Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
71-08 RESOLUTION
RESOLUTION NO. 71-08 A RESOLUTION APPROVING A PROPOSAL FROM THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT (AHTD) TO WIDEN CROSSOVER ROAD FROM MISSION BOULEVARD TO JOYCE STREET; AND REAFFIRMING THE CITY OF FAYE'ITEVILLE'S COMMITMENT OF $7,700,000.00 TO THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a proposal from the Arkansas State Highway and Transportation Department (AHTD) to widen Crossover Road from Mission Boulevard to Joyce Street. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby reaffirms the City of Fayetteville's commitment of $7,700,000.00 to the project. PASSED and APPROVED this 18th day of March, 2008. APPROVED. ATTEST: 13y: DAN COO , Mayor By: 61640.1 SONDRA E. SMITH, City Clerk/Treasurer 00„t,,, t, t,,,,, 01Y°,.,G-P M1Uo a, a � FAYETTEVILLE: • 1'111111 t1, 1, IL addd tJ 0-110 Ron Petrie ,66/(A) Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 3/18/2008 City Council Meeting Date Engineering Division Action Required: Operations Department A resolution to approve a proposal from the Arkansas Highway & Transportation Department to widen Crossover Road from Mission Boulevard to Joyce Street and to reaffirm the City commitment of $7.7 million for this project. Cost of this request 4520.9520.5809.00 Account Number 06035.0610 Project Number Budgeted Item $ 24,496,473.00 Category / Project Budget 5,002,640.36 Funds Used to Date $ 19,493,832.64 Remaining Balance Budget Adjustment Attached Crossover Road Program Category / Project Name Street Improvements Program 1 Project Category Name 2006A Sales Tax Construction Fund Name Departmen Director City Attorney . Paa, Finance andJiternal Service Director Mayo( Comments: •11.D?:' Date It to� Date 3-1 i -o' Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Mayor's Office ENTERED City Council Meeting of March 18, 2008 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Ron Petrie, City Engineer Date: March 11, 2008 Subject: A resolution approving a proposal from the Arkansas Highway & Transportation Department to widen Crossover Road from Mission Boulevard to Joyce Street and to reaffirm the City commitment of $7.7 million for this project. RECOMMENDATION: The City Council's Street Committee and staff recommend approval of this resolution to accept the Arkansas Highway & Transportation Department (AHTD) proposal to widen Crossover Road from Mission Boulevard to Joyce Street and to utilize the existing $7.7 million that was included in the Transportation Bond Program. BACKGROUND: On September 7, 2004 the City Council passed Resolution No. 137-04 that expressed "the intent of the Fayetteville City Council to participate with the Arkansas Highway and Transportation Department on Improvements to Highway 265 from Highway 45 to the Northern City Limits." Based on this resolution, the City of Fayetteville included $7.7 million in the Transportation Bond Program for this cost share which was approved on September 12, 2006 by ballot. On July 3, 2007 the City Council passed Resolution No. 122-07 that reaffirmed "the adopted policy of the City of Fayetteville that Highway 265 North of Mission Boulevard be widened as a principal arterial as depicted on the City Master Street Plan and as shown as Alternate H-.1 by the Arkansas Highway & Transportation Department." DISCUSSION: The Arkansas Highway & Transportation Department notified the City by letter on October 12, 2007 (see attached letter) that the cost estimates had recently been updated and that the current estimate including right-of-way acquisition and utility relocations has been determined to be $42.0 million. This information was presented to the Street Committee on November 5, 2007 which resulted in the City requesting and receiving additional information on the cost increases (see letter dated December 4, 2007). This information was presented to the Street Committee again on December 10, 2007. A third letter was received from Mr. Jonathan Barnett, Chairman of the Arkansas State Highway Commission that provided four (4) options for consideration by the City: 1 City Council Meeting of March 18, 2008 1. If the City opts to not partner with the AHTD, the highway department will proceed with a project to widen Highway 265 from Highway 45 to Old Wire Road. This construction cost has been estimated to be $7.7 million. 2. If the City opts to provide the full $7.7 million, the highway department will proceed with a project to widen Highway 265 from Highway 45 to Joyce Boulevard. This construction cost has been estimated to be $14.0 million. 3. If the City chooses to provide the full $7.7 million and opt to defer a portion of the 15th Street project, the highway department will proceed with a project to widen Highway 265 from Highway 45 to Zion Road. This construction cost has been estimated to be $18.6 million. 4. If the City chooses to provide the full $7.7 million and opt to defer the 1 5th Street project and the Garland Avenue project, the highway department will proceed with a project to widen Highway 265 from Highway 45 to the City limits as originally planned. The Street Committee discussed these options at the February 28, 2008 meeting and voted 3-1 to recommend to the full City Council the second option which was to proceed with the full City commitment of $7.7 million and have the highway department widen from Highway 45 to Joyce Street. BUDGET IMPACT: The City currently has $7,700,000 budgeted for this project through the Transportation Bond Program. This City Council item will not encumber these funds at this time. 2 RESOLUTION NO. A RESOLUTION APPROVING A PROPOSAL FROM THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT (AHTD) TO WIDEN CROSSOVER ROAD FROM MISSION BOULEVARD TO JOYCE STREET; AND REAFFIRMING THE CITY OF FAYETTEVILLE'S COMMITMENT OF $7,700,000.00 TO THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a proposal from the Arkansas State Highway and Transportation Department (AHTD) to widen Crossover Road from Mission Boulevard to Joyce Street. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby reaffirms the City of Fayetteville's commitment of $7,700,000.00 to the project. PASSED and APPROVED this 18th day of March, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Dan Flowers Director Phone (501) 569-2000 Fax .(501) 569-2400 The .Honorable Dan Coody Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 October 12, 2007 F.O. Box 2261 Little Hock, Arkansas 72203-2261 WWW.ARKANSASHIGHWAYS.COM RECE V ED OCT 1 7 2007 CITY OF FAYETTEVILLE MAYOR'S OFFICE Dear Mayor Coody: The department has recently updated the cost estimate for the Highway 265 widening project from Highway 45 to the City limits. The current estimate, which includes right-of-way, utilities and construction, is $42 million. In your letter to Commissioner Jonathan Barnett dated May 25, 2004, the City of Fayetteville agreed to contribute 50% of the project costs up to a maximum of $7.7 million. Under the current Statewide Transportation Improvement Program (STIP) for 2007-2010, the Department has also budgeted $7.7 million for a total project cost of $15.4 million. Therefore, as we recently discussed, it will be necessary to reduce the limits of this project to better match the funding that is budgeted in the STIP unless additional funds become available. This update is being provided for your information and comment. If additional information .is needed, please advise. c: Commissioner Jonathan Barnett Director Assistant Chief Engineer -Planning Assistant Chief Engineer -Design Programs and Contracts Planning and Research Roadway Design District 4 Job 040440 'C' File Sincerely, Frank Vozel Deputy Director and Chief Engineer ARKANSAS STATE HIGHWAY AND DEC t,; 200f TRANSPORTATION DEPARTMENT C/1 \r ,. k ; t_%/ILUi TRYOh'" 0F1=10E Dan Flowers Director Phone (501) 569.2000 Fax (501) 569-2400 . The Honorable Dan Coody Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 Dear Mayor Coody: December 4; 2007 P:0. Box 226E Little Rock; Arkansas 7Z203-2261 W W W.AR KANSASHlGjH WAYS.COM Reference is made to your recent letter requesting additional information on the increase in the cost estimate for the Highway 265 project `from Highway 45 to the Fayetteville City Limits. As you were informed in my October 12, 2007 letter, the total cost of the project is now estimated to be approximately $42 million. The original cost -estimate, which was developed in .2004, was $15.4 million for construction only. .No estimate for right of way acquisition and utility relocation was available at thattime and therefore was not included in that cost. :Development of the project is now far enough along to have more detailed information. on which to base the cost estimate. The coristructivn .costs are now estimated .to be approximately $27 million. By way of comparison, since' 2004, the Construction Cost index has increased 64% duet:, inflation: Adding 64% to the 2004 construction cost estimate would make the cost estimate $25.3 million in 2007 dollars: As you can see, the construction cost estimate is very much in line with the 'cost increases that have been realized since 2004. As you are aware, the design alternative selected, which is a median divided roadway with sidewalks and bicycle lanes.on both sides of the roadway, adds an estimated $800,000 to the project. This was not considered in the original estimate. Based