Loading...
HomeMy WebLinkAbout119-99 RESOLUTION• • RESOLUTION NO. 119-99 ; A RESOLUTION AWARDING BID NO. 99-72 IN THE AMOUNT OF $1,301,170, PLUS A PROJECT CONTINGENCY IN THE AMOUNT OF $130,000 TO BASIC CONSTRUCTION COMPANY, FOR WIDENING HIGHWAY 265, WATER & SEWER RELOCATIONS; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99-72 in the amount of $1,301,170, plus a project contingency in the amount of $130,000 to Basic Construction Company, for widening of Highway 265, water & sewer relocations; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7. The City Council hereby approves a budget adjustment in the amount of $92,511 increasing Water Line Improvements, Acct. 5400 5600 5808 00, Project No. 99072 20 by decreasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project 97021 20. A copy of the budget adjustment is attached hereto marked Exhibit B and made a part hereof. PASSED AND APPROVED this alt day of September , 1999. ATTEST: • APPROVE By. red Hanna, Mayor EXHIBIT A CONTRACT THIS AGREEMENT, made and entered into the 21st day of September , 1999, by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part (hereinafter called the Owner), and Basic Construction Company Tug of the City of Springdale, AR , Party of the Second Part (hereinafter called the Contractor). WITNESSETH THAT: WHEREAS, the Owner has called for bids for water system improvements, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Bid No. 99-72 which shall be the Highway 265 Water and Sewer Relocations, Phase 1 and Additional Work, Fayetteville, Arkansas, including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being One Million, Three Hundred One Thousand, One Hundred Seventy Dollars and 00/100 (text amount) dollars ($ 1.301 .170.00 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and substantially complete all work before December 31, 1999 and totally complete work within one hundred twenty (120) calendar days . The Owner agrees to pay the Contractor in current funds for the performance of the. contract in accordance with the accepted Bid therefor, subject to additions and deductions, 6-1 • as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sum of seven hundred and fifty dollars ($750.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled, if any, to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owners employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractors control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. 6-2 09/16/99 THU 16:50 FAX 501 751 7650 09/16/1999 15:26 5015750716 CITY FAY 15T FLOOR In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor and in that event should the surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract This contract shall be binding' upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and sealsrrespectivelelly. /c LgaTZc(C_ccK( (D• CITY OF FAYETTEVILLE, ARKANSAS Firm Name_, elf corporation, secretary should attest By Attest z1/4,414.3.; Fred Hanna, Mayor End of Contract 6-3 II 004 PAGE 05 City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Public Works Division: Capital Water Mains Program: Date Requested 09/17/99 Adjustment # Project or Item Requested: Funding is requested to establish project funding for two 24" waterline roadway crossings and an emergency backup generator for the Ash Street Pump station. Project or Item Deleted: Funding for this adjustment is from the Water & Sewer Cost Share projexct. Justification of this Increase: These work items were added to the bid documents for the HWY 265 Water/sewer relocation project and they are not related to the project. These projects have been planned and are not of sufficent size to attract bidders as stand alone projects. Justification of this Decrease: The requested project is a higher priority project. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Water Line Improvements 92,511 5400 5600 5808 00 99072 20 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Water Line Improvements 92,511 5400 5600 5808 00 97021 20 7 Approval Signatures cl 11 {`t ue ted 1• L, Iyi , Manager epartment Director Date Date s— Z 4-y Date Admin. rvices Di ector Date y/>k Ma or Date Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log E Blue Copy: Budget & Research / Yellow Copy: Requester D:\DATAW9BUDGE%hBUDGTAD.NISH_PUMP.WK4 STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of 9-21-99 No Lgi II? 4'2.q_9 FROM: Sid Norbash ANY Enaineerina Public Works Name Division Department ACTION REQUIRED: Approval of the Construction Contract with Basic Construction Co., Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations in the amount of $1,301,170.00 Also, approval of a 10% project contingency in the amount of $130,000. and the related budget adjustment. COST TO CITY: $1,431,170.00 $3,999,559 Hwy 265 Water & Sewer Reloc. Cost of this Request Category/Project Budget Category/Project Name 629,207 5400-5600-5808-00 Account Number 99072- 20 (extra work) 97043-20 Project Number Water & Sewer Funds Used To Date Program Name $3,370,352.00 Water & Sewer Remaining Balance Fund BUD ET REVIEW: X Budgeted Item X Budget Adjustment Attached udg Coor inator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: i/ t . , /6 (�l/ / 4t! Acco City At Purchasing Officer GRANTING AGENCY: Date ADA Coordinator Date Date Internal Auditor Date 9-li0 99 Date STAFF RECOMMENDATION: Approval of the Engineering Contract and the contingency amount. Divlision Head D to Cross Reference Cierai csZe-Cm_ '5? -6145 Date Department Director Adminisrative Services Director Date /ft Mayor New Item: Yes X No Prev Ord/Res #: 034 Orig Contract Date: Date FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Fred Hanna, Mayor Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineers/ Date: September 16, 1999 Re: Highway 265 (Hwy 45 to Hwy 16) Widening / Water & Sewer Relocations - Construction Contract with Basic Construction Co., Inc. On September 15, 1999, bids were received for the above referenced project. Four companies submitted bids, and Basic Construction Co., Inc. was the low bidder in the amount of $1,301,170.00. For your information a complete bid tabulation sheet is attached. Basic Construction has acknowledged a $1000 mistake in their addition which is in favor of the City, and the bid price is therefore adjusted from $1,302,170.00 to $1,301,170.00. Per the City and Highway Department's Utility Agreement Contract approved by the Council, the Highway Department is to reimburse the City of Fayetteville 51.44% of this cost. Please note per request of David Jurgens, included in this project are two 24" waterline roadway crossings, and emergency backup generator for Ash Street Pump Station. The reason for this inclusion is that the engineering fees and construction costs for the added items will be more favorable as part of a major project such as this. This portion of the contract is in the amount of $92,511.00, and a budget adjustment in the same amount is attached for your approval. The Staff requests that the Council approve: (a) The construction Contract with Basic Construction Co.. Inc. in the amount of $1,301,170.00. (b) A 10% Project Contingency amount of $130,000. (c) The related budget adjustment, in the amount of $92,511.00. SN/sn Attachments: Vicinity Map Bid Tabulation sheet Copy of the contract ZELIMINARY FOR CONSTRUCTION )R AWING IS INCOMPLETE SUBMITTED FOR REVIEW OSES ONLY. IT IS NOT )ED FOR PERMITTING OR 3IDDING PURPOSES. )GINEER OF RECORD: )MAS A. HARRIS. P.E. AR. REG. NO. 