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