on historical data, right of way and utility relocation for urban widening projects such as this are anticipated to be 33% of the construction cost. Therefore, the Department expected right of way acquisition and utility relocation to add approximately $5.1 million to the project. Right of way plans are now 70% complete, and the current estimate for right of way acquisition and utility relocation is $15 million ($7 million for right of way and $8 million for. utilities), bringing the estimated total cost of the project to $42 Million. Mayor Dan Coody December 4, 2007 Page Two The Department is willing to cover the cost for right of way and utilities, even though the current estimate is well in excess of what was initially expected. However, we are not able to cover the additional cost of construction that is expected. We must hold our contribution for construction as close as possible to the $7.7 million that is included in the Statewide Transportation Improvement Program (STIP). Considering construction, right of way and utilities, this would bring the Department's contribution to the project to approximately $22.7 million. This does not include our cost for preliminary engineering and construction engineering. We are continuing to work with the City and the Northwest Arkansas Regional Planning Commission to develop an access managementplan for the corridor. We intend to continue the development of plans for a construction project that is approximately $15.4 million. At this time, we anticipate that this project would cover the section of Highway 265 from Highway 45 to East Joyce Boulevard, a distance of approximately 2.2 miles or approximately 52% of the project length. The remainder of the project will be considered for inclusion in future STIPs. This is contingent upon receipt of the City's share of $7 7 million as specified in our agreement. We trust that this update answers your questions and concerns regarding the increased cost estimate for this project. If additional information is needed, please advise. c: Commissioner Jonathan Barnett Director Assistant Chief Engineer -Planning Assistant Chief Engineer -Design Planning and Research, Programs and Contracts Right of Way Roadway Design District 4 -Job-040440 'C' File Sincerely, Frank Vozel Deputy Director and Chief Engineer JONATHAN BARNETT CHAIRMAN SILOAM SPRINGS CARL S. ROSENBAUM VICE CHAIRMAN LITTLE ROCK R. MADISON MURPHY EL DORADO ARKANSAS STATE HIGHWAY COMMISSION P.O. Box 2261 LrriLE ROCK, ARKANSAS 72203-2261 PHONE (501) 569-2000 FAX (501) 569-2400 WWW .ARKANSASH IGHWAYS. COM February 13, 2008 The Honorable Dan Coody Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 Dear Mayor Coody: JOHN ED REGENOLD ARMOREL CLIFF HOOFMAN NORTH LITTLE ROCK DAN FLOWERS DIRECTOR OF HIGHWAYS AND TRANSPORTATION 301330 S.U0AVIH • 3111A31J3AV J0 rt110 EN H3h ❑3AEEO3H Reference is made to your recent discussion with Director Dan Flowers regarding the cost of widening Highway 265 between Highway 45 and the City Limits in Fayetteville and any options available for providing additional funds to the project. As mentioned in Frank Vozel's most recent letter to you, the total cost of the project is now estimated to be approximately $42 million, including $27 million for construction and $15 million for right of way acquisition and relocation and utility adjustments. The Department will provide the cost for right of way and utilities, but 'no funds are available beyond our present commitment of $7.7 million for construction. Two other partnering projects totaling $13 million in the City of Fayetteville are included in the current Statewide Transportation Improvement Program (STIP). The STIP includes $10 million for widening Highway 16 from Highway 71B to Stone Bridge Road and $3 million for widening Highway 112 from Highway 112 Spur to the north. Both of these projects include the City providing 50% of the construction cost, or $6.5 million. One or both of these projects could be deferred and the cost transferred to the Highway 265 project. The following options are provided for your consideration. ❑ Should the City now decide to not partner with the Department on this improvement, we will proceed with a project to widen Highway 265 from Highway 45 to Old Wire Road. The construction cost for this section is currently estimated to be $7.5 million. ARKANSAS STATE HIGHWAY COMMISSION Little Rock, Arkansas Mayor Dan Coody February 13, 2008 Page Two ❑ Should the City provide its commitment of $7.7 million, the Department will proceed with a project to widen Highway 265 from Highway 45 to East Joyce Boulevard. The construction cost for this section is currently estimated to be $14.0 million. ❑ The construction cost for the section of Highway 265 from Highway 45 to Zion Road is currently estimated to be $18.6 million. Should the City provide its commitment of $7.7 million to the Highway 265 project and choose to defer a portion of the Highway 16 project, the Department will proceed with a project to widen this section of Highway 265. Development of the Highway 112 project would continue as scheduled, and the limits of the Highway 16 project would be reduced according to the funds remaining. ❑ Should the City provide its commitment of $7.7 million for the Highway 265 project and choose to defer the Highway 16 and Highway 112 projects, the total available funding would be $28.4 million. The Department would proceed to develop the project to widen Highway 265 from Highway 45 to the Fayetteville City limits. However, should the cost for the project exceed $28.4 million, consideration would again have to be given to reducing the limits of the project. Please advise which option the City would like to pursue. If additional information is needed, please advise. Sincerely, 1$°"44°°C"1--- nathan Barnett Chairman c: Director Deputy Director and Chief Engineer Assistant Chief Engineer -Planning Assistant Chief Engineer -Design Planning and Research Programs and Contracts Roadway Design District 4 Northwest Arkansas Regional Planning Commission (3.21.08 MCiarice Dearman - Res. 71-08 Page 1 From: To: Date: Subject: Attachments: Clarice Pearman Petrie, Ron 3.21.08 3:36 PM Res. 71-08 71-08 AHTD Proposal.pdf CC: Audit Ron: Attached is a copy of the resolution regarding the AHTD proposal and reaffirming commitment. Please let me know if there Is anything else needed on this item. Have a good weekend. Thanks. aarice Clarice Buffalohead-Pearman, C.A.M.C., C.M.C. City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearman@d.fayetteville.ar.us City of Fayetteville Staff Review Form 2014-0340 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown Submitted By 7/24/2014 Submitted Date Ny byOUR Engineering / Development Services Department Action Recommendation: Division / Department Approval of Change Orders to Increase the Contract Amount of the Highway 265 Construction Contract between the Arkansas State Highway and Transportation Department and Nabholz Construction by $345,380.12. Budget Impact: Account Number 06035.2000 Project Number Budgeted Item? No Does item have a cost? No Budget Adjustment Attached? NA Fund Crossover (Mission to City Limits) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title Previous Ordinance or Resolution # Original Contract Number: Comments: 71-08 V20140710 Approval Date: /90-4 CITY OF tyeaeviue ARKANSAS MEMO MAYOR'S APPROVAL ONLY TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer 3' DATE: July 24, 2014 SUBJECT: Approval of Change Orders to Increase the Contract Amount of the Highway 265 Construction Contract between the Arkansas State Highway and Transportation Department and Nabholz Construction by $345,380.12. RECOMMENDATION: Staff recommends approval of Change Orders No. 20 and No. 21 increasing the contract between the State Highway & Transportation Department (AHTD) and Nabholz Construction by $345,380.12. BACKGROUND: Arkansas Highway 265 widening, between Mission and Joyce Blvd, is under construction by the Arkansas Highway and Transportation Department (AHTD). The City Council has committed to pay 50% of the construction cost on the project, up to $7.7 million. The AHTD received bids for construction of the project in 2011. Nabholz Construction was the low bidder at $12,612,320.32. Change Order No. 20 will add filter fabric and dumped riprap to provide slope protection of the channel at a cost of $25,380.12. Change Order No. 21 reflects incentive pay that was built into the contract for the early completion. Nabholz earned 32 working days of incentive pay equaling $320,000.00. The total cost of these two change orders is $345,380.12. DISCUSSION: The last payment to Nabholz was $12,369,012.51. The addition of the above two change orders will increase the total amount due to Nabholz to $12,714,392.63. The City has paid a total of $6,459,797.77 to the AHTD. At this present time the City's share of this project would be 50% of the $12,714,392.63 or $6,357,196.32 which is approximately $100,000.00 Tess than the City's payment. Mailing Address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayettevi lle-ar.gov BUDGET/STAFF IMPACT: This project still requires some final quantities to be adjusted under this contract, but after the final accounting has been completed, it is anticipated that the cost of construction will be approximately $100,000.00 more than the original contract amount, and that the City will