8589 VICINITY MA.P NO SCALE SEP -16-1999 12:36 GROUP RJN GROUP INC. - 9724372707 P.02 RJN GROUP, INC. Engineering and Information Technology Services An Employee -Owned Firm September 16, 1999 Mr. Sid Norbash Assistant City Engineer 113 West Mountain St Fayetteville, AR 72701 Subject: Highway 265 Water And Sewer Relocations - Phase I Dear Mr. Norbash: Attached is a copy of the Bid Tabulations for the Highway 265 project Phase I. The low bidder, Basic Construction, made a $1000.00 error in the addition of his bid total in the City's favor. We have corrected the total and the Bid Tabulation reflects this correction. In addition, Goodwin and Goodwin failed to change the Bid Item Quantities as indicated on Addendum No. 1. The correct quantities resulted in an increase of approximately $41,000 in their bid total. RJN Group, Inc. recommends that the City award the Highway 265 Water And Sewer Relocations - Phase 1, to Basic Construction of Fayetteville, Arkansas, in the amount of $ 1,301,170.00. Should you have any questions or comments, please call me. 12160 Abrams Road, Suite 206 • Dallas, Texas 75243 Phone (972) 437-4300 • FAX (972) 437-2707 'WM AMH 1391Md • 2 2 0(0 W V N N A (J N U O w m V m N an aw N m V N N} w N N O g a N D a S W D A N W V o N N =',G4 w 01 2�II wnn Nnn mn a O P i (§ � ma dn [ m� [ � m ( T X11 < D D D D Y i) 5! <<< i 6) p D g 16 6 6 g q 6 rT 66 myr =rAA `lausm agis ? A ommm Ogi:5yim!1ni Wt mog moittZLiga$$o"pf'fAg mg TWSlAQm t1 3` o9 .__s. ;4 5'112 Z 82 0 33 l vx a io la m piagaS oaaaNovc; W p :HAW II now Ii V 41.11: g33 twwv S Ym non tit 8Szmg c NZAtiAf 0wniFc• S ial _Bea xi31'$9 �~ m3 m F c. 0 Z 0 0 0 g a .. ^88 S 8 E i1 O¢ V 6 ,Ni w o i5 6 a E C R 2 8$-& M W= ,Nn L 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 • n i S S S 5 a a p C1 6 P S 8 8 8 8 8.8 8 8 8 8 8 8 8 S S m E 25 25 8 8 8 8 8 8 II O t5 § N 8 8 8 8 8 15 25 S S O 5 .NN o 8 g 8 8 8 8 8 8 8 yy x 'h t4 N v m Aay y+ Io N N P a g qq N N..N O fi O O O O O W A ; l V$ O O G N 0 O N J 0 R 0 51&.g011 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 888868888 8 8 Sr u ;• It N8 }8 a w s F pr. r. s a ,I 5 {Ny lg Y' x pun2 .ys is C PRQ c o b S § 'dy' t i S i5 p il N l E o 5 i P P O 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 n+; fn m �oI i3 ki g g i II g 8 8 8 8 8 8 8 +wi 1 w 8 8 u 8 8 8 8 8 S 8 8 8 8 8 8 8 S 8 8 8 8 8 8 5555 8 8 8 8 8 8 8 8 8 8 it n nx4ww ssiye�@s@tIys"�sa,TRRasp;QPQgNgN 1 t5 i3 ,Id g O a i P§ giV fi b 6 6 5 5 8 8 S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0yah�iasppsy"I1gq1u1 o t1b 5 C F P P? 8 8 8 8 8 8 8 8 8 8 ciao yQ g �Rp pp pp GRj pp }}�� 5Q� RR QQ go m p 25 b O O P m i5 ,v'� ,iii $i i3 p R 8 S o u- vl N ,."i .(°i 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 88 ssaass88888888888888888a8888888s8 £9'd LOGZG£P&6 'SNI df10a9 NMI 9£:Z1 6661-9T-d3S rlr 59Z AMH 1 3SYHd k r2 L02z 6 'DN1 @ s: 6 la1— S 5: } \ \ Traffic Control Cbes 7 Aggregate badrflll 4owable (slay) bac1E811 Kieft bacidull 15" Dia PVC Sanitary Sewer Pipe r Dia. PVC Sanitary Sewer Pipe E Db. PVC Sanitary Sewer Pipe Abandon 4' Dia. Standard Manhole Construct 4' Ma Standard Manhole Remove 12" Sewer Plpe Plug b1s&1g 14" Sewer Cut 8 Plug Existing r Sewer Cut 8 Plug Pasting 8" Sewer Surface Mitac Documentation TV Inspection of Ex. 8' and 8" SS Sodding To Match Existing Sod Seeding and Mulching Topsail Resident Notification of Service interruption Mobilization and Storage 16" Steel Split Cavin 16" Steal Casing, Sore 8 Jack Outside R.O.W. �/ ( $ \ q,Z Al i,§§4,N,§§■¥,`§N „ f n, 8see,..;8888 88N8 CI 888$\ } gr,##,. , -# !,2 „fes §■§§■■§|§§§■§k§2■|§§|kms 8888,, „m■B8888b8;■888• §■ki;,.a)ee„ ■§@88,7 8888888„ 8888888888888. 