Loading...
HomeMy WebLinkAbout181-02 RESOLUTION1 RESOLUTION NO. 181-02 A RESOLUTION APPROVING AN AMENDED CHANGE ORDER NUMBER 4 TO THE CONSTRUCTION CONTRACT WITH TOWNSHIP BUILDERS, INC. IN THE AMOUNT OF ONE HUNDRED NINETY-FIVE THOUSAND THREE HUNDRED DOLLARS ($195,300.00) FOR THE DOWNTOWN DICKSON ENHANCEMENT PROJECT (DDEP); APPROVING A REVISED IN-HOUSE ENGINEERING EXPENSE IN THE AMOUNT OF SEVENTY-FOUR THOUSAND SEVEN HUNDRED DOLLARS ($74,700.00); AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF TWO HUNDRED SEVENTY THOUSAND DOLLARS ($270,000.00) FOR SAME. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of Fayetteville, Arkansas, hereby approves an amended Change Order Number 4 to the construction contract with Township Builders, Inc. in the amount of One Hundred Ninety -Five Thousand Three Hundred Dollars ($195,300.00) for the Downtown Dickson Enhancement Project (DDEP). The City Council does not agree to extend the time of completion of this contract. A copy of the amended Change Order Number 4, marked Exhibit "A" is attached hereto and made a part hereof. Section 2. That the City Council of Fayetteville, Arkansas, hereby approves a revised In -House Engineering expense in the amount of Seventy -Four Thousand Seven Hundred Dollars ($74,700.00). Section 3. That the City Council of Fayetteville, Arkansas, hereby approves a Budget Adjustment in the amount of Two Hundred Seventy Thousand Dollars ($270,000.00) for same PAFSOrprand APPROVED this 19th day of November, 2002. a :S C aa af By: //l/lirtl� (fiEATHER WOODRUFF, ity Clerk NAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No.181-02 Document • 1 11/19/02 Resolution # 181-02 2 11/23/00 Change Order # 4 3 11/23/02 Staff review form 4 11/19/02 Budget adjustment 5 12/09/02 Memo from Heather Woodruff, City Clerk to Sid Norbash, Engineering NOTES: • CHANGE ORDER NO. 4 Project Title: Downtown Dickson Enhancement Project Project No. 98097-20 Contract No. 02-14 Contract Date 3-19-2002 Contractor: Township Builders. Inc. The following changes are hereby made to the contract documents: Addition to the contract: Section (A) per attached form $ 22.382.50 Section (B) per attached form $ 15,875.00 Section (C) Per attached form $157.042.50 Justifications: Total $195,300.00 The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor and City Council. These items were omitted from their original design. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: $2.948.590.30 $2.995.429.30 $ 195,300.00 $3.190.729.30 • • Change Order #4 Page 2 Dickson St. Enhancement CHANGE TO CONTRACT TIME Township Builders will be granted 102 extra calendar days to complete the additional work. Therefore the substantial completion date will move from April 15, 2003 to July 26, 2003. The date of full completion will move from August 1, 2003 to November 10, 2003. APPROVALS REOUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Approved by Contractor Approved by Mayor ,/deze d;.4z-ltfrz/ Date // %eivt - Date t -J D% date- /(40-2.-- • CHANGE ORDER NO. _A_ • Project Title: Downtown Dickson Enhancement Project Project No. 98097-20 Contract No. 02-14 Contractor: Township Builders, Inc. Contract Date 3-19-2002 The following changes are hereby made to the contract documents: Addition to the contract: Section (A) per attached form Section (B) per attached form Section (C) Per attached form Justifications: $ 22,382.50 $ 15.875.00 $157,042.50 Total $195,300.00 The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor and City Council. These items were omitted from their original design. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: $2.948.590.30 $2,995,429.30 $ 195,300.00 $3,190,729.30 • • Change Order #4 Page '2 Dickson St. Enhancement CHANGE TO CONTRACT TIME Township Builders will be granted 102 extra calendar days to complete the additional work. Therefore the substantial completion date will move from April 15. 2003 to July 26, 2003. The date of full completion will move from August 1, 2003 to November 10, 2003. APPROVALS REOUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by fect, /`L+a,/ Date // 7—eaiZ Approved by Contractor /_%! �� Date //- 7IW Approved by Mayor / t l G6Y�i � date 3/424 NOV-07-2002 THU 04:28 PM THIP BUILDERS FAX N0. 5041043839 1 11/07/2802 17 13 479-575-8202 ENGINEERING C.O.F. CUMIN ORDER NO. ..A. P. 02 PAGE 82 Project Title; bowntown niekgo@ gylanasmont Bs'R'J1 Project No. 98097-90 Contract No. 0Z-14 Contract Date 3-79^2002 Contractor: Tawnehip sniliare Inc. The following changes are hereby made to the contract documents: Addition to the contraat: Section. (A) per attached form Scotian (3) per attached form ' Section (C) Per attached Ears Justifications: $ 22,382.50 $ 15.875.00 $151.O42.5O • Total 4195,300.00 -r.7====......