receive a refund on the project. The amount of this refund is currently estimated to be $100,000.00. Attachments: Change Order No. 20 & No. 21, Job 040517, Hwy. 265 Email from Jeff Stroud, July 08, 2014 2 ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT DISTRICT FOUR FORT SMITH MEMORANDUM August 11, 2014 TO: Mr. Mike Sebren, State Construction Engineer FROM: Chad Adams, District Four Engineer SUBJECT: Job No. 040517 FAP No. STP -9142(24) Hwy 45 - E Joyce Blvd. (Fayetteville)(S) Route 265, Section 2 Washington County Attached for your review and processing is approved Change Order No. 20 on the above referenced project. attachments c: Resident Engineer #43 ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 FAP No STP -9142(24) County Washington Changes located from Station 66+00 to Station 74+50 Change Order No. 20 DESCRIPTION OF CHANGE: Establish and add to the Contract the items "Filter Fabric" and "Dumped Riprap" and place as indicated on the enclosed plan sheets. Establish and add to the Contract the items "Mobilization (CO 20)" and "Maintenance of Traffic (CO 20)". REASON FOR CHANGE: The Filter Fabric and Dumped Riprap are needed to provide protection of the slopes of the channel to mitigate future erosion. The additional Mobilization and Maintenance of Traffic are necessary to compensate the Contractor for remobilizing forces and equipment to the project and for providing the necessary traffic control to perform the additional work. Attachments: Plan Sheets, Contractor's Letter NOTE: UNIT PRICES FOR "MAINTENANCE OF TRAFFIC (CO 20)", "MOBILIZATION (CO 20)", "FILTER BLANKET' AND "DUMPED RIPRAP" ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. SUMMARY Item No. Item Unit Unit Price PRESENT REVISED Amount Quantity Amount Quantity 602 Mobilization (CO 20) L.S. 4,122.64 0.00 0.00 1.00 4,122.64 SP&603 Maintenance Of Traffic (CO 20) L.S. 4271.48 0.00 0.00 1.00 4,271.48 816 Filter Blanket SOYD 3.16 0.00 0.00 400.00 ' 1,264,00 816 Dumped Riprap CUYD 78.61 0.00 0.00 200.00 15,722.00 0.00 25,380.12 Concurrence By: CONSTRUCTION ENVIRONMENTAL CITY MAYOR Authorized 43Il l / }'1 - Overrun $25.380.12 Date Initials Remarks 7/3/2014 KW Concur 7/8/2014 JF Concur 8/4/2014 LJ Concur by Lioneld Jordan Requested Ch.dams, District Engineer SYS Jeff Stroud, Resident Engineer Page 1 of 1 Ver: 7/23/2014 CHECK LIST FOR CHANGE ORDERS 4 (To accompany the Change Order for concurrence and approval) Completed for Paper Change Order No. 20, on Contract 040517 HEADER AND DESCRIPTION (�1 Verify complete Job Name appears as shown on Contract. ❑� Verify Job Number, FAP Number(s) and Paper Change Order Number. ❑� Verify only FAP Number(s) involved in change are included, or FAP Number and Non -Participating, as applicable. ll What is the location of change or changes? (Station number, distance left or right of centerline) Description of Change: C] Describe all changes fully, what is being changed, added, or deleted? C7 Reason for Change: ID What necessitated this change? Remarks: L Li Were other alternates considered? Remarks: Was cost analysis made of other alternates? Are they attached? Remarks: C CI What would happen if this change is not made? Remarks: ISI Include the following note on the face of the change order (if applicable): NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. CI Reference all attachments. N/A Right -of -Way Acquisition: N/A When acquisition of additional right-of-way or construction easement is involved, change order submitted will bear the notation: APPROVAL OF THIS CHANGE ORDER IS CONTINGENT ON THE ACQUISITION OF ADDITIONAL RIGHT- OF-WAY/CONSTRUCTION EASEMENT. N/A Attach sketch showing Job Number, FAP Number, Change Order Number, location, dimensions and areas of additional R/W or Easement to be acquired. N/A ITEMS N/A If more than one FAP or Non -Participating is involved, include an attached breakdown summary of quantities and money value per FAP. Remarks: C Verify the Item Number, Item Description, Unit, and Unit Prices for existing items are identical to those shown in the contract. Verify Items appear in the order listed in the contract. Page 1 of 2 Ver: 5/23/2014 ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy_ 45-E. Joyce tEilvd, (Fayetteville) (3) Route & Section 265, Section 2 Job No. 040517 _ PAP No STP -9142(24) County Washington Changes located from Station 66+00 to Station 74+50 Change Order No. 20 DESCRIPTION OF CHANGE: Establish and add to the Contract the items "Filter Fabric" and "Dumped Riprap" and place as indicated on the enclosed plan sheets. Establish and add to the Contract the items "Mobilization (CO 20)" and "Maintenance of Traffic (CO 20)". REASON FOR CHANGE: The Filter Fabric and Dumped Riprap are needed to provide protection of the slopes of the channel to mitigate future erosion. The additional Mobilization and Maintenance of Traffic are necessary to compensate the Contractor for remobilizing forces and equipment to the project and for providing the necessary traffic control to perform the additional work. Attachments: Plan Sheets, Contractor's Letter NOTE: UNIT PRICES FOR "MAINTENANCE OF TRAFFIC CO# "AND "MOBILIZATION CO# "AND "FILTER BLANKET" AND "DUMPED RIPRAP" ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. Item No. 602 SP&603 Item Mobilization (CO 20) Maintenance Of Traffic (CO 20) SUMMARY Unit Unit PRESENT REVISED Price Quantity Amount Quantity Amount L.S. 4,122.64 0.00 0.00 1.00 4,122.64 L.S. 4,271.48 0.00 0.00 1.00 4,271,48 816 Filter Blanket SQYD 3.16 0.00 0.00 400.00 1,264,00 816 Dumped Riprap Concurrence By: CUM 78.61 0.00 0.00 200.00 15,722.00 Date CITY MAYOR CONSTRUCTION 7/3/2014 ENVIRONMENTAL 7/8/2014 Authorized Chad Adams, District Engineer Page 1 of 1 0.00 25,380.12 Overrun $25,380.12 als Remarks W Concur JF Concur Requested Jeff Stroud, Resident Engineer Ver: 5/23/2014 -4 CT CHANGE ORDER NO. ,2-6 . 3' 9" , 040517 N STA. 310+30 IN PLACE ND J 18" x 79' OE NO. ..t►►w►►ws.*• 6a OP INLET ON OLD WIRE RD. 5 9f4?/4 = 4' ERA. L = 4' x 4' F •. r .I. tui (TYPE 3 BEDDING) = 79 LBL FT �,f TYPE 2 BEDDING) = 79 LIN. Fjp{� ..►'kT' STA. 311+39 CONSTRUCT DROP INLET ON RT. H= 5' 3' WITH 8' EXTENSI0N AND 18" x 79' R.C. PIPE CULVERT (CLASS on (TYPE 3 BEDDING) 70 DROP INLET ON RT. TYPE MO DROP INLET = 4' DIA, TYPE C DROP INLET = 4'x 4' TA. 310+10 EGIN OLD WIRE RD. ;7i" %T+lfES i 36' RO 1 r 0 • I? 1 TRPL 7' x 8' x 64' R.C. Box CULVERT WITH 3:1 WINGS LT. & RT. 1 RETAIN 1 A,V39 CONSTRUCT mopLET ON LT. H: 6' 3" WITH 8% EXTENSION AND 18" x 79' R.C.PIP1X CULVERT (CLASS an 'TYPE 3 BEDDING) WITH FES. 70 OPEN �CH4MNEL ON LT. TYPE 140 ROP INLE7 = 4' DEA. TYPE C D QP INLET = 4'x 4' P.4 ST MIKE() IRE[$ .310+00.00 z Stuti STA. 69+35 CONSTRUCT DROP 1141E7 ON LT. H= 5' 3' WITH 8' EXTENSION AN0 18" x 263' PIPE CULVERT TO DROP INLET ON LT. TYPE MO DROP INLET = 4'OIA. TYPE C DROP INLET = 4' x 4' 18" R.C. PIPE (CLASS 111 (TYPE 3 BEDDING) = 263 LN. FT, 18" SLPPMCCS PEP6 (TYPE 2 BEDDING) = 263 LIN, FT. STA. 72+00 CONSTRUCT DROP INLET ON LT. H= 5' I" WITH 8' EXTENSION AND 18" x 197' PIPE CULVERT TO DROP INLET 014 LT. TYPE 1.40 DROP INLET = 4' DIA. TYPE C DROP INLET c 4' x 4' 18" R.C. PIPE (CLASS 101 (TYPE 3 BEDDING) = 197 LIN. FT. 18" SLPPMCCS PIPE (TYPE 2 BEDDING) = 197 LIN. F7. STA. 311.22 CONSTRUCT APPROACH ON LT.= 20 CU. YDS _ _ • . WIRE FENCE - - - - '' STA. STA. SIDE TYPE LIN. F b1+:85 98+46 H1. U -L 30b1 6vxF.[) 7-16 ES • d14, STA. 74 DROP R 8(1TH 4' PIPE Cl. TYPE M TYPE C (8" R.C. 18" SLP REMOVAL A STA. bf*E(5 tn H F EXUNG R/W -- - - 6 70 4 ai r PROPOSED R/W A. 65+00 CONSTRUCT• PROACH ON RT. ; 5 CU. YD5. ,' r / +75 TO STA.64+35 IN MEDIAN /. ;CIAL DETAIL FOR FIRE ST TII1' 1G. L. 1.4 TPE cr. N 1L ..STA. 65+37 IN PLACE 18" X 23' C.M. PIPE L1 BIG) RT. SIDE DRAIN REMOVE IN PLACE 40 OF CONCRETE CHANNEL BEAM 7NGRE1E ABUTMENTS. i£yEt ICE STRUCTURE (SITE )N0.1) = I.0 5 LVERT COE3i 9.03 = ', STA, 31437 INSTALL -' 44"3(27"x28' PIPE CULVERT RT. SIDE DRAIN win CONSTRUCT APPROACH = 35 CLL YOS RDCT STA. 315+10 TAND 18" x 38' END OLD ,I g RD. o-_ ' (CLASS 1111 (TYPE 3 BE001140) 'ERT ON RT. LET = 4' DIA. ET = 4'x 4' • . 69+35 CONST UCT INLET ON R . H= 4' 3" EXTENSION AND 18" x 82' CULVER0 (CLASS co((TYPE 3 BEDDING) BILE DN LT. INLET = 4' DIA. OP INLET = 4' x 4' ' ►- g PROP°' PI = 71+27.83 = 4'507' 27.19" R T = 248.03' L = 495.75' PC = 68+79.80 PT = 73+75.55 NO SUPER P. STA. 315423.13 STA.1314+64 IN PLACE 36" C.M. PIPE CULVERT RT. SIDE DRAIN RETAIN STA. 313+64 CONSTRUCT TRP (0' x 7' x 76' R.C. $O% CULVERT WITH 3U WINGS LT. & RT. 050 = 1900 CFS D.A. = 2.3 50. ML STA. 314+19 CONSTRUCT DROP INLET ON LT. H=3' II' WITH 8' EXTENSION AND 08" x 38' R.C. PIPE CULVERT (CLASS 11) (TYPE 3 BEDDING) TO R.C. BOX CULVERT ON LT. TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' x 4' STA. 72100 CONSTRUCT DROP INLET ON RT. H= 4' 1" WITH 8' EXTENSION AND 18" r R.C. PIPE CULVERT (CLASS ur TO DROP INLET ON LT. TYPE MO DROP INLET = 4' DI TYPE C DROP INLET = 4'x i0+30 IN PLACE r x 8' x 64' R.G. BOX CULVERT 21 WINGS LT. & RT. CONSTRUCT ON LT. H. 6' 3" ENSION AND 18" x 79' 1LVERT (CLASS 119 (TYPE 3 BEDDING) 4ANNEL ON LT. 90P INLET - 4' DIA. ?P INLET 2 4' x 4' r t 1 MIXED WOES 5t P.1. ST. 310+00.00 I ^� ,41 z - SHE IEO OXTE FILMED Out STATE rm.AI '1+*PV. teal STA. 69+35 CONSTRUCT DROP INLET ON LT. H" 5' 3" WITH 8' EXTENSION AND 18" x 263' PIPE CULVERT TO DROP INLET ON LT. TYPE 1.40 DROP INLET = 4' DIA. TYPE C DROP INLET = 4' x 4' 18" R.C. PIPE (CLASS R) (TYPE 3 BEDDING) = 263 LIN. FT. 18" SLPPMCCS PIPE ITYPE 2 BEDDING) = 263 LIN. FT. STA. 72+00 CONSTRUCT DROP INLET ON LT. N= 5' (" WITH 8' EXTENSION ANO 18" x 197' PIPE CULVERT TO DROP INLET ON LT. TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' x 4' 18" R.C. PIPE (CLASS 18) (TYPE 3 BEDDING/ = 197 LIN. FT, 18" SLPPMCCS PIPE (TYPE 2 BEDDING) = 197 LIN. FT. STA. 311+22 CONSTRUCT APPROACH ON LT.