE STREET MAY NOT RA
WM ME PW BY ME ENGINEER Qi RECON. ENGINEER SORB:H=50' D
BE WASHED SYSTEMS
ME SHEET A WF A INTO THE STOW SNOULD B SYSTEM,STORM KROW WR9C9 below.you
DEBRIS, SYSTEMS O INTH E.EV NT AAT OEBN+MENT SITE SHOULD BE PES TINE O FROM ],A COPY O ME AFVROVAL METIER FAIN AOH SHALL BE PRESFWRO POOR TO IHSTALUTON Of Call EB(OFB OU EI tp,Nlvi534�.gg •'�' N 5584 O A• V=5' MGFWN
SMMu MVD,OR SOL IN ME EVENT MAT.CERUS MIO,OR SOL REACHES ME pRMNACE PUBLIC UTILITIES Y 9' "'LW n0`� 'STs P F A' JOB tl 12x05
S]STEY. �fftP '
.. V2
� � , � . � - 1
� f
� � � �'
�+r ti
.. h,'� �'� iY� .� sem/ ���
���..%�� �� � 4
�� �� 4
f. ,� '{t i 1 .�
�� - +C
� ��� � � �
��-- � � i
� . ; � � � _ _
• � " �s f
4i r
_� � � I �.... .
:c. � - �
1 f . r. �..
�� l
' �
� i
t �
r
' �" s
S,' �I t
- r .. .1 ���'-.
� ��
F: ,�� - -�
i ��,i:
i � — _-� ` �
I it �r
• � y
-:♦....
.; i � ,
--
• •
• .
:Q
Proposed r..
Cost Share
i
7,1
Proposed Future
Extension
a •
►'
• .
CONTRACTUAL AGREEMENT
This Agreement, made entered into this ,by and between the City.
of Fayetteville, Arkansas REO Holdings 1, LLC,Witnesseth: ;
f
WHEREAS, REO Ho , ings 1, LLC, has hired an engineer for t&design and a
contractor for the construction o a 2"public water line to serve the property south of
F
Bridgewater Lane; and
WHEREAS,there is an existi g 8"water line to the no of this property on
Bridgewater Lane and Horse Meadow ve. REO Holdings,1, LLC will be connecting to this
line; and extending a2"main south 100 eet to his properpy; and
WHEREAS,it will benefit the City., Fayette . le to upgrade this 2"water main to an 8"
water main to further the 8"grid in this area an to c eate a potential for a future loop to the
south and to the east of this property. The future\iIand
improve the pressure and flow in
this area.
NOW,THEREFORE,the City of ayeEO Holdings 1, LLC agree as
follows:
1. Upon the City Coun ' and/or theving the Water Main Cost-Share,
the City of Fayett ille agrees to:
A. Pay f 100% of the actual documente construction costs for the upsizing
to 8"main to serve this property.
B. Pay a maximum-not-to-exceed cost of$31, 12.00 for the afore mentioned
water main construction as was provided by `O Holdings 1, LLC's .
engineer and made a part of this agreement.
C. Reconsider the costs if the future and actual cons ction costs exceed the
maximum-not-to-exceed amount that was furnishecly REO Holdings 1,
LLC. The contractual agreement shall be required toy e reevaluated and
re-approved by the Mayor and/or City Council as app �riate prior to
proceeding with construction. \
D. Make all efforts to provide payment to REO Holdings 1, L within thirty
(30) days after receipt of the invoice(s)but cannot guarante t thirty day
schedule.
2. REO Holdings 1, LLC agrees to:
A. Provide the necessary and normal project management, inspection, and