======="1"--m= The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor.and City Council. These items were omitted from their original design. Original' Contract Price: a j94!.590.30 As adjusted by previous changes: � SQ29.30 This C.O. will increase contract by; $ 195-300.00 The new contract price will be: $3.190,729.30 _ NOV-07_2002 THU 04:28 PM TOIP BUILDERS 11/07/2802 17:13 479-575- 2 Change Order #4 Page 2 • Dickson St. Enhancement FAX NO. 501 ENGINEERING C.O.F. P. 03 PACE 03 CHANGE TO CONTRACT TIME • Township Builders will be granted 102 extra calendar days to complete the additional work. 00 '0 Auaust 1. 2003 to November 10, 2003- AEPROVALS REOOTRED To be effective this change order must be approved by the Owner if it changes the scope or objective .of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Date Approved by Contractor , �^'^ J..�+ Date50/L date (L/2 c17--- Approved by Mayor NOV-07-2002 THU 04:28 PM T1SHIP BUILDERS 11/07/2902 17 13 479-575-8202 FAX N0, 541143839 ENGINEERING C.O.F. MANOR ORDBR NO. • P, 02 PAGE 02 Project Title: Downtown nicksecUMWWWWOMMUMLJEIDMIRCt Project No. 98097-20 Contract No. OZ -14 Contract Date 3-19-2002 Contractor:.Townahin Builders inc The following changes are hereby made to the contract documents: Addition to the contract: 9vatioa (A) per attached fora Section Section (B) per attachod form (C) Per attached form $ 22,382,50 $ 15,675.00 Total $195,300.00 Justifications: The justifications for the above referenced cast items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor and City Council. These items were omitted from their Original design. Original'Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: ,S2 949.590,30 :2,995.429.30 $ 195-300.00' sa_ia0,729.30 '> NOV-07-2002 THU 04:28 PM TOW IP BUILDERS 11/07/2802 17 13 479-575-2 Change Order #4 Page 2 Dickson St. Enhancement CHANGE TO CONTRACT TIME • FAX NO. 501"839 P. 03 ENGINEERING C.O.F. PAGE 03 i Township Builders will be granted 1D2 extra calendar days to complete the additional work. �- -_ am' " _ 1 2003 to Crnly 2F. 2003- The rlate of full nnmnlrt<on will nova from August 1. 2003 to November 10. 2903_ APPROVALS REQUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective ,of the project, or ae may otherwise be requited under the terms of the General Conditions of the Contract. Requested by Date Approved by Contractor t .- 4si. Date / -7-0?— Approved 7'0LApproved by Mayor ` �'� / dater/2'J —I 440V-07-2002 THU 04:28 PM TO IP BUILDERS 11/07/2082 17 13 479 -575 - FAX NO. 501 3839 ENGINEERING C.O.F. PAGE 82 P.02 ORANaa OBDRR NO. Project Title: bowntoup nickyen Ethan, ..•,.-.t Proloo* Project No. 98097-20 Contract No. 02.-14 Contract Date 3-19-2002 Contractor: Township Bulldogs Tne. The following changes are hereby made to the contract documents: Addition to the centraet: Stetion (A) per attached form $ 22,302.50 Section (S) par attached fere d 15.678.00 Section (C) Ter attached form $157 042.50 Total $195,300.00 = =116==romit=====laWala= Justifications: The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor and City Council. These items were omitted from their original design. Original' Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: 52.948.990.30 412.995.429 30 $ 191_300.00 NOV-07-2002 THU 04:28 PM TOWNSHIP BUILDERS 11/07/2002 17 13 479 -575 -BO Change Order #4 Page 2 Dickson St. Enhancement FAX NO. 5016 39 ENGINEERING C.O.F. CHANGE TO CONTRACT TIME Township Builders will be granted complete the additional work. P. 03 PAfIE 83 102 extra calendar days to will move from April 15. Thereforethe substantial coma io data 00 - � �0 puaust 1. 2003 to November 10, 200$a, ApPROV'tS REWIRED To be effective this change order must be approved by the Owner if it changes the scope or objective .of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Date Approved by Contractor Date 11-7 0 L Approved by Mayor L //� date / ` NOV-07-2002 THU 04:28 PM TeIP BUILDERS 4 11/07/2882 17:12 479-575-8202 FAX Na 501143839 P. 02 ENGINDE ING C.O.F. PAGE 02 CSANOK Q&DzR NO. _A_ Project Title: Downtown Dickson E» nawmwnt Prolpcf; Project No. 98097-20 Contract No. OZ -14 Contract Date 3-19-2002 Contractor: Township Sui3.dein tac The following changes are hereby made to the contract documents: Addition to the contract: Section 00 per attached form Section (3) per attached fora Section (C) Per attached form Total SUstiftcatione: S 22 382.50 $ 15.875.00 $157.042.50 $195,300.00 ======mm. --m= • The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor.and City Council. Theseitems were omitted from their original design. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: 92,948. ;2.995. $ 195. $3.190, 5,89.30 429.30 300.00 729.10 NOV-07-2002 THU 04:28 PM TOWIP BUILDERS ✓ 11/07/2002 17:13 479 -575 - Change Order #4 Page 2 • Dickson St. Enhancement FAX NO. 501"839 ENGINEERING C.O.F. P. 03 PAVE 03 CHANGE TO CONTRACT TIME Township Builders will be granted 102 extra calendar days to complete the additional work. 00 - .0- P,uaust 1. 2003 to November 10, 2003- APPROVkLS REOUTREO To be effective this change order must be approved by the Owner if it changes the scope or objective .of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Approved by Contractor Date Date j/-7 a Approved by Mayor date •STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of November 19. 2002 FROM: • Sid Norbash Engipeering Public Works Name Division parunent ACTION REQUIRED: Approval of: (1) the Change Order #4 to the construction contract with Township Builders, Inc., for Dickson Street Enhancement Project, in the amount of $195,300. (2) Additional funds for the in-house construction management, in the amount of $74,700.00. (3) The related Budget Adjustment in the amount of $270,000. COST TO CITY: Cost0oflE' [request $3.224.83Cate0g ry dg C,oudg Fency) Dickson Stanhry oeeanectcgecategory/Project 4470-9count47umber .00 und5�sed 10 Daze Program' et Improvements Proje9ctt N°umber $29.303.0(Sales Tax Remaining Balance Fund BUDGE "JEW: Bt get Coco m / X Budgeted Item _ Budget Adjustment Attached (to be famished) Administrative Services Director CONT CT/GRANT/LEASE REVIEW: a/54:941414 -11j ccountmg Manager City 'ftomey Purchasing Officer GRANTING AGENCY: Date flL�-u.Auu t �, 111Dat1810 a. (f b Date II$Oa- ate ADA Coordinator Date STAFF RECOMMENDATION: Approval of the Change Order #4, extra in-house eng. costs & budget adjustment. Date Cross Reference Date Admini ive Services Director / Date Mayor New Item: Yes _ NoX. Prev Ord/Res #: 52-02 ///2 1� Orig Contract Date: 3-19-2002 Date Orig Contract Number: 838 • • STAFF REVIEW FORM Descrip Di kson S . - Enhancement Project Meeting bate 11-19-2002 Change a • er #4 Comments: Reference Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Page 2 FAYETTEVII1E THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan Coody, Mayor Greg Boettcher, PWD Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer Date: November 4, 2002 Re: Dickson Street Enhancement Project Change Order #4 to the construction Contract Background: The above referenced project is a Capital Improvement Project in progress, which is scheduled for construction completion in 2003. Change of Scope: There are three items that were omitted from the original design. Attached please find the explanation letter from Atkins Engineers, and the justifications for their recommendations. Attached please find Change Order #4, and the supporting documents containing the description and the breakdown of each cost item. Recommendations• The Staff recommends approval of: (1)Change Order #4 to he existing contract with Township Builders, Inc., for an increase in the contract, in the amount of $195,300.00 (2)The additional amount of $74,700 for in-house engineering services. (3)The related Budget Adjustment in the amount of $270,000.00 Funding: Sales Tax Funds. SN/sn Attachments: Copy of the Change Order #4 / Budget Adjustment • CHANGE ORDER NO. _A._ Project Title: Downtown Dickson Enhancement Project Project No. 98097-20 Contract No. 02-14 Contract Date 3-19-2002 Contractor: Township Builders. Inc. The following changes are hereby made to the contract documents: Addition to the contract: Section (A) per attached form $ 22.382.50 Section (B) per attached form $ 15.875.00 Section (C) Per attached form $157,042.50 Total $195,300.00 Justifications: The justifications for the above referenced cost items are outlined in sections 1, 2, and 3 of the letter of Atkins Engineers to the Mayor and City Council. These items were omitted from their original design. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: $2,948.590.30 $2,995,429.30 $ 195,300.00 $3,120 729.30 • • • Change Order #4 Page 2 Dickson St. Enhancement CHANGE TO CONTRACT TIME Township Builders will be granted 102 extra calendar days to complete the additional work. Therefore the substantial completion date will move from April 15. 2003 to July 26. 2003. The date of full completion will move from August 1. 2003 to November 10. 2003. APPROVALS REOUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Approved by Contractor Approved by Mayor Date AW Date M/-&2 date a/430Z2— NOV-05-2002 TUE 04:05 PM TOWNS__.BUILDERS FAX N0. 