= 20 CU. YDS 6 ARK. f9TAf MKErs .100 NO. CI HWY, 265 PLAN 040517 119 296 STA. 74400 CONSTRUCT DROP INLET ON LT. H. 5' 0' WITH 4' EXTENSION AND 18" x 109' PIPE CULVERT TO R.C. BOX CULVERT TYPE 140 DROP INLET x 4' DIA. TYPE C DROP INLET 2 4' x 4' 18" R.C. PIPE (CLASS in) (TYPE 3 BEDDING) = 109 LIN. FT. 18" SLPPMCCS PIPE (TYPE 2 BEDDING) . 109 LIN. FT. REMOVAL AND DISPOSAL OF FENCE STA. STA. SIDE LIN. FT. b 0'+85 0- 98+4b N 1. sills WIRE FENCE -- 5TA. STA. SIDE TYPE LIN. FT. 67+65 911+46 H1. 14-2 3061 MIXED TREES • � jxiSTING ROI f ci ALTO TREES ' STA. 69+35 CONSTRUCT .' DROP INLET 041 RT. H. 4' 3" 111TH 8' EXTENS101 R.C. PIPE CULVERT TO DROP INLE TYPE MB PI STA. 315+23.13 AND 18" x 82' (CLASS NU (TYPE ON LT. INLET " 4' DIA. OP INLET = 4' x 4' 3 BEDDING) ROPOSED R/W PI = 74+27.83 = 4' 57' 27.19' RT. 0 =100' T = 248.03' L 495.75' PC = 68+79.80 PT = 13+75.55 NO SUPER STA. 74+00 CONSTRUCT .s DROP INLET ON RT. 112 5' 0" WITH 4` EXTENSION AND 18" x 33' -" PIPE CULVERT TO R.C. BOX CULVERT TYPE MO DROP INLET 2 4' DIA. TYPE C DROP INLET = 4'x 4' 18" R.C. PPE (CLASS IID (TYPE 3 BEDDING) . 33 LIN. FT. IB" SLPPMCCS PIPE (TYPE 2 BEDDING) : 33 LIN. FT. STA. 313+64 CONSTRUCT TRP 10' x 7' x 76' R.C. BOX CULVERT WITH 3:1WING5 LT. & RT. 050 a 1900 CFS O.A. = 2.3 50. MI. STA. 314+19 CONSTRUCT DROP INLET ON LT. 1-/=3' 11' WITH 8' EXTENSION AND 18" x 38' R.C. PIPE CULVERT (CLASS III) (TYPE TO P.C. BOX CULVERT ON LT, TYPE MO DROP INLET r 4' DIA. TYPE C DROP INLET 2 4' x 4' STA. 72+00 CONSTRUCT DROP INLET ON RT. H= 4' I" WITH 6' EXTENSION AND 18" x 72' R.C. PIPE CULVERT (CLASS 944 (TYPE 3 BEDDINGI TO DROP INLET ON LT. TYPE MO DROP INLET : 4' DIA. TYPE C DROP INLET = 4` x 4' STA; 75+08 PI PLACE TRP 10" x 7' x 65' R.C. BOX CULVERT L7. FWD SKEW - 45' REMOVE AND CONSTRUCT OUINT 10' x 9' x 153' R.C. BOX CULVERT LT. FWD SKEW W 45' WITH NO WINGS L7. AND 341WINGS RT. 050 a 1940 CFS 0.4. a 2.4 50. MI. NAIO11 CONSTRUCTION SERVICES June 30, 2014 Arkansas Highway & Transportation Department District 4, Fayetteville Office Mr. Jeff Stroud, Resident Engineer #43 3526 N. Hwy 112 Fayetteville, AR 72704 RE.• Dumped Riprap Job 040517 Dear Mr. Stroud, In reference to your letter dated May 27, 2014 concerning the request of additional pricing, Nabholz Construction Corporation submits the following unit price proposal: Dumped Rip Rap - $78.61 per CV Filter Fabric - $3.16 per SY If you need any additional information, please do not hesitate to contact me. Sincerely, Chr& topher L. Kc ffm.a ni Chris Kauffman Project Manager IKO ACOOMPAME (CHANGE ORDER NO, QoB No...1�f..>.... FAP COUNTY .IQ . Conway, AR I Little Rock, AR / Jonesboro, AR I Fort Smith, AR I Rogers, AR / Springfield, MO I Olathe, KS I Tulsa, OK / Oklahoma City, OK www.nabholz.com 3301 N. 2"° St. I Rogers, AR 72756 / P.O. Box 277 (72757) / Phone: 479.659.7807 Rev. 5-31-94 Page 1 of i ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 040517 FAP No. STP-9142 (24) Date 6/16/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Filter Fabric Quantity: 400.00 LABOR QUANTITY RATE AMOUNT General Labor 20 $ 12.25 $ 245.00 TOTAL MATERIALS QUANTITY RATE AMOUNT Filter Fabric 400 $ 2.00 $ 800.00 TOTAL EQUIPMENT QUANTITY RATE AMOUNT $ - $ 245.00 $ 800.00 TOTAL SUMMARY LABOR $ 245.00 PLUS $ 49.00 TAXES/INS. $ 51.45 MATERIALS $ 800.00 PLUS $ 120.00 EQUIPMENT $ - (20% maximum on labor) (15% maximum on materials) WO ACOOMPANV CHANGE ORDER NO. ` b n'OB TTO 040'17 PAP ......?s.1 COUNTY, . £ . 41i2L I 1,265.45 I / 1 400.00 1 — $ 3.161 (TOTAL) / (QUANTITY) = (UNIT PRICE) Nabholz Construction Services SIGNATURE COMPANY Rev. 5-3I-94 Page 1 of I ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 040517 FAP No. STP-9142 (24) Date 6/30/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Dumped Rip Rap Quantity: 200.00 LABOR QUANTITY RATE AMOUNT Trackhoe Operator 20 $ 17.25 $ 345.00 Truck Driver 20 $ 15.25 $ 305.00 TOTAL MATERIALS QUANTITY RATE AMOUNT Rip Rap 200 $ 44.00 $ 8,800.00 TOTAL EQUIPMENT QUANTITY RATE AMOUNT Dump Truck 20 $ 87.17 $ 1,743.40 Cat 336 DL 20 $ 147.14 $ 2,942.80 TOTAL $ 650.00 $ 8,800.00 $ 4,686.20 SUMMARY 11O ACOOMPA I LABOR $ 650.00 CHANGE ORDER KO. 7 PLUS $ 130.00 (20% maximum on labor) TAXES/INS. $ 136.50 YOB NO.. .. • • ... a. MATERIALS PLUS $ 8,800.00 $ 1,320.00 (15% maximum on materials) FAP .,STQ}Q,, ..4� COUNTY EQUIPMENT $ 4,686.20 . $ 15,722.70 1 f 280.00 =I $ 78.61 (TOTAL) / (QUANTITY) = (UNIT PRICE) Nabholz Construction Services SIGNATURE COMPANY SµHURIT,!V rr p'i CONSTRUCTION SERVICES June 30, 2014 Arkansas Highway & Transportation Department District 4, Fayetteville Office Mr. Jeff Stroud, Resident Engineer #43 3526 N. Hwy 112 Fayetteville, AR 72704 RE: Dumped Rfprap Job 040517 Dear Mr. Stroud, In reference to your letter dated May 27, 2014 concerning the request of additional pricing, Nabholz Construction Corporation submits the following unit price proposal: Mobilization - $4,122.64 Maintenance of Traffic - $4,271.48 If you need any additional information, please do not hesitate to contact me. Sincerely, ChrCstopher L. Kauffncwu Chris Kauffman Project Manager QO. ACOO kiPAXII CHANGE ORDER NO. lOB No....4o5?..,.� FAP COUNTY Conway, AR I Little Rock, AR / Jonesboro, AR / Fort Smith, AR / Rogers, AR 1 Springfield, MO I Olathe, KS I Tulsa, OK / Oklahoma City, OK www.nabholz.com 3301 N. 2 St. / Rogers, AR 72756 1 P.O. Box 277 (72757) 1 Phone: 479.659.7807 Rev. 5-31-94 ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Page i of [ Job No. 040517 FAP No. STP-9142 (24) Date 6/1612014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Mobilization Quantity: 1.00 LABOR QUANTITY RATE AMOUNT Truck Driver 20 $ 15.25 $ 305.00 Trackhoe Operator 4 $ 17.25 $ 69.00 TOTAL 1 $ 374.00 MATERIALS QUANTITY RATE AMOUNT Permit Load 2 $ 336.00 $ 672.00 TU'1'AL EQUIPMENT QUANTITY RATE AMOUNT Lowboy Truck 20 $ 119.64 $ 2,392.80 Cat 336 DL 2 $ 147.14 $ 294.28 Cat 314 CL CR 2 $ 67.71 $ 135.42 SUMMARY LABOR $ 374.00 PLUS $ 74.80 TAXES/INS. $ 78.54 MATERIALS $ 672.00 PLUS $ 100.80 (20% maximum on labor) (15% maximum on materials) $ 672.00 $ 2,822.50 lEO ACOOMPANYI CHANGE ORDER NO: ZC� JOB NO... 54P [:7 FAP EQUIPMENT $ 2,822.50 COUNTY $ 4,122.64 I / 1 1.00 =$ 4,122.64 (TOTAL) / (QUANTITY) = (UNIT PRICE) Nabholz Construction Services SIGNATURE COMPANY Rev. 5-31-94 Page I of I ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 040517 FAP No. STP-9142 (24) Date 6/16/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title MOT Quantity: 1.00 LABOR QUANTITY RATE AMOUNT Foreman 30 $ 22.72 $ 681.60 General Labor 90 $ 12.25 $ 1,102.50 TOTAL MATERIALS QUANTITY RATE AMOUNT Temp Lane Closure Signs 1 $ 1,200.00 $ 1,200.00 k QUIPMENT QUANTITY RATE AMOUNT Pick Up Truck 30 $ 12.53 $ 375.40 TOTAL SUMMARY LABOR PLUS TAXES/INS. MATERIALS PLUS EQUIPMENT $ 1,784.10 $ 356.82 JL 374.66 $ 1,200.00 $ 180.00 $ 375.90 (20% maximum on labor) (15% maximum on materials) $ 1,784.10 $ 1,200.00 $ 375.90 iTO ACOOMPAN'1 CHANGE ORDER XM ZO COUNTY $ 4,271.48 / L i.1 = $ 4,271.48 (TOTAL) / (QUANTITY) = (UNIT PRICE) SIGNATURE Nabholz Construction Services COMPANY Libertini, Paul From: Sent: To: Subject: Attachments: Follow Up Flag: Flag Status: Brown, Chris Tuesday, July 15, 2014 3:15 PM Libertini, Paul FW: Attached Image 140708152229_0001 pdf Follow up Flagged -----Original Message ----- From: Stroud, Jeffrey D. [mailto:Jeffrey.Stroud@ahtd.ar.gov] Sent: Tuesday, July 08, 2014 2:21 PM To: Brown, Chris Subject: FW: Attached Image Chris, The City's concurrence is requested for the enclosed change order. Our Environmental Division made a review of the project and determined that the riprap is needed as shown in the attachments to mitigate future erosion form occurring.. Thanks Jeff -----Original Message ----- From: RE43COPIER@ahtd.ar.gov [mailto:RE43COPIER@ahtd.ar.gov] Sent: Tuesday, July 08, 2014 3:22 PM To: Stroud, Jeffrey D. Subject: Attached Image ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 PAP No STP 9342(24) County Washington . _. ... Changes located on Entire Project Change Order No. 21 DESCRIPTION OF CHANGE: Establish and add to the Contract the item "Site Use (A+C Method)" in accordance with the Special Provision contained in the Contract. REASON FOR CHANGE: The Job Special Provision "Site Use (A+C Method)" allows the Contractor to be paid $10,000.00 for each working day the specified site use work is substantially completed before the number of working days stated by the Contractor in the bid, including extensions granted in accordance with the Job Special Provision. It has been determined that the Contractor is due an early completion incentive payment for 32 Working Days (32 days @ $10,000.00=$320,000.00). NOTE: Time charged to date equals 2431275. SUMMARY Item No. ' Item Unit ': Unit Price SP ........ DAY 10,000.00 Recommended —_ _ t Chad A ams, Di trio Engineer Sr?'