4) .2,lr,,,�Ti,...:aal;a,P2} §0§§e!m■■§§§|/m■#§§■§■ aeeg,sSg8888E8g8888g8 §§$$,-Ith.tk■■■§§# 8888m8868888e,ees88888 ■ „ ■,m■ § ■#`,■,p=f $ -_ §,!■#■ «§k§m9|#■|§t|kk§!m§4■■ 888888588888888888888' kf 'DN1 @ s: 6 la1— S S0'd 1H101 a r n z 9 S0'd LOL2L£62L6 3 Wyiyyf 0W yyVtpraaV aaaaaaayyyy + ADDRIOHAL WORK: JANICE AND GARLAND AVE WATER UNE AND PAR COURT AND WA' YES WATERLINE _ d::°::... WE :» • �.. . p'. � (.f N (� �,! N S N 8 8.. 8 8 N O N p� V W N i V Y rr 99956 �1t m r� X11 r rr g $ to $ 2 3a �4 a o g a$ SKRRL !p e m E3 :40.0.4 w . w, 8 a4 1 ° a s N o YY � kg. --.11 m m 2 m i 8 l o 9= :S 8 ^S �F 2�' o PP Qi i N c %li 12; m Si • m m W . 5 1 E �i- i i 8i 1 a 1 w$ 8 8 8 N P 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8z..; .. m mM M N ; ;pn si xt2V ! wSO $#RQRqq 8 8100P8 88888 8 888 888 8 888 8 8 8 8 u•6q N u5 p i p qq wp� u u w u o w O A l ."'i ' S Q O A 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 nt' 'r. 8 8 8 8 8 8 8 8 8 8 8 M P tl 8 8 8 8 8 8 8 8 8 8 r 8 8 8 8 8 8 8 8 8 8 5 8 8 8 8 8 8 8 8 8 8{°W' pC71! N E,5`5��R� sem' N a !Z!S� IRn rr�� � _`upR Qn g '3p !S �$ ]7 k¢{ S �, E E i5 0$ g 6 I R 8; E E 8 D o$ R R f3 888458 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 y C O G YI N N 8 14 g Q m a R g p o$$ 8 8 8 8 B 8 8 8 8 8 8 8882888888 i OV V n A' PM m xa p § A g g S fi 8 8 8 8 8 8 m Mg pop _m P . .. m ,ri rP X q- !mJ A g S a p SC P g N a - E 25 A m 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 4 a o O' m 8 8 '3N1 dfOaO Nfa L£:2T 6661-9T-d3S 0 Dn m o rr„, ora z maw N M mA ym in z m m 0 D 0 zz AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM / , 6 -de) MICROFILMED For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash A✓ Engineering Public Works Name Division Department ACTION REQUIRED: (a)Approval of the Change Order #6 to the Construction Contract with Basic Construction Co., Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations Phase II, in the amount of $33,400. COST TO CITY: $33.400.00 Cost of this Request 5400-5600-5808-00 Account Number 99 20 (extra work) 97043-20 Project Number $3,148,543 Hwy 265 Water & Sewer Reloc. Category/Project Budget Category/Project Name $7 7.22, Sock Water & Sewer Funds Used To Date Program Name $4Z -10i Water & Sewer Remaining Balance Fund BUDG T IEW: Budget Coordinator X Budgeted Item X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Purchasing Officer GRANTING AGENCY: ///o%/ ADA Coordinator Date Date Date 1 /10 /01 Date STAFF RECOMMENDATION: Approval of the Change Order #6. Dep- rtment Director Mayor L A1. -,.t.,. at Services Director tr 411 ae 01441 Date (Date 074 Date Cross Reference /./9 /7 New Item: Yes_ No X Contract #: 755 Resolution Orig Contract Date: 2-1-00 Staff Review Form • • Description/ Hwy 265 Water & Sewer Reloc. Meeting Date MM"/ort Stcgr..-',vale_ Project Name C.O. # 6 Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Dan Coody, Mayor Thru• Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer% Date: December 6, 2000 Re: Highway 265 Water & Sewer Relocations Phase II -Basic Construction Company - Change Order #6 The attached Change Order #6, in the amount of $33,400.00, for the above referenced project was necessitated because of the various contractor's claims for the construction of the above referenced project. The justification is stated on the attached change order. We request your approval of this change order. SN/sn GROUP RJN GROUP, INC. Engineering and Information Technology Services • An Employee -Owned Firm Mr. Sid Norbash City of Fayetteville 110 Mountain Fayetteville, AR 72701 Dear Mr. Norbash: January 16, 2001 4 Y .K: CFF " ` E D JAN 1620 fki,kii told Re: Route 265 Water and Sewer Relocation Phase II Basic Construction Company, Inc. submitted a claim on July 20, 2000 in the amount of $129,650.00 for delays caused by conflicts