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