. A R VED 13 l �t Ii 1 e Sebren, Construction Engineer Authorized /4./4- E. Banks�s' Chief ngineer Page 1 of I PRESENT ityIIL_ Amount 0.00 0 Overrun Requested REVISED Quantity i Amount 32.001 320,0Q0.00. L'ioneld Jordan, Mayor Requested Jeff Stroud, Resident Engineer 320,00Q00 320 000.00 Ver: 5/23/2014 Rpt-ID: RCOCORPT User; JOSC136 Contract ID: 040517 Change Order Nbr. 121 Force Acct ID_ 0 Change Order Type: Asst. Chief Engineer Change Order CO Description: CO 21/Site Use Incentive Zero Dollar Change Order: No Arkansas State Highway and Transportation Department Change Order Report Date: 07l01i2014 Page; I of I Project Nbr test Nbr Catg Item Code Unit Unit Price Bid Qty Prev Apprvd Qty Cuff CO Qty Curr Apprvd tatty Amount of Change 040517 0223 0001 915645 DAY $10,000.00 0 0 32 0 This Chng: $320,000.00 Item Description SITE USE (A+C) CO Item Description Add 32 Days of Incentive Time for Site Use Prev revised: $0.00 New Revised: $320,000.00 Supplemental Description? Provide incentive for early completion Bid Contract: $0.00 Supplemental Descriptien2 of project Net Change. $320,000.00 Pm Change: Total Value for Change Order 121 = $320.000.00 General or Standard Change Order Explanation DESCRIPTION OF CHANGE- Establish and add to the Contract the item "Site Use (A+C Method) " in accordance with the Special Provision contained in the Contract. REASON FOR CHANGE: The Job Special Provision "Site Use (A+C Method)" allows the Contractor to be paid $10,000.00 for each working day the specified site use work is substantlally completed before the number of working days stated by the Contractor in the bid, including extensions granted in accordance with the Job Special Provision. It has been determined that the Contractor is due art early completion incentive payment For 32 Working Days (32 days t $10,000.00=$320,000.00). CHECK LIST FOR CHANGE ORDERS (To accompany the Change Order for concurrence and approval) Completed for Paper Change Order No. 21, on Contract 040517 HEADER AND DESCRIPTION L Verify complete Job Name appears as shown on Contract. L Verify Job Number, FAP Number(s) and Paper Change Order Number. L Verify only FAP Number(s) involved in change are included, or FAP Number and Non -Participating, as applicable. L What is the location of change or changes? (Station number, distance left or right of centerline) C] Description of Change: 66 Describe all changes fully, what is being changed, added, or deleted? L Reason for Change: L What necessitated this change? Remarks: N/A Were other alternates considered? Remarks: N/A Was cost analysis made of other alternates? Are they attached? Remarks: N/A What would happen if this change is not made? Remarks: N/A Include the following note on the face of the change order (if applicable): NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. N/A Reference all attachments. N/A Right -of -Way Acquisition: N/A When acquisition of additional right-of-way or construction easement is involved, change order submitted will bear the notation: APPROVAL OF THIS CHANGE ORDER IS CONTINGENT ON THE ACQUISITION OF ADDITIONAL RIGHT- OF-WAY/CONSTRUCTION EASEMENT. N/A Attach sketch showing Job Number, FAP Number, Change Order Number, location, dimensions and areas of additional R/W or Easement to be acquired. ITEMS Li If more than one FAP or Non -Participating is involved, include an attached breakdown summary of quantities and money value per FAP. Remarks: N/A Verify the Item Number, Item Description, Unit, and Unit Prices for existing items are identical to those shown in the contract. N/A Verify Items appear in the order listed in the contract. Page I of 2 Ver: 5/23!2014 CHECK LIST FOR CHANGE ORDERS ITEMS Continued (continued) N/A Supplemental Agreement Items: N/A List Supplemental Agreement Items last in the Item summary. N/A Include the following note on the face of the change: NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. N/A Include a Special Provision if new item is not included in the Standard Specifications. Remarks: N/A Document the cost analysis of all negotiated prices. If the negotiated unit price is less than or equal to the latest Weighted Average Unit Price and is considered equitable, the cost analysis should not be attached to the Change Order, but should be retained in the Resident Engineer's Change Order files. (See subsection 104.03(a) of this manual). Remarks: El Check with the Construction Office to determine whether a Supplemental Specification is required. Remarks: N/A Do not show total plan quantity in "Present Quantity" column unless revision is for entire job. Change should reflect quantities involved with limits designated. ❑� Verify the arithmetic on the Change Order. ATTACHMENTS N/A Be sure the Job Number, Change Order Number, FAP Number, and County are shown on ALL documents accompanying or attached to the Change Order. N/A On Change Orders where additional time is allowed to complete the change order work, full justification should be shown for the number of days added. An analysis of time and a letter of concurrence from the contractor should be attached to the proposed Change Order if contract time is extended. [See 108.06 of the Standard Specifications and subsection 1O4.03 (a) of the RE Manual. N/A Sketches: If possible, make sketches on 8-1/2 x 11" sheets, suitable for reproduction. N/A Existing and proposed details (if applicable). N/A Plan view and Elevation view (if applicable). N/A Station numbers.and dimensions (if applicable). N/A Verify all attachments have been loaded into the correct COGS on-line attachments folder. CONCURRENCE AND MISCELLANEOUS Cl Check to determine whether this is a District Engineer Authorized Change Order (under $75,00O) or an Assistant Chief Engineer Authorized Change Order. N/A If a District Engineer authorized Change Order, do ALL pertinent Divisions concur with the Proposed Change Order? IVI PRINT THE CORRECT CHANGE ORDER FORM! Page 2 of 2 Ver: 5/23/2014 Supplemental Agreement Item Execution The information listed below has been executed for payment if the Contractor has completed this item according to the plans and specification. Bid Line Item Proposal Number Item Code - Item Name Item Units Number Contract: 040517 - Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) RE Office: 43 Pacer CO Number: 21 Executed Date; 6/30/2014 Spec Year: 2003 Specifications Unit: E 915645- Site Use (A+C) DAY 0211 0223 The Bid Proposal Number and Line Item Number listed above must be used when this item is entered into a change order within SiteManager. Failure to use these numbers will Drevent this item from being included in an estimate. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Dan PlowerP.O. Box 2261 DircttDr Little Ruck. Arkansas 72203-2261 #'honC1.QTJSb4-2IX3iJ Facd5QIJ 924oU hI t1 WWW,ARKANSASHEGHWAYS.CQM October 12, 2007 R E E V E D OCT 17 2007 The .H norat)le Dan CCJody CITY OF FAYETTEVILLE mayor of Fayetteville 1V AYows OFFIOC:. 113 driest• MA untain Fayetteville, AR 72701 Dear Mayor. Goody: This Department has recently updated the cost estimate for the Highway 265 widertiirg project from Highway 45 to the City limits. The current estimate, which includes right-of-way, utilities and construction, is $42 million. In your letter to Commissioner Jonathan Barnett dated May 25, 2004, the City of Fayetteville agreed to. corftrbute 50% of the project costs up to a maximum of $7.7 million. 'Under the current Statewide Transportation ImprovementProgram (STIP) for 2007-2010,. the Department has also budgeted $7.7 million for a total project;cost of $1&4 million. Therefore; as we recently discussed, it will be necessary," to :reduce the limits of this project to better match the funding that is budgeted in the'STIP unless additional funds become available. This update is being provided for your information and comment. If additional information is needed, -please advise. Sincerely, c: Commissioner Jonathan Barnett Director Assistant Chief Engineer -Planning Assistant Chief Engineer -Design Programs and Contracts Planning':and Research Roadway Design District 4: Job 040440,0, File Frank'Vozel Deputy Director and Chief Engineer RESOLUTION NO. 71-08 A RESOLUTION APPROVING A PROPOSAL FROM THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT (AHTD) TO WIDEN CROSSOVER ROAD FROM MISSION BOULEVARD TO JOYCE STREET; AND REAFFIRMING THE CITY OF FAYETTEVILLE'S COMMITMENT OF $7,700,000.00 TO THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 11. That the City Council of the City of Fayetteville, Arkansas hereby approves •a proposal from the Arkansas State Highway and Trarssportation Department (AHTD) to widen Crossover Road from Mission Boulevard to Joyce Street. ' • Section 2. That the City Council of the City of Fayetteville, Arkansas hereby reaffirms the City of Fayetteville's commitment of $7,700,000.00 to the project. 