501669 P. 02 Downtown Dickson Enhancement Project 1012002 Downtown Dickson Enhancement Project Change Order #4A Add the following work to the Base Bid to complete Change Order #4A: Item Estimated No. Ouantitv Unit Description olltent and Unit Price Bid Total Amount 1 1 Each Remove and Dispose of Grate Inlet Six Hundred dollars ($ 600.00 )/EA $ 600.00 amount written in words in figures in figures 2 10 Ton Aggregate Base Course (Class 7) Twenty Two dollars ($ 22.00 )/TON $ 220.00 amount written in words in figures in figures 3 20 Gallon Prime Coat Two dollars ($ 2.00 )/GAL $ 40.00 amount written in words in figures in figures 4 4 CY 10" PCC Base Course Ninety amount written in words dollars (S 90.00 )/CY $ 360.00 in figures in figures 5 2 Ton 2" ACHM Surface Course(PG70-22) Fifty amount written in words dollars (5 50.00 )/TON 5 100.00 . in figures in figures 6 108 Lin Ft 18" R. C. Pipe Culvert (Class 3) Forty Five amount written in words dollars (S 45.00 )/LF $ 4.860.00. in figures in figures 7 9 Cu Yd Selected Pipe and Conduit Bedding Twenty amount written in words dollars ($ 20.00 )/CY $ 180.00 • in figures in figures 8 25 Cu Yd Selected Pipe Backfill Twenty amount written in words dollars ($ 20.00 )/CY $ 500.00 in figures in figures 9 12 Cu Yd Class A Concrete Three Hundred Fifty amount written in words dollars ($ 350.00 )/CY $ 4.200.00. in figures in figures 00310-1 NOV-05-2002 TUE 04:05 PM TOWNS BUILDERS FAX NO. 5016609 P. 04 Downtown Dickson Enhancement Project 10/2002 The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Respectfully submitted, Address 7t1/7 City, 3tate (bv4 4ea all a 44 ee�,c ue'r+C. /X.a ce/� riarc # a/4Kr PC %4 aA 4w�1 evP Aw . 00310-3 NOV-06-2002 WED 09:57 AM TOWN BUILDERS FAX NO. 50166 P. 02 11/04/2002 1554 479-575-02 ENGINEERING C.O.F. PAGE 02 tt m :� . t .: C.•.t rl 11 1 J tI IiP: I •41C M. .1 - Il.r 1 :I. ...I '� :I �. I I ..111.:..• rill r.nVr ..I r1ll 1 .'.Y •.1 rr.O .:� I .11jJ '1 • ., II 11 111 rl I Il+rl tkldlur.l I 11 Ir 1 O r1 411 r ]y r 1 1111 rllu• '1 .� 1 1 11. I 11 a. ...11I •I. 1 •�, .1 ♦ .11`'1.... • ...II 1 11 1 I:v / w• I /14% ) Nc. /�v6lf 7f oQ G✓Gk4.^ .4rr 4 .s�fr' ,* a) �6 �f a / lrtsL 04 arir �aiL�/ice �wAoofl /t ar r/f� Y/nl/ " e I A 4t ,a4- Ik y,fr4fl4y. C'. N0V-06-2002 WED 09:48 AM TOWN BUILDERS FAX NO. 5016609 P. 03 Downtown Dickson Enhancement Project 1012002 The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Respectfully submitted, /O. I.r 7Zf2 Address • Lc4. A, 4/. 7/4/7. City, State // —S"i:'2 At r"412' /rr 4r 4 AS j 00310.5 N0V-06-2002 WED 04:13 PM T0WN4 BUILDERS FAX NO. 50166#9 P. 02 Downtown Dickson Enhancement Project 10/2002 10 1,165 Lb Reinforcement Steel — Roadway (GR 60) Zero Dollars and Seventy Cents dollars ($ 0.70 )/LB $ 815.50 amount written in words in figures in figures 11 17 Each Inlet Trench Frame and Grate (3 Foot Length) vu ivt>/it�/ fc. 7e - r -c. //�iJ SG. dollars ($ --- )/EA S amount writit in ords in figures in figures 12 1 Each Inlet Trench Frame and Grate (1.5 Foot Length) m dollars ($ 9)YEA $_ X9O amount written in Wnr in figures in figures 13 2 Each Manhole Ring and Cover One Hundred Ei htv dollars (S 180.00 YEA S 360.00 amount written in words in figures in figures Subtract the following work from the Base Bid to complete Change Order #4A; 14 23 SY 6" High Early Strength Concrete Paving Forty One dollars amount written in words (S—)�"4 $ 943.00 in figures in figures 15 10 LF Brick Seat Wall One Hundred Twenty dollars (S 120.00 1/EA amount written in words $ 1200.00figures in figures in figures Quantities are not guaranteed. Final payment will be based on actual quantities. 22/84 a4. TOTAL BID FOR CHANGE ORDER #4A...... $_- 00310-2 NOV-06-2002 WED 04:13 PM TOWNS BUILDERS FAX NO, 5016@ S9 P. 03 Downtown Dickson Enhancement Project 1012002 Downtown Dickson Enhancement Project Change Order #4B Add the following work to the Base Bid to complete Change Order #4B: Item Estimated No. Ouautjty Unit Description of Item and Unit Price Bid Total Amount J20 �7✓G / CY Washed Rock Drainage BaclTil8s rl ✓�ia%y lC. �G 1040 Y.e. dollars (S )/EA S 2 amount written in words in figures in figures 2 120 Lin Ft 30" C.P. Pipe Culvert 00 dollars (S tILF S lGGY) . amount written in words in figures in figures 3 30 Cu Yd Selected Pipe and Conduit Bedding Twenty dollars (S_ 20.00 1/CY $ 600.00 amount written in words in figures in figures 4 3 Cu Yd Class A Concrete Three Hundred Fifty dollars (S 350.00 )/CY S 1,050.00 amount written in words in figures in figures 5 350 Lb Reinforcement Steel — Roadway (GR 60) Zgro Dollars and Seventy Cents dollars (S 0.70 )/LB $ 245.00 amount written in words in figures in figures 6 1 Each ManholeRing and Cover One Hundred Eiger _ dollars (S_180.00 �/EA $ 1.80.00 amount written in wordsin figures in figures Quantities are not guaranteed. Final