with telephone facilities in the path of the proposed 24" water line. On August 18, 2000, Basic submitted another claim in the total amount of $136,123 00 This latter claim involved anticipated work in tying in the 24" water main with an existing main, extra work involved in rerouting an 8" line along the westerly portion of Route 45, difficulties in boring across Route 265 in front of the Hyland Church, and lost time while attempting to tie into the existing 24" line. The claims thus totaled $265,773.00. A portion of the latter claim was addressed in Change Order 3 thus removing $38,460.00 from the total amount of the claims. The balance was the subject of intense negotiation between the Contractor, Engineer and City Staff. While many of the claims were without merit, others had validity though were overstated. The City Staff ultimately was able to settle the remaining claims of $227,313 with the Contractor for the sum of $33,400.00. Given the fact that there was some validity to these claims, that the Contractor is known for litigating with owners and the sum in controversy was nearly seven times the amount to be paid, the settlement (considering the costs of litigation and the uncertainty of any litigation) is fair and we recommend it. Paul E. Thompson Resident Project Representative 5401 S. Sheridan Road, Suite 302, Tulsa, Oklahoma 74145 Phone (918) 627-9737 • FAX (918) 627-1347 1‘ Lill • RESOLUTION NO. 16-00 c;It, 6‘4-5 • A RESOLUTION AWARDING BID NO. 2000-11, IN THE AMOUNT OF $2,107,961, TO BASIC CONSTRUCTION COMPANY, INC., FOR PHASE II, HIGHWAY 265 WATER AND SANITARY SEWER RELOCATIONS; APPROVING A 10% CONTRACT CONTINGENCY IN THE AMOUNT OF $210,796.10; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1. That the City Council hereby awards Bid No. 2000-11, in the amount of $2,107,961, to Basic Construction Company, Inc., for Phase II, Highway 265 water and sanitary sewer relocations, and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a 10% contract contingency in the amount of $210,796.10. Section 3. The City Council hereby approves a budget adjustment in the amount of $1,117,786 increasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project No. 97043 20, in the amount of $470,786 and Building Cost, Acct. No 5400 5600 5804 00, Project No. 98076 20 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. ASSED AND APPROVED this1" day of February , 2000. APPROVED: By Al B eather Woodruff, City Cler • OWNER: PROJECT NAME: LOCATION: CONTRACTOR: CHANGE ORDER CITY OF FAYETTEVILLE HIGHWAY 265 WATER AND SEWER RELOCATIONS, PHASE 2 FAYETTEVIILLE, ARKANSAS BASIC CONSTRUCTION CO, INC. L DESCRIPTION OF CHANGES INVOLVED II The following changes are made to the Contract Documents: Sheet 1 of 2 Change Order 6 Project No. 18-14850 Date: October 30, 2000 A) During the progress of the work on the above project, various claims were filed by the contractor totaling $265,773.00. These claims, filed on July 20, 2000 and August 16, 2000 arose out of claims by the contractor for additional compensation due to conflicts with telephone cables, many of which had not been relocated notwithstanding the agreement of Southwestern Bell to do so; due to extra concrete being required for blocking; due to delays caused by attempts to tie to the existing 24" water line referred to in Change Order 5 and due to the necessity of relocating the W-11 line to avoid newly installed utilities. The City staff after consultation with the consulting engineers has negotiated a settlement of these outstanding claims with the contractor in the amount of $33,400.00. It is expressly agreed and understood that any claims with Southwestern Bell are not included in this agreement. ADJUSTED CONTRACT PRICE CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of THIRTY- THREE THOUSAND FOUR HUNDRED AND NO/100 ($33,400.00) DOLLARS in full settlement of any and all claims of the contractor for items set forth above excluding amounts as may be due for contractual items installed to date or retained. 