0 PASSED and APPROVED, this x&" day of March, 2008. ATT ST: SONDRA: E. SMITH, City Clerk/Treasurer PAYETTEVELLE; T r Chris Brown Submitted By City of Fayetteville Staff Review Form 2014-0340 Legistar File ID N/A C' C 'IRA,.:.... D A d NOUoo r� b EJ 245 44(4)) ity ounce eate - gen a Item Only N/A for Non -Agenda Item F/,f//� 7/24/2014 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Approval of Change Orders to Increase the Contract Amount of the Highway 265 Construction Contract between the Arkansas State Highway and Transportation Department and Nabholz Construction by $345,380.12. Account Number 06035.2000 Project Number Budget Impact: Fund Crossover (Mission to City Limits) Budgeted Item? No Current Budget Funds Obligated Current Balance Does item have a cost? No Item Cost Budget Adjustment Attached? NA Budget Adjustment Project Title $ 5 0 Remaining Budget l $ - V20140710 Previous Ordinance or Resolution # 71-08 Original Contract Number: Comments Approval Date: �2 —1L/ CITY OF • Taeevle ARKANSAS MEMO TO: Mayor Lioneld Jordan MAYOR'S APPROVAL ONLY THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Paul Libertine, Staff Engineer _r - I -e DATE: July 24, 2014 SUBJECT: Approval of Change Orders to Increase the Contract Amount of the Highway 265 Construction Contract between the Arkansas State Highway and Transportation Department and Nabholz Construction by $345,380.12. RECOMMENDATION: Staff recommends approval of Change Orders No. 20 and No. 21 increasing the contract between the State Highway & Transportation Department (AHTD) and Nabholz Construction by $345,380.12. BACKGROUND: Arkansas Highway 265 widening, between Mission and Joyce Blvd, is under construction by the Arkansas Highway and Transportation Department (AHTD). The City Council has committed to pay 50% of the construction cost on the project, up to $7.7 million. The AHTD received bids for construction of the project in 2011. Nabholz Construction was the low bidder at $12,612,320.32. Change Order No. 20 will add filter fabric and dumped riprap to provide slope protection of the channel at a cost of $25,380.12. Change Order No. 21 reflects incentive pay that was built into the contract for the early completion. Nabholz earned 32 working days of incentive pay equaling $320,000.00. The total cost of these two change orders is $345,380.12. DISCUSSION: The last payment to Nabholz was $12,369,012.51. The addition of the above two change orders will increase the total amount due to Nabholz to $12,714,392.63. The City has paid a total of $6,459,797.77 to the AHTD. At this present time the City's share of this project would be 50% of the $12,714,392.63 or $6,357,196.32 which is approximately $100,000.00 less than the City's payment. Mailing Address: 113 Mountain Street Fayetteville,AR AR 72701 www.fayetteville-ar.gov BUDGET/STAFF IMPACT: This project still requires some final quantities to be adjusted under this contract, but after the final accounting has been completed, it is anticipated that the cost of construction will be approximately $100,000.00 more than the original contract amount, and that the City will receive a refund on the project. The amount of this refund is currently estimated to be $100,000.00. Attachments: Change Order No. 20 & No. 21, Job 040517, Hwy. 265 Email from Jeff Stroud, July 08, 2014 ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT DISTRICT FOUR FORT SMITH MEMORANDUM August 11, 2014 TO: Mr. Mike Sebren, State Construction Engineer FROM: Chad Adams, District Four Engineer9(1, SUBJECT: Job No. 040517 � FAP No. STP-9142(24) Hwy 45 - E Joyce Blvd. (Fayetteville)(S) Route 265, Section 2 Washington County Attached for your review and processing is approved Change Order No. 20 on the above referenced project. attachments c: Resident Engineer #43 ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 FAP No STP-9142(24) County Washington Changes located from Station 66+00 to Station 74+50 Change Order No. 20 DESCRIPTION OF CHANGE: Establish and add to the Contract the items "Filter Fabric" and "Dumped Riprap" and place as indicated on the enclosed plan sheets. Establish and add to the Contract the items "Mobilization (CO 20)" and "Maintenance of Traffic (CO 20)". REASON FOR CHANGE: The Filter Fabric and Dumped Riprap are needed to provide protection of the slopes of the channel to mitigate future erosion. The additional Mobilization and Maintenance of Traffic are necessary to compensate the Contractor for remobilizing forces and equipment to the project and for providing the necessary traffic control to perform the additional work. Attachments: Plan Sheets, Contractor's Letter NOTE: UNIT PRICES FOR "MAINTENANCE OF TRAFFIC (CO 20)", "MOBILIZATION (CO 20)", "FILTER BLANKET' AND "DUMPED RIPRAP" ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. SUMMARY Item No. Item JUnit f Unit r PRESENT _ REVISED ------------ Price — — - - ---------------._._._.._-----------_-- Quantity Amount-. Quantity_ Amount__ 602 Mobilization (CO 20) L.S. 4,122.64 0.00 0.00 1.001 4,122.64 SP&603 Maintenance Of 816 Filter Blanket 816 Dumped Riprap Concurrence By: CONSTRUCTION ENVIRONMENTAL CITY MAYOR Traffic(CO20) 1 L.S. 1 4,271.48 SQYD I 3.16 CUYD I 78.61 Authorized — d� 1 f Ch Adams, District Engineer Date 7/3/2014 7/8/2014 8/4/2014 0.001 1.001 4,271 1 0.001 0.001 200.001 15, 0.00 L_ 25,380.1: Overrun 25,38012 Initials Remarks KW Concur JF Concur LJ Concur by Lioneld Jordan Requested Jeff Stroud, Resident Engineer Page 1 of 1 Ver: 7/23/2014 CHECK LIST FOR CHANGE ORDERS (To accompany the Change Order for concurrence and approval) Completed for Paper Change Order No. 20, on Contract 040517 HEADER AND DESCRIPTION LI Verify complete Job Name appears as shown on Contract. [] Verify Job Number, FAP Number(s) and Paper Change Order Number. Ii Verify only FAP Number(s) involved in change are included, or FAP Number and Non -Participating, as applicable. © What is the location of change or changes? (Station number, distance left or right of centerline) I Description of Change: [ Describe all changes fully, what is being changed, added, or deleted? L1 Reason for Change: © What necessitated this change? Remarks: E1 Were other alternates considered? Remarks: L__ III111IIIIITIIIIIIIIIIIIIIIIiIiiiIIII.._._] N/A Was cost analysis made of other alternates? Are they attached? Remarks: C ICI What would happen if this change is not made? Remarks: R Include the following note on the face of the change order (if applicable): NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. O Reference all attachments. N/A Right -of -Way Acquisition: N/A When acquisition of additional right-of-way or construction easement is involved, change order submitted will bear the notation: APPROVAL OF THIS CHANGE ORDER IS CONTINGENT ON THE ACQUISITION OF ADDITIONAL RIGHT- OF-WAY/CONSTRUCTION EASEMENT. N/A Attach sketch showing Job Number, FAP Number, Change Order Number, location, dimensions and areas of additional R/W or Easement to be acquired. ITEMS N/A If more than one FAP or Non -Participating is involved, include an attached breakdown summary of quantities and money value per FAP. Remarks: L l lJ Verify the Item Number, Item Description, Unit, and Unit Prices for existing items are identical to those shown in the contract. i l Verify Items appear in the order listed in the contract. Page 1 of 2 Ver: 5/23/2014 ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 FAP No STP-9142(24) County Washington Changes located from Station 66+00 to Station 74+50 Change Order No. 20 DESCRIPTION OF CHANGE: Establish and add to the Contract the items "Filter Fabric" and "Dumped Riprap" and place as indicated on the enclosed plan sheets. Establish and add to the Contract the items "Mobilization (CO 20)" and "Maintenance of Traffic (CO 20)". REASON FOR CHANGE: The Filter Fabric and Dumped Riprap are needed to provide protection of the slopes of the channel to mitigate future erosion. The additional Mobilization and Maintenance of Traffic are necessary to compensate the Contractor for remobilizing forces and equipment to the project and for providing the necessary traffic control to perform the additional work. Attachments: Plan Sheets, Contractor's Letter NOTE: UNIT PRICES FOR "MAINTENANCE OF TRAFFIC CO# "AND "MOBILIZATION CO# "AND "FILTER BLANKET" AND "DUMPED RIPRAP" ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. SUMMARY Item No. Item Unit Unit PRESENT Price Quantity Amount 602 Mobilization (CO 20) L.S. 4,122.64 0.00 0.DI SP&603 Maintenance Of Traffic (cO 20) L.S. 4 271 48 0.00 0.0t 816 Filter Blanket --`— — SQYD 3.16 0.00 0.0( 816 Dumped Riprap CUYD 78,81 0.00 0.0C 0.00 Overrun Concurrence By: REVISED Quantity Amount 1-001 4,122.641 1.00f 4,271.481 Date I ' ials Remarks CITY MAYOR CONSTRUCTION 7/3/2014 W Concur ENVIRONMENTAL 7/8/2014 JF Concur Authorized Chad Adams, District Engineer Requested Jeff Stroud, Resident Engineer 25,380.1 25 380.12 Page 1 of 1 Ver: 5/23/2014 CHANGE ?RDER XQI = 3' 9- CT 0405,7 STA. 310+30 IN PLACE 40 18" x 79' JD�i NO. „t........•. •.• TRPL 7' x 8' x 64' R.C. ROT CULVERT OP INLET ON OLD WIRE RD, WITH 3:1 WINGS 17.6 RT. = 4' x 4' PAP •...... ..••• \ RETAIN III) (TYPE 3 BEDDING) = 79 LIN. FT TYPE 2 BEDDING) = 79 LIN. CDf JrI1"'1D ,aJ�C . •• "• A. fi+39 CONSTRUCT DROPLET ON L T. H= 63" WITH B+EXTENSION AND 1B" x 19' R.C. PIPE CULVERT (CLASS 8(I (TYPE 3 BEDDING) WITH FES TO OPEN CHANNEL ON LT_ TYPE MD bROP INLET = 4' CIA. 11 TYPE C DPP INLET - 4'x 4- STA. 311.39 CONSTRUCT 1 DROP INLET ON RT. H= 5' 3- STA.69+35 CONSTRUCT Eiiii,t' DROP INLET ON LT. H= 5' 3" WITH 8' EXTENSION AND 18" x 263' PIPE CULVERT TO DROP INLET ON LT. TYPE MO DROP INLET = 4' DIA, TYPE C DROP INLET = 4' x 4' 18" R,C. PIPE (CLASS 111) (TYPE 3 BEDDING) = 263 LIN_ FT. (8" SLPPMCCS PIPE (TYPE 2 BEDDING) = 263 LIN.FT, F, WITH B' EXTENSION AND 18- x 79' STA, 72+00 CONSTRUCT R.C. PIPE CULVERT (CLASS III ) (TYPE 3 BEDDING) I ) I DROP INLET ON LT. H= 5'I" TO DROP INLET ON RT_ ` j t WITH 8' EXTENSION AND 18" x 197' TYPE MO DROP INLET = 4' DIA, { l PIPE CULVERT TO DROP INLET ON LT. TYPE C DROP INLET = q' z 4' $ j t TYPE MO DROP INLET = 4' CIA. I +� t t TYPE C DROP INLET = 4' x 4' T A. 310+10 1 11 IS" R.C. PIPE (CLASS 1)1 (TYPE 3 BEDDING) = (9T LIN. FT. rGIN OLD WIRE RD O I o MIXED TREES 18" SLPPMCCS PIPE (TYPE 2 BEDDING)= 197 LIN. FT. STA, 74 DROP I! WITH 4' PIPE CL TYPE M TYPE C (8" R.C. 18" SLP REMOVAL A _ Yr — — — +� + p53+00 ST7aA. •' all RU �� STA. 311,22 CONSTRUCT APPROACH ON -- — LT.