payment will be based on actual quantities. TOTAL. BID FOR CHANGE ORDER #48,,..., $ eo 00310-4 7 d /'1 II NS Lowell, AR ll,AR 2 Lo72745 Telephone 479.770.5800 Fax 479.770.5801 info®atkinsamericas.com www. atkinsamericas.com November 7, 2002 Mayor Dan Coody and Fayetteville City Council 113 W. Mountain Fayetteville, AR 72701 RE: Downtown Dickson Enhancement Project Mayor Coody and City Council, As the design consultant for the Downtown Dickson Enhancement Project, we are writing to recommend that the City Council approve a change order to increase the current contract. The proposed change order will provide compensation to the contractor for three items: 1) Additional drainage structures at Arkansas Avenue, 2) Backfill of an old, abandoned aqueduct, and 3) Correction of an error in the quantity of concrete brick pavers. The total cost of these three items is $195,300.00, and the cost details are attached to the change order form. A detailed description of each of these items is included below for your review. 1. Arkansas Avenue Drainage The Arkansas Avenue intersection slopes southeasterly from the University of Arkansas sidewalk toward the Bank of America driveway. The storm runoff sheets across this intersection. In our design we proposed to let this storm runoff continue to flow across the intersection and not try to rework the slope of Arkansas Avenue at that crossing. We did add new storm drainage inlets and pipes in the south curb of Dickson Street to intercept the flow as it reaches the south curb. During the construction, we discovered an existing inlet and drainage pipe in the northwest curb radius of Arkansas Avenue. The inlet is located such that our new curb would cross over the top of the grate inlet. Since this inlet was found and needs renovation, we recommend that the design be revised to capture the runoff in a new trench grate across Arkansas Avenue. This will reduce the runoff in the intersection making it safer for pedestrian and vehicular traffic. It will also prevent the water from running over the Razorback emblem, reducing maintenance and rehabilitation. The cost for these added drainage features is $22,382.50. 2. Old Aqueduct Field research and investigations were carried out during the design to learn what we could about the old aqueduct. During these investigations, we found that both ends of the aqueduct had been previously closed off and the storm water it previously carried had been diverted to a new storm sewer system. We also learned that a corrugated pipe had been placed in the aqueduct and a new sidewalk had been poured over it to serve as a lid or top. ATKINS XLowell, AR 2 AR 72745 Telephone 479.770.5800 Fax 479.770.5801 info®atkinsamericas.com www.alkinsamericas.com During construction of the proposed storm sewer, the contractor exposed the stone sidewall of the old aqueduct and in the process, dislodged some of the stones that comprise the wall and support the existing sidewalk. With the sidewall exposed, we were able to see that it was not sound and should not be used to support the new sidewalk. Therefore, to improve the stability and safety of the proposed sidewalk, it is recommended that the aqueduct be filled with compacted gravel. The new sidewalk can then bear on the gravel rather than spanning over the open aqueduct and bearing on the old stone wall. When the aqueduct was exposed during construction, we also learned that there is some existing water in the aqueduct and the corrugated pipe only extends about halfway up the aqueduct. In order to accommodate the existing flow through the aqueduct, we recommend that the corrugated pipe be extended the full length of the new sidewalk. The additional cost for the work required in the aqueduct is $15,875.00. 3. Concrete Brick Pavers The final item concerns the quantity calculation for the concrete brick pavers. Our bid proposal included 13,499 square feet of concrete pavers for Dickson Street. However, the quantity should be 27,500 square feet. We had originally separated the pay items and quantities for the intersections and the crosswalks because it was not decided what type of pavers would be used in each place. When the final decision was made to use the same type of pavers in both the crosswalks and the intersections, we knew that only one pay item was needed. When we deleted the now extra pay item from the bid form we failed to add back the deleted quantity to the remaining pay item. The unit price for concrete pavers is established in the contract but the quantity is only half of what it should be. The omitted quantity must now be added back into the job. The increase in the concrete paver quantity will cost $157,042.50. I know that City funds are tight so I deeply regret the pressure this places on you. However, I am convinced that this change order is necessary and I recommend your approval. I hope these explanations are clear. However, we will be glad to answer any questions you may have regarding any of these items. You can reach us at (479) 770-5800, and we will attend the City Council meeting on November 19 as well. Sincerely, Gary Carnahan, Y.E. Managing Director City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Public Works Date Requested 2002 Division: Engineering 11/19/2002 Adjustment Number Program: Sales Tax Capital Improvements Project or Item Requested: Project or Item Deleted: $270,000 to the Dickson Street Improvements capital $270,000 from the Mount Sequoyah W&S System project Upgrade capital project. Justification of this Increase: The additional funds are needed to cover the cost of Change Order #4 which is for additional paver bricks, additional drainage work at Arkansas Avenue, drainage channel at West & Dickson. In addition funding is needed to cover the cost of In- house engineering services. istification of this Decrease: The project is currently on hold. Increase Expense (Decrease Revenue) Account Name Account Number Amount Project Number Street improvements 4470 9470 5809 00 270,000 98097 1 Decrease Expense (Increase Revenue) Account Name Account Number Amount Project Number Water line improvements 4470 9470 5808 00 270,000 01023 1 Approval Signatures Admini two Services Director MM_�00 Y U•o7• oZ Date //' %-ot Date //-t 7-O2 Date Date Budget Office Use Only Type: A B C V E Date of Approval Date Initial Posted to General Ledger Date Initial Posted to Project Accounting Date Initial in Category Log Date Initial Project Title: Downtown Dickson Enhancement Project Project No. 98097-20 Contract No. 02-14 Contract Date 3-19-2002 Contractor: Township Builders Inc Original Contract Price: As adjusted by previous changes: Change Order #1 add $60,000.00 Change Order #2 add $13,244.00 Change Order #3 subtract $26,385.00 Change Order #4 Part A $ 22,382.50 Part B $ 15,875.00 Part C $157,042.50 total $195,300.00 The new contract price will be: i:n.i*nip $3.190.729.30 Revised In -House Construction management $ 74,700.00 Total Increase as the result of Change Order #4 $270,000.00 C Engineering & Construction Management Revision to the Cost Estimate Dickson Street Enhancement Project As the result of the complexity of this project, and the additional time added by Change Order #4, the in-house engineering expenses are hereby revised and estimated as follows: City Engineer $ 2,772 Staff Engineer $26,455 Project Inspector $39,146 Survey Crew $ 6,327 Total $74,700 FAYETTEVIL!.E 0 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: December 9, 2002 Attached is a copy of Resolution # 181-02 approving change order #4 to the construction contract with Township Builders, Inc. for the Dickson Street Enhancement Project, in the amount of $195,300. I am also returning 2 signed copies of change order # 4. The original resolution and the original change order will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor • • ,_i,-S CHANGE ORDER NO. 4 MICROFILMED _Project Title: Downtown Dickson Enhancement Project Project No. 98097-20 Contract No. 02-14 Contract Date 3-19-2002 Contractor: Township Builders. Inc. The following changes are hereby made to the contract documents: Addition to the contract: Section (A) per attached form Section (B) per attached form Justifications: $ 22.382,50 S 15.875.00 Total $ 38,257.50 The justifications for the above referenced cost items are outlined in sections 1 and 2 of Atkins / Benham's letter. These items were omitted from their original design. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by The new contract price will be: CHANGE TO CONTRACT TIME: 42 calendar days will be added to the contract time, therefore the substantial completion date will be changed from April 15, 2003 to May 28, 2003. The full completion date will be changed from August 1, 2003 to September 13, 2003. APPROVALS REQUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by Approved by Approved by Date /O2- Date /2'1,7-0L date 1__7__3 • 117 Parkwood Lowell, AR 72745 Telephone 479.770.5800 Fax 479.770.5801 info®atklnsamericas.com www.atkinsamericas.com November 7, 2002 Mayor Dan Coody and Fayetteville City Council 113 W. Mountain Fayetteville, AR 72701 RE: Downtown Dickson Enhancement Project Mayor Coody and City Council, As the design consultant for the Downtown Dickson Enhancement Project, we are writing to recommend that the City Council approve a change order to increase the current contract. The proposed change order will provide compensation to the contractor for three items: 1) Additional drainage structures at Arkansas Avenue, 2) Backfill of an old, abandoned aqueduct, and 3) Correction of an error in the quantity of concrete brick pavers. The total cost of these three items is $195,300.00, and the cost details are attached to the change order form. A detailed description of each of these items is included below for your review. 