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED THIRTY-EIGHT THOUSAND THREE HUNDRED NINETY- EIGHT AND TWO/100 ($2,438,398.02) DOLLARS. 3) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract All of the provisions of the Original Contract with respect to guarantees shall apply. Should any other unit item be required the provisions of the Original Contract, including the Page 1 of 2 G:\CONTRACT\Basic Construction ChangeOrder 12.01.00.doc Approvals: 1, (rorpurcha,meke r a us. only) • Mayor: ' I ' Department Director: Purchasing Manager: Admin. Services Dir=ctor`\ �y,aW,�' �` Budget Coordinator: Data Processing Mgr: Special Instructions: Please return PO to Engineering Requester: Sid Norbash Description: Quantity Unit Unit Extended of issue Cost Cost (City: Fayetteville Ldress: PO Box 1208 . r Vendor#: 04026 CITY OF FAYETTEVIL Purchase Requisition (not a purchase order)_ SHIPPING/HANDLING Water & Sewer Relocations Phase II, Extra Work ons . Widening (Hwy. 45 to Hwy. 16 E) a) Approval of Change Order #6 CO d ED - Pi (Vendor Name: Basic Construction Company___ Zip: 72702-1208 +n w Lo 0 1 5400-5600-5808.00 _ *Requester's Employee#: 76 Account Number: Ship To Code: 090 FOB Point: 99043-20 Project/SubProject Number: co O N R O km Division Head Approval: m m N N V N Z 0 m y. 0 Z 0 [Re.quisition No.: P.O. Number: notal: $33,400.00 rAL: < < # E ET Q Expected Delivery Date: ASAP v N m r i 0' rn 0 r Fixed Asset# a • OWNER: PROJECT NAME: LOCATION: CONTRACTOR: • CHANGE ORDER CITY OF FAYETTEVILLE HIGHWAY 265 WATER AND SEWER RELOCATIONS, PHASE 2 FAYE 11EVIILLE, ARKANSAS BASIC CONSTRUCTION CO, INC. I. DESCRIPTION OF CHANGES INVOLVED The following changes are made to the Contract Documents: • Sheet 1 of 2 Change Order 6 Project No. 18-14850 Date: October 30, 2000 A) During the progress of the work on the above project, various claims were filed by the contractor totaling $265,773.00. These claims, filed on July 20, 2000 and August 16, 2000 arose out of claims by the contractor for additional compensation due to conflicts with telephone cables, many of which had not been relocated notwithstanding the agreement of Southwestern Bell to do so; due to extra concrete being required for blocking; due to delays caused by attempts to tie to the existing 24" water line referred to m Change Order 5 and due to the necessity of relocating the W-11 line to avoid newly installed utilities. The City staff after consultation with the consulting engineers has negotiated a settlement of these outstanding claims with the contractor in the amount of $33,400.00. It is expressly agreed and understood that any claims with Southwestern Bell are not included in this agreement. ADJUSTED CONTRACT PRICE 11 CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of THIRTY- THREE THOUSAND FOUR HUNDRED AND NO/100 ($33,400.00) DOLLARS in full settlement of any and all claims of the contractor for items set forth above excluding amounts as may be due for contractual items installed to date or retained. 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED THIRTY-EIGHT THOUSAND THREE HUNDRED NINETY- EIGHT AND TWO/100 ($2,438,398.02) DOLLARS. 3) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract. All of the provisions of the Onginal Contract with respect to guarantees shall apply. Should any other unit item be required the provisions of the Original Contract, including the Page 1 of 2 G:\CONTRACT\Basic Construction ChangeOrder 12.0I.00.doc