= 20 CU.YDS � � t _ --�•_ — WIRE FENCE - "TI+LTES AI c a --'- - -_-_-----'^--- STA. 'E7TB STA, SIDE TYPE LIN,F 9l.46 NT. ii- 3061 9 19 �) LnzED TITLES ''�y av �� — -4�---- �----- v m 70 ui n ( + a0 n O - NS'ID'2L2"i: 65 d f yr• __ - ---TAXED TREE$ ._.__PROPOSED R/W i6• �y \ � _ � s �-. _. s4 �._ - - - - �- __ � �- -, '-' chi 1 - i', 1 j L:v _ PROPD' LL"� (LR P1 = 71+27.83 NIsE TREE r'"� •N & - 4' 57' 27,19" A. 65+DO CONSTRUCT � � � D = I' 00' 'PROACH ON RT. = 5 Cu. YDS.,-' "p, iv 0 i +75 TO 51*. 64435 IN MEDJjAN i .v ST 69+35 CONST((((2222UCT L 495.75' iCIAL DETAIL FOR FIRE STAT19t ' T' , M 3 I, t o 0 INLET ON R.Hr 43" PC = 68+79.80 W H ' EXTENSION' AND 18' x 82' PT = 73+75,55 �' ,STA, 65+37 IN PLACE 19 R.C. I E CULVER (CLASS 111) (TYPE 3 BEDDING) NO SUPER )LVERT m TO 0 WLE ON LT. INC) i'' _' REMOIVEDEDRAIN J �� E INLET = 4' DIA. o OP INLET=4'x4' IN PLACE 4G OF CONCRETE CHANNEL BEAM , p,l, STA. 31523.(3 DU Mid )NCRETE ABUTMENTS, lEvEi V e o"T I R1 �►n I P ICE STRUCTURE (SITE N0, 0 = 1,0�— 1 `'1 S rcJT STA. 72+00 3E ORptN,i:� ) ±in oh DROP INLET ON RI. H: 4' 1"T oc STA. 313+64 CONSTRUCT C,QkA , �'• l,,J I ' CULVERT WITH 8' EXTENSION AND IB" x STA. 314+37 INSTALL �' { t WITH 3:1 WINGS LT. & RT. R.C. PIPE CULVERT (CLASS fir 44"x27"x26' PIPE CULVERT 1 ' 050 = 1900 CIS D. A. = 2.3 SO, ML TO DROP INLET ON LT. RT. SIDE DRAIN $� TYPE MO DROP INLET = 4' DI CONSTRUCT APPROACH = 35 CU. YLEVEE ( t STA. 314+19 CONSTRUCT TYPE C DROP INLET = 4' x , STA. 315+10 I ) DROP INLET ON LT. H"3' II' RUCT 11 4 WITH 8' EXTENSION AND IS" x 38' END OLD VJ E RD. oPIPE CULVERT (CLASS fill (TYPE 3 BEDDING) I AND 18" x 38' a �R T I g ( TO R.C. BOX CULVERT ON LT. (CLASS IU) (TYPE 3 BEDDING) TYPE MO DROP INLET 4' DIA. STA: IN PLACE TYPE C DROP INLET = 4' x 4' 'ERT ON RT, 36" G.M. PIPE CULVERT 1 LET = 4DIA. RETAIN DRAIN ET=4'x4• 0+30 IN PLACE T' x 8' x 64' R.C. BOX CULVERT :1 WINGS LT. & RT. CONSTRUCT ON LT. N= 6' 3" ENSION AND I8" x 79' )LVERT (CLASS III) (TYPE 3 BEDDING) JANNEL ON LT. 3OP INLET - 4' DIA. ?P INLET = 4'x 4' DATE DAR DAi[ DT( *j, . CI ( OFD• till( :w.. Mti•[rn: 1 iDATE REVt5CD i ATE b. L[Cl b ARK. STA. 69+35 CONSTRUCTIiiii I Iiiii:i:j .ae i 040517 118 296 DROP INLET ON LT. H- 5'3, 2 HWY, 265 PLAN WITH 8' EXTENSION AND 18" x 263' PIPE CULVERT TO DROP INLET ON LT. TYPE MO DROP INL= 4' DIA, � C TYPE C DROP INLET = 4'x Al' stAt E I8" R.C. PIPE (CLASS III) (TYPE 3 BEDDING): 263 LIN. FT. SAS 18" SLPPMCCS PIPE (TYPE 2 BEDDING) = 263 LIN. FT. 1 + .l' TER STA.72+00 CONSTRUCT DROP INLET ON LT. H= 5'1" WITH 8' EXTENSION AND 18" x 197' PIPE CULVERT TO DROP INLET ON LT. TYPE MO DROP INLET = 4' VIA. TYPE C DROP INLET = 4' x 4- T 18" R.C. PIPE (CLASS III) (TYPE 3 BEDDING): 19T LIN. FT. LADED TREES 18" SLPPMCCS PIPE (TYPE 2 BEDDING) = 197 LIN. FT. STA. T4+00 CONSTRUCT • • c DROP INLET N`7605 ON LT. H= 5'O Jc�fL WITH 4' EXTENSION AND 18" x 109' p. FvO� PIPE CULVERT TO R.C. BOX CULVERT TYPE MO DROP INLET - 4' DIA. 3 /../ TYPE C DROP INLET = 4' x 4- 18" R.C. PIPE (CLASS 1111 (TYPE 3 BEDDING) = 109 LIN, FT. 18" SLPPMCCS PIPE (TYPE 2 BEDDING): 109 LIN. FT. REMOVAL AND DISPOSAL OF FENCE P.I. ST%. 310+00.00 STA. STA. _ - STA,38+22 CONSTRUCT _,,,;'::T::: _ + SIDE L!N FT, - APPROACH ON Li. = 20 CU, YDS 1' WIRE FENCE '-- L. - - - - -.- -" 5TA, 5TA. SIDE TYPE LIN. FT. \• LADED TREES DUMPELR4PD -.'-z J ----P------------ 10 / TREES 514. 70 ---_- ----"- 'FATED TREES STA.69+35 CONSTR(iUCT DROP INLET ON R. H= 4 3" WITH 8' EXTENSIONj AND 18" x 82' R.C. PIPE CULVE (CLASS 81) (TYPE 3 BEDDING) TO DROP INLE ON LT. TYPE MO iR0I5 INLET = 4' DIA. •TYPE -'C OP INLET = 4' x 4' PROPOSED R/W Pt = 71+27.83 A = 4. 57' 27.19" RT. N 1, T = 248.03' L = 495.15' PC = 68+79.80 STA, 74+p0 CONSTRUCT PT = 73+75.55 NO SUPER DROP INLET ON RT. H= 5. 0" WITH 4' EXTENSION AND III" x 33' =- PIPE CULVERT TO R.C. BOX CULVERT TYPE MO DROP INLET = 4' 014. TYPE C DROP INLET = 4' x 4- IB" R.C. PIPE (CLASS III) (TYPE 3 BEDDING) = 33 LIN. FT. IB" SLPPMCCS PIPE (TYPE 2 BEDDING) = 33 LIN. FT. STA.72+00 CONSTRUCT STA. 313+64 CONSTRUCT DROP INLET ON RT. H= 4' I" TRP 10' x 7' x 76' R,C, BOX CULVERT WITH 31 WINGS LT. & RT. WITH 8' EXTENSION AND 18" x 72' STA.'75+08 IN PLACE R.C. PIPE CULVERT (CLASS 81) (TYPE 3 BEDDING) 050 - 1900 CFS 0.4.: 2.3 50, ML TO DROP INLET ON LT. TYPE MO DROP INLET = 4' DIA. TRP 10" x 7' x 65' R.C. BOX CULVERT LT. FWD SKEW 5TA, 314+(g CONSTRUCT TYPE C DROP INLET = 4' x 4' REMOVE AND CONSTRUCT QUINT 10' x 9' x 153' R.C. BOX CULVERT DROP INLET ON LT. H=3. 8' WITH 8' EXTENSION AND 18" x 38' QO A�v p A eta .0V LT. FWD SKEW = 4S' R.C. PIPE CULVERT (CLASS 111) (TYPE 3 BEpp� ZO WITH NO WINGS LT. AND 3:1 WINGS RT, 050 = 1940 CFS D.A. = 2.4 SO. MI. TO R.C. BOX CULVERT ON LT. ANGE ORDER IAICL TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' x 4' 74,757'7 JOB NO. ...••..�•s�h//� HWY. 265 AND OLD WIRE RD. i ITECRirp [!1 ;tiu CONSTRUCTION SERVICES June 30, 2014 Arkansas Highway & Transportation Department District 4, Fayetteville Office Mr. Jeff Stroud, Resident Engineer #43 3526 N. Hwy 112 Fayetteville, AR 72704 RE: Dumped Riprap Job 040517 Dear Mr. Stroud, In reference to your letter dated May 27, 2014 concerning the request of additional pricing, Nabholz Construction Corporation submits the following unit price proposal: Dumped Rip Rap - $78.61 per CY Filter Fabric - $3.16 per SY If you need any additional information, please do not hesitate to contact me. Sincerely, ChrI4toph.es- L. Ktau ffincwt, Chris Kauffman Project Manager WO ACOOMPAN CHANGE ORDER NO. JOB NO... Pi -Q 1 ...... FAP COUNTY Conway, AR / Little Rock, AR / Jonesboro, AR / Fort Smith, AR / Rogers, AR / Springfield, MO / Olathe, KS / Tulsa, OK / Oklahoma City, OK www.nabholz.com 3301 N. 2m St. / Rogers, AR 72756 / P.O. Box 277 (72757) 1 Phone: 479.659.7807 Rev. 5-31-94 ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Page 1 oil Job No. 040517 FAP No. STP-9142 (24) Date 6/16/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Filter Fabric Quantity: 400.00 LABOR QUANTITY RATE AMOUNT General Labor 20 $ 12.25 $ 245.00 TOTAL MATERIALS QUANTITY RATE AMOUNT Filter Fabric 400 $ 2.00 $ 800.00 TOTAL EQUIPMENT QUANTITY RATE AMOUNT $ - $ 245.00 $ 800.00 TOTAL SUMMARY LABOR $ 245.00 PLUS $ 49.00 (20% maximum on labor) TAXES/INS. $ 51.45 MATERIALS $ 800.00 (15% maximum on materials) a'O ACOOMPAISM CHANGE ORDER NO. ,�-. SOB xO... 04-0 5 n PLUS PAP•.STP.'t4:7.( $ 120.00 EQUIPMENT $ COUNTY $ 1,265.45 f / f 400.00 I =I $ 3.16 (TOTAL) / (QUANTITY) = (UNIT PRICE) SIGNATURE Nabholz Construction Services COMPANY Rev. 5-31-94 PageIofI ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 0405 I7 FAP No. STP-9142 (24) Date 6/30/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Dumped Rip Rap Quantity: 200.00 LABOR QUANTITY RATE AMOUNT Trackhoe Operator 20 $ 17.25 $ 345.00 Truck Driver 20 $ 15.25 $ 305.00 1VIAL MATERIALS QUANTITY RATE AMOUNT Rip Rap 200 $ 44.00 $ 8,800.00 I_LUJrl_NJ EQUIPMENT QUANTITY RATE AMOUNT Dump Truck 20 $ 87.17 $ 1,743.40 Cat 336 DL 20 $ 147.14 $ 2,942.80 TOTAL $ 650.00 $ 8,800.00 $ 4,686.20 SUMMARY LABOR $ 650.00 CrO ACOOMPAN' PLUS $ 130.00 (20% maximum on labor) CHANGE ORDER NO. Z. TAXES/I.................... .� MATERIALS $ 8,800.00 (15% maximum on materials) Z1) FAP ) PLUS $ I,320.00s,. .,�jT, .l .J COUNTY �( EQUIPMENT $ 4,686.20 . , I $ 15,722.70 I / I 200.00 J = J78.61 (TOTAL) / (QUANTITY) _ (UNIT PRICE) SIGNATURE Nabholz Construction Services COMPANY NAO1Z CONSTRUCTION SERVICES June 30, 2014 Arkansas Highway & Transportation Department District 4, Fayetteville Office Mr. Jeff Stroud, Resident Engineer #43 3526 N. Hwy 112 Fayetteville, AR 72704 RE: Dumped Riprap Job 040517 Dear Mr. Stroud, In reference to your letter dated May 27, 2014 concerning the request of additional pricing, Nabholz Construction Corporation submits the following unit price proposal: Mobilization - $4,122.64 Maintenance of Traffic - $4,271.48 If you need any additional information, please do not hesitate to contact me. Sincerely, Chv tophL. Ka f nanu Chris Kauffman Project Manager lEO ACOOMPAMM RAGE ORDER NO VOs NO.... � jj.. COUNTY Conway, AR / Little Rock, AR / Jonesboro, AR / Fort Smith, AR / Rogers, AR / Springfield, MO / Olathe, KS / Tulsa, OK I Oklahoma City, OK www.nabholz.com 3301 N. 2 St. / Rogers, AR 72756 / P.O. Box 277 (72757) 1 Phone: 479.659.7807 Rev. 5-31-94 Pagel ofI ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 040517 FAP No. STP-9142 (24) Date 6/16/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title Mobilization Quantity: 1.00 LABOR QUANTITY RATE AMOUNT Truck Driver 20 $ 15.25 $ 305.00 Trackhoe Operator 4 $ 17.25 $ 69.00 TOTAL I $ 374.00 MATERIALS QUANTITY RATE AMOUNT Permit Load 2 $ 336.00 $ 672.00 IVIAL EQUIPMENT QUANTITY RATE AMOUNT Lowboy Truck 20 $ 119.64 $ 2,392.80 Cat 336 DL 2 $ 147.14 $ 294.28 Cat 314 CL CR 2 $ 67.71 $ 135.42 1VIAL SUMMARY LABOR $ PLUS $ TAXES/INS. $ 374.00 74.80 78.54 (20% maximum on labor) $ 672.00 $ 2,822.50 aO ACOOMPANYI CHANGE ORDER NO. Z6 JOB NO. „ t�Q U 5 i l..... MATERIALS $ 672.00 (15% maximum on materials) FAP .. PLUS $ 100.80 COUNTY EQUIPMENT $ 2,822.50 $ 4,122.64 I / I 1.00 $ 4,122.64 (TOTAL) / (QUANTITY) _ (UNIT PRICE) SIGNATURE Nabholz Construction Services COMPANY Rev. 5-31-94 Page I of I ANALYSIS OF SUPPLEMENTAL AGREEMENT ITEM TO ACCOPMANY CHANGE ORDER NO. 15 Job No. 040517 FAP No. STP-9142 (24) Date 6/16/2014 Job Name Hwy 45 to E. Joyce Blvd. Contractor: Nabholz Construction Corporation Item Title MOT Quantity: 1.00 LABOR QUANTITY RATE AMOUNT Foreman 30 $ 22.72 $ 681.60 General Labor 90 $ 12.25 $ 1,102.50 TOTAL MATERIALS QUANTITY RATE AMOUNT Temp Lane Closure Signs 1 $ 1,200.00 $ 1,200.00 TAT A Y EQUIPMENT QUANTITY RATE AMOUNT Pick Up Truck 30 $ 12.53 $ 375.90 TOTAL SUMMARY LABOR $ 1,784.10 PLUS $ 356.82 (20% maximum on labor) TAXES/INS. $ 374.66 MATERIALS $ 1,200.00 (15% maximum on materials) PLUS $ 180.00 EQUIPMENT $ 375.90 $ 1,784.10 $ 1,200.00 $ 375.90 iTO ACOOMPANZ CHANGE ORDER NO. Z. JOB NO• .vf:::'.1.:..... FAP ....