1. Arkansas Avenue Drainage The Arkansas Avenue intersection slopes southeasterly from the University of Arkansas sidewalk toward the Bank of America driveway. The storm runoff sheets across this intersection. In our design we proposed to let this storm runoff continue to flow across the intersection and not try to rework the slope of Arkansas Avenue at that crossing. We did add new storm drainage inlets and pipes in the south curb of Dickson Street to intercept the flow as it reaches the south curb. During the construction, we discovered an existing inlet and drainage pipe in the northwest curb radius of Arkansas Avenue. The inlet is located such that our new curb would cross over the top of the grate inlet. Since this inlet was found and needs renovation, we recommend that the design be revised to capture the runoff in a new trench grate across Arkansas Avenue. This will reduce the runoff in the intersection making it safer for pedestrian and vehicular traffic. It will also prevent the water from running over the Razorback emblem, reducing maintenance and rehabilitation. The cost for these added drainage features is $22,382.50. 2. Old Aqueduct Field research and investigations were carried out during the design to learn what we could about the old aqueduct. During these investigations, we found that both ends of the aqueduct had been previously closed off and the storm water it previously carried had been diverted to a new storm sewer system. We also learned that a corrugated pipe had been placed in the aqueduct and a new sidewalk had been poured over it to serve as a lid or top. ATKI N S • • 117 Parkwood • // ` Lowell, AR 72745 Telephone 479.770.5800 Fax 479.770.5801 info®atkinsamericas.com www.atkinsamericas.com During construction of the proposed storm sewer, the contractor exposed the stone sidewall of the old aqueduct and in the process, dislodged some of -the stones that comprise the wall and support the existing sidewalk. With the sidewall exposed; we were able to see thatit was not sound and should not be used to support the new sidewalk. Therefore, to improve the stability and safety of the proposed sidewalk, it is recommended that the aqueduct be filled with compacted gravel. The new sidewalk can then bear on the gravel rather than spanning over the open aqueduct and bearing on the old stone wall. When the aqueduct was exposed during construction, we also learned that there is some existing water in the aqueduct and the corrugated pipe only extends about halfway up the aqueduct. In order to accommodate the existing.flow through the aqueduct, we recommend that the corrugated pipe be extended the full length of the new sidewalk. The additional cost for the work required in the aqueduct is $15,875.00. 3. Concrete Brick Pavers The final item concerns the quantity calculation for the concrete brick pavers. Our bid proposal included 13,499 square feet of concrete pavers for Dickson Street. However, the quantity should be 27,500 square feet. We had originally, separated the pay items and quantities for the intersections and the crosswalks because it was not decided what type of pavers would be used in each place. When the final decision was made to use the same type of pavers in both the crosswalks and the intersections, we knew that only one pay item was needed. When we deleted the now extra pay item from the bid form we failed to add back the deleted quantity to the remaining pay item. The unit price for concrete pavers is established in the contract but the quantity is• only half of what it should be. The omitted quantity must now be added back into the job. The increase in the concrete paver quantity will cost $157,042.50. I know that City funds are tight so I deeply regret the pressure this places on you. However, I am convinced that this change order is necessary and I recommend your approval. I hope these explanations are clear. However, we will be glad to answer any questions you may have regarding any of these items. You can reach us at (479) 770-5800, and we will attend the City Council meeting on November 19 as well. Sincerely, Z Gary Carnahan, P.E. Managing Director NOV-05-2002 TUE 04:05 PN T HIP.BUILDERS FAX NO. 501E643839 P. 02 Downtown