HomeMy WebLinkAbout70-92 RESOLUTIONRESOLUTION NO. __ J O- 91
A RESOLUTION RESCINDING RESOLUTION NO. 59-92,
AND APPROVING A CHANGE ORDER WITH MCCLINTON-
ANCHOR IN THE AMOUNT NOT TO EXCEED $40,000 FOR
ARTS CENTER CONSTRUCTION DRAINAGE IMPROVEMENTS
ON DICKSON STREET.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That Resolution No. 59-92 adopted by the
Fayetteville Board of Directors at a Special Board Meeting held on
Wednesday, April 15, 1992, approving a change order with McClinton -
Anchor in an amount not to exceed $30,000.00 for Arts Cetner
construction drainage improvement on Dickson Street, is hereby
rescinded and repealed.
Section 2. That the Board of Directors hereby approves a
change order with McClinton -Anchor in the amount not to exceed
$40,000.00 for Arts Center construction drainage improvements on
Dickson Street, a copy of which is approved hereby, is attached
hereto and made a part hereof.
PASSED AND APPROVED this 21st day of April , 1992.
ATTEST:
By
•
GENERAL OFFICE • (501) 521-3350
P.O. BOX 1367
FAYETTEVILLE, ARKANSAS 72702-1367
FAX. 521.2626
PAGE 1 OF 3
ticarrontin
PROPOSAL #628
HARRISON BRANCH • (501) 741-
P.O. BOX 27
HARRISON, ARKANSAS 72601
FAX: 741-1214
Job N0.
PROPOSAL SUBMITTED T0•
BOB KELLY
WALTON ARTS CENTER
FAYETTEVILLE, ARKANSAS 72701
DATE APRIL 17, 1992
JOB NAME STORM DRAINAGE IMPROVEMENTS
McClinton -Anchor Company, a Division of APAC-Arkansas, Inc.,
hereinafter called the Company, offers to furnish all labor, materials
and equipment required for the performance of the following described
work in connection with construction of improvements at Dickson Street.
DESCRIPTION OF WORK AND PRICE
$ITE PREPARATION - MCCLINTON-ANCHOR WILL FURNISH TRAFFIC MAINTENANCE
BARRELS AND BARRICADES NECESSARY THROUGHOUT THE DURATION OF THE PROJECT.
EXCAVATE AND ACCESS THE EXISTING BOX CULVERT UNDER THE INTERSECTION OF
WEST AVENUE AND DICKSON STREET. ALL MATERIAL EXCAVATED WILL BE WASTED
OFFSITE IN AN APPROVED MANNER.
POLYMER COATED PIPE - INSTALL APPROXIMATELY 70 LINEAR FEET OF PCLYMER
COATED 24" x 35" CORRUGATED METAL ARCH PIPE. CRUSHED LIMESTONE
SCREENINGS WILL BE USED TO BED THE PIPE.
REINFORCED CONCRETE PIPE - INSTALL APPROXIMATELY 287 LINEAR FEET OF 30"
REINFORCED CONCRETE PIPE. CRUSHED LIMESTONE SCREENINGS WILL BE USED TO
BED THE PIPE.
CRS INLETS - INSTALL 2 REINFORCED
WITH COMPACTED NATIVE MATERIAL.
JUNCTION BOX - INSTALL - REINFCRCED
WITH COMPACTED NATIVE MATERIAL.
CONCRETE CURB INLETS AND BACKFILL
CONCRETE JUNCTION BOX AND BACKFILL
ASPHALT PAVEMENT REPAIR - APPROXIMATELY 2400 SQUARE FEET - PLACE
(AVERAGE COMPACTED DEPTH) OF CLASS 7 BASE MATERIAL AND OVERLAY WITH
(AVERAGE COMPACTED DEPTH) OF ASPHALT SURFACE COURSE.
NOTE: ENGINEERING LAYOUT, STAKING, AND MATERIALS TESTING WILL BE
FURNISHED BY THE CITY OF FAYETTEVILLE.
THE COMPLETE PRICE LUMP SUM $34,80C.00
4
8..
3"
DICKSON STREET DRAINAGE IMPROVEMENTS PROPOSAL 628
PAGE 2 OF 3 APRIL 17, 1992
TERMS AND _CONDI'"LCNS
Payment in full for all work performed hereunder during any month
shall be made not later than the tenth day of the month next following.
Final and complete payment for all work performed hereunder shall be
made not later than fifteen (15) days after the completion of such work.
Interest at the highest legal rate allowable under the laws of the
jurisdiction in which the contract is executed or one percent (1%) per
month, whichever is leas, shall be charged and paid on all unpaid
balances from the due date to the date we receive payment.
We shall not become obligated to perform the work called for under
this contract until your credit has been checked and approved by our
Credit Department. If credit conditions become unsatisfactory at any
time prior to our completion of the work hereunder, we shall be
furnished adequate security upon our request.
Any deviations from the specifications or modification of the terms
of this contract and any extra or incidental work, or reductions in
work, shall be set forth in writing and signed by both parties prior to
the making of such change. Any increase or decrease in the contract
price resulting from such change shall be included in such writing.
We will provide and pay for Workmen's Compensation Insurance
covering our employees and Public Liability and Property Damage
Insurance protecting ourselves. We will also assume responsibility for
the collection and payment for Social Security and State Unemployment
Taxes applicable to our employees.
We shall be provided with suitable access to the work area. If our
work is dependent upon or must be undertaken in conjunction with the
work of others, such work shall be so performed and completed as tc
permit us to perform our work hereunder in a normal uninterrupted
single -shift operation.
Unless a time for the performance of our work is specified, we
shall undertake it in the course of our normal operating schedule. We
shall not be liable for any failure to undertake of complete the work
for causes beyond oar control, including but not limited to fire, flood
or other casualty; labor disputes or other disagreements; and accidents
or other mishaps, whether affecting this work`or other operations in
which we are involved, directly or indirectly.
If for causes beyond our control our work is not completed within
twelve (12) months after the date of your acceptance of this proposal,
we may cancel this agreement at any time thereafter on ten (10) days
•
DICKSON STREET DRAINAGE IMPROVEMENTS PRCPOSAL 628
PAGE 3 OF 3 APRIL 17, 1992
notice. In such event (i) we shall be relived of any further obligation
with respect to the balance of the work; and (ii) we shall be entitled
to receive final and complete payment for all work performed by us to
the date of cancellation within fifteen (15) days thereafter.
We shall not be responsible for, and you agree to hold us harmless
from any liability resulting from, damages to utilities or other
facilities or objects buried beneath, or to sidewalks, driveways or
other improvements located within, our work area or designated areas of
access. It is further understood that we shall not be responsible for
any damage to or deterioration of any of our work, whether completed or
in process, resulting from any cause or causes beyond our control,
including, but not limited to, failure of subgrade or failure or
inadequacy of any labor or materials not furnished and installed by.us,
whether or not such failure or inadequacy was or could have been known
at the time our work was undertaken.
Unless a lump sum price is to be paid for the foregoing work and is
clearly so stated, it is understood and agreed that the quantities
referred to above are estimates only and that payment shall be made at
the stated unit prices on the actual quantities of work performed by the
Company as determined upon completion of the work.
If the foregoing meets with your acceptance, please sign and return
the attached copy of our Proposal. Upon its receipt it is understood
the foregoing, including the terms and conditions set forth herein, will
constitute the full and complete agreement between us.
This proposal expires thirty days from the date hereof, but may be
accepted at any later date at the sole option of the company.
MCCLINTON-ANCHOR COMPANY BY:.
ACCEPTED this
BY:
/7 day of AClCr
y54/
(NAME)
, 19�
Exslurn rn 4r4 v * ��►��
(TITLE)
* PLEASE SIGN AND RETURN THE WHI.'E COPY OF THE PROPOSAL
RETAIN THE YELLOW COPY FOR YOUR FILES.
•
The changes from the previous design include: additional trench
depth (to 10 feet), the addition of 70 ft. of polymer coated
arched pipe, and the requirement for a junction box to be built
adjacent to the sewer service line at the Arts Center. (A
complete description of the work and price is attached as
enclosure four.)
Based upon the re -design and the additional requirements, on 17
April 92, McClinton -Anchor revised their quote to a lumpsum
amount of $34,800.00 (enclosure three). Due to the time
constraints of completing the drainage project without impacting
the Arts Centers sidewalk construction, and based upcn the
previous commitment from the City Board of Directors, a contract
amendment was executed between Mc • • -Anchor and the Arts
Center on 17 the . p sum amo • of ,=�•,Op.
b. Action required by the City Board of Directors.
Authorization and approval to reimburse the Walton Arts Center
for the change -order between the Arts Center and McClinton -Anchor
in in lieu of the $30,000.00 approved
on 15 Aprilthe-ear
a5� o��D.+w4- •^ 1341$Oo 0nd Ohla eacht^�7 04
a. Background.
62a� 4s a 4u�.1 c.,e4 +me..1- 0 f s istion T-
11 on - - --` �%---` 4L` A2544144
The proposed Dickson Street project was a 1992 CIP "potential"
project that has been transferred to the active project list. As
directed on 30 December 1991, Engineering began the process for a
phased project. The first phase will be a detailed analysis,
study and report of existing conditions and recommended
improvements. The basis for a phased project is to examine the
existing street and drainage conditions, determine required
improvements and develop costs estimates and receive Board
approval before advancing into the detailed engineering design.
(The potential project as listed in the CIP is not based upon a
definite scope or cost estimate.)
On 8 January 1992 an Engineering selection committee met and
selected Milholland Engineering to present a proposal for the
proposed street project. A scope of work meeting was held with
Milholland on 10 January 1992. Milholland's proposal was
received on 24 January 1992 and subsequent negotiations on 24
January and 6 February 1992 have lead to an executed contract on
19 February 1992. The Engineering study/report price was
negotiated in the "not to exceed" amount of $9,900.00.
The scope of the proposed Phase 1 contract includes: the
investigation, study and report of recommended improvements to
Dickson Street (and two blocks of West Street) including
overlays, reconstructions, drainage capacities, drainage