-::•�c�Z��r e.s• COUNTY Ls 4,271.48 / J 1.00 I =I $ 4,271.48 (TOTAL) / (QUANTITY) = (UNIT PRICE) SIGNATURE Nabholz Construction Services COMPANY Libertini, Paul From: Sent: To: Subject: Attachments: Follow Up Flag: Flag Status: Brown, Chris Tuesday, July 15, 2014 3:15 PM Libertini, Paul FW: Attached Image 140708152229_0001.pdf Follow up Flagged -----Original Message ---- From: Stroud, Jeffrey D. [mailto:Jeffrey.Stroud@ahtd.ar.gov] Sent: Tuesday, July 08, 2014 2:21 PM To: Brown, Chris Subject: FW: Attached Image Chris, The City's concurrence is requested for the enclosed change order. Our Environmental Division made a review of the project and determined that the riprap is needed as shown in the attachments to mitigate future erosion form occurring.. Thanks Jeff -----Original Message ----- From: RE43COPIER@ahtd.ar.gov [mailto:RE43COPIER@ahtd.ar.gov] Sent: Tuesday, July 08, 2014 3:22 PM To: Stroud, Jeffrey D. Subject: Attached Image ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. JJoyce Blvd. (Fayetteville) (S) _._---_-.Route & Section 265, Section 2 Job No. 040517 FAP No STP-9142(24) County Washington Changes located on Entire Project Change Order No. 21 DESCRIPTION OF CHANGE: Establish and add to the Contract the item "Site Use (A+C Method)" in accordance with the Special Provision contained in the Contract. REASON FOR CHANGE: The Job Special Provision "Site Use (A+C Method)" allows the Contractor to be paid $10,000.00 for each working day the specified site use work is substantially completed before the number of working days stated by the Contractor in the bid, including extensions granted in accordance with the Job Special Provision. It has been determined that the Contractor is due an early completion incentive payment for 32 Working Days (32 days @ $10,000.00=$320,000.00). NOTE: Time charged to date equals 243/275. SUMMARY Item No. Item Unit ` Unit PRESENT REVISED Price -- — 4 -- Quantity Amount Quantity i Amount SP Site Use (A+C) DAY 10,000.00 0.00 0.00: 32.00: 320,000.00' 0.00: 320,000_00; Overrun $320,000.OQ Recommended Chad A ams, Di trict Engineer S -t'. A R VED 1/ f )"o& 1 e Sebren, Construction Engineer Authorized / .4 .4 111 � . E. Banks, AssfChief Requested ' Lioneld Jordan, Mayor Requested �� Jeff Stroud, Resident Engineer Page 1 of 1 Ver: 5/23/2014 Rpt-ID: RCOCORPT Arkansas State Date: 07/01/2014 User: JDSC136 Highway and Transportation Department Page: 1 of 1 Change Order Report Contract ID: 040517 Change Order Nbr: 121 Force Acct ID: 0 Change Order Type: Asst. Chief Engineer Change Order CO Description: CO 21 / Site Use Incentive Zero Dollar Change Order: No Project Nbr Itm Nbr Catg Item Code 040517 0223 0001 915645 Item Description SITE USE (A+C) Supplemental Description) Provide incentive for early completion Supplemental Description2 of project Unit Unit Price Bid Qty Prev Apprvd Qty Curr CO Qty Curr Apprvd Qty Amount of Change DAY $10,000.00 0 0 32 0 This Chng: $320,000.00 CO Item Description Add 32 Days of Incentive Time for Site Use Prev Revised: $0.00 New Revised: $320,000.00 Bid Contract: $0.00 Net Change: $320,000.00 Pct Change: Total Value for Change Order 121 = $320,000.00 General or Standard Change Order Explanation DESCRIPTION OF CHANGE: Establish and add to the Contract the item "Site Use (A+C Method)" in accordance with the Special Provision contained in the Contract. REASON FOR CHANGE: The Job Special Provision "Site Use (A+C Method)" allows the Contractor to be paid $10,000.00 for each working day the specified site use work is substantially completed before the number of working days stated by the Contractor in the bid, including extensions granted in accordance with the Job Special Provision. It has been determined that the Contractor is due an early completion incentive payment for 32 Working Days (32 days @ $10,000.00=$320,000.00). CHECK LIST FOR CHANGE ORDERS (To accompany the Change Order for concurrence and approval) Completed for Paper Change Order No. 21, on Contract 040517 HEADER AND DESCRIPTION U Verify complete Job Name appears as shown on Contract. L] Verify Job Number, FAP Number(s) and Paper Change Order Number. U Verify only FAP Number(s) involved in change are included, or FAP Number and Non -Participating, as applicable. What is the location of change or changes? (Station number, distance left or right of centerline) U Description of Change: I Describe all changes fully, what is being changed, added, or deleted? L 1 Reason for Change: [J What necessitated this change? Remarks: N/A Were other alternates considered? Remarks: N/A Was cost analysis made of other alternates? Are they attached? Remarks: N/A What would happen if this change is not made? Remarks: rr N/A Include the following note on the face of the change order (if applicable): NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. N/A Reference all attachments. N/A Right -of -Way Acquisition: N/A When acquisition of additional right-of-way or construction easement is involved, change order submitted will bear the notation: APPROVAL OF THIS CHANGE ORDER IS CONTINGENT ON THE ACQUISITION OF ADDITIONAL RIGHT- OF-WAY/CONSTRUCTION EASEMENT. N/A Attach sketch showing Job Number, FAP Number, Change Order Number, location, dimensions and areas of additional R/W or Easement to be acquired. ITEMS Ll If more than one FAP or Non -Participating is involved, include an attached breakdown summary of quantities and money value per FAP. Remarks: N/A Verify the Item Number, Item Description, Unit, and Unit Prices for existing items are identical to those shown in the contract. N/A Verify Items appear in the order listed in the contract. Page 1 of 2 Ver: 5/23/2014 CHECK LIST FOR CHANGE ORDERS ITEMS (Continued) (continued) N/A Supplemental Agreement Items: N/A List Supplemental Agreement Items last in the Item summary. N/A Include the following note on the face of the change: NOTE: UNIT PRICE(S) FOR [name of item(s)] IS/ARE CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. N/A Include a Special Provision if new item is not included in the Standard Specifications. Remarks: N/A Document the cost analysis of all negotiated prices. If the negotiated unit price is less than or equal to the latest Weighted Average Unit Price and is considered equitable, the cost analysis should not be attached to the Change Order, but should be retained in the Resident Engineer's Change Order files. [See subsection 104.03(a) of this manual]. Remarks: Check with the Construction Office to determine whether a Supplemental Specification is required. Remarks: N/A Do not show total plan quantity in "Present Quantity" column unless revision is for entire job. Change should reflect quantities involved with limits designated. W Verify the arithmetic on the Change Order. ATTACHMENTS N/A Be sure the Job Number, Change Order Number, FAP Number, and County are shown on ALL documents accompanying or attached to the Change Order. N/A On Change Orders where additional time is allowed to complete the change order work, full justification should be shown for the number of days added. An analysis of time and a letter of concurrence from the contractor should be attached to the proposed Change Order if contract time is extended. [See 108.06 of the Standard Specifications and subsection 104.03 (a) of the RE Manual. N/A Sketches: If possible, make sketches on 8-1/2 x 11" sheets, suitable for reproduction. N/A Existing and proposed details (if applicable). N/A Plan view and Elevation view (if applicable). N/A Station numbers.and dimensions (if applicable). N/A Verify all attachments have been loaded into the correct COGS on-line attachments folder. CONCURRENCE AND MISCELLANEOUS 1 J Check to determine whether this is a District Engineer Authorized Change Order (under $75,000) or an Assistant Chief Engineer Authorized Change Order. N/A If a District Engineer authorized Change Order, do ALL pertinent Divisions concur with the Proposed Change Order? IVl PRINT THE CORRECT CHANGE ORDER FORM! Page 2 of 2 Ver: 5/23/2014 Supplemental Agreement Item Execution The information listed below has been executed for payment if the Contractor has completed this item according to the plans and specification. Item Code - Item Name Bid Line Item Proposal Number Item Units Number Contract: 040517 - Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) RE Office: 43 Paper CO Number: 21 Executed Date: 6/30/2014 Spec Year: 2003 Specifications Unit: E 915645 - Site Use (A+C) DAY 0211 0223 The Bid Proposal Number and Line Item Number listed above must be used when this item is entered into a change order within SiteManager. Failure to use these numbers will prevent this item from being included in an