Dickson Enhanceme, nt Protect Downtown Dickson Enhancement Project Change Order #4A 10/2002 Add the following work to the Base Bid to complete Change Order #4A: Item No. Estimated Ouantitv Unit Description of Item and Unit Price Bid Total Amount 1 1 Each Remove and Dispose of Grate Inlet Sir Hundred dollars (S 600.00 1/EA $ 600.00 amount written in words in figures in figures 2 10 Ton Aggregate Base Course (Class 7) Twenty Two I dollars (5_22.00 ' )/TON S 220.00 amount written in words in figures in figures 3 20 Gallon Prime Coat Two dollars (S 2.00 )/GAL $ 40.00 amount written in words in fires in figs 4 4 CY 10" PCC Base Course Ninety dollars (590.00 )/CY $ 360.00 amount written in words in figures in figures 5 2 Ton 2" ACBM Surface Course <PG70-22) Ott, dollars (S 50.00 )/TON S 100.00 amount written in words in figures in figures 6 108 Lin Ft 18" R. C. Pipe Culvert (Class 3) Forty Five dollars ($ 45.00 )/LF $ 4.860.00 amount written in words in figures in figures 7 9 Cu Yd Selected Pipe and Conduit Bedding Twenty dollars (S 20.00 )/CY $ 180.00 amount written in words in figures in figures 8 25 Cu Yd Selected Pipe Backfill Twenty dollars (S 20.00 )/CY S 500.00 amount written in words in figures in figures 9 12 Cu Yd Class A Concrete Three Hundred Fifty dollars (S 350.00 )/CY $ 4.200.00 amount written in words in figures in figures 00310.1 N0V-06-2002 WED 04:13 PM TLfl4SHIp BUILDERS FAX NO. 51643839 P. 02 Downtown Dickson Enhancement Project 10%2002 10 1,165 Lb _ Reinforcement Steel — Roadway (GR 60) Zero Dollars and Seventy Cents dollars (5_ 0.70 i/I B $ 815.50 amount wtittea m words in figures in figures 1I f 17 Each Inlet Trench Frame and Grate (3 Foot Length) �r 7� r.c. /15k' .Q.dollars (S)/EA S /gLtar y_ amount writte in orris in figures in figures 12 1 Each Inlet Trench Frame and Grate (1.5 Foot Length) dollars (S 17O 1MA •S amount written in wor in figures in figures 13 2 Each Manhole Ring and Cover One Hundred Eiehty dollars ($ 180.00 YEA S 360.00 amount written in words in figures in figures Subtract the following work from the Base Bid to complete Change Order #4A: 14 23 SY 6" High Early Strength Concrete Paving Forty One dollars (S 4L00 YEA S943.0) amount written in words in figures in figures 15 10 LF Brick Seat Wall One Hundred- Twenty dollars (S 120.00 YEA $ 1200.00 amount written in words in figures in figures Quantities are not guaranteed. Final payment will be based on actual quantifies. 1;9d sale. TOTAL BID FOR CHANGE ORDER #4A...... S 00310-2 NOV-05-2002 TUE 04:05 PM I NSHIP BUILDERS Downtown Dickson Enhancement Project FAX N0; •8843839 P, 04 1012002 _ The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless -obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Respectfully submitted, Address L city, State //-r-92 M4-:') kla ry�.01 wi le. .� ivy 'r/ysc� 1yilxc $ aAo�v 'c ,era tvvie. 00310-3 N0V-06-2002 WED 04:13 PM SHIP BUILDERS FAX NO, 643839 P, 03 Downtown Dickson Enhancement Project Downtown Dickson Enhancement Project Change Order #4B Add thefollowing work to the Base Bid to complete Change Order #4B: Item Estimated No. Quantity Unit 1 vUCY ✓� l.Ct amount written in words 2 120 Lin Ft 1012002 Description of Item and Unit Price Bid Total Amount Washed Rock Drainage Backrdl J" fG BS„ O4100 fee. dollars (S _YEA S m figures in figures 30" C.P. Pipe Culvert to /.G4 dollars (S 1/ F S. amp t written in words in figures in figures 3 30 Cu Yd Selected Pipe and Conduit Bedding Twenty dollars (S_20.00 )ICY $ 600.00 amount written in words in figures in figures 4 3 Cu Yd Class A Concrete Three Hundred Fifty dollars (S 350.00 1/CY $1,05(1.00 amount written in words in figures in figures 5 350 Lb Reinforcement Steel — Roadway (GR 60) Zero Dollars and Seventy Cents dollars (S 0.70 1/LB $ 245.00 amount wtittcn in words in figures in figures 6 1 Each Manhole Ring and Cover One Huey dollars (S 180._ 0;/EA $ 1.80.00 amount written in words in figures in figures Quantities are not guaranteed. Final payment will be based on actual quantities. m �sa�s _ IC. TOTAL BID FOR CHANGE ORDER #4B...... S^ % 1 00310-4 • ' N0V-08-2002 WED 09;48 AM •NSHIP BUILDERS FAX NO. •6643839 P. 03 Downtown Dickson Enhancement Project 101?002 The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Respectfully submitted, 7 Address • G ZZ 714/7. city, State �v� Wil9 yo Ir l.( 4-rn ya" r 00310.5 FAYETTEVI PLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk • Ll.y Date: January 18, 2003 Attached are three copies of Township Builders, Inc. Change Order Number 4 on the Downtown Dickson Enhancement Project. This Change Order was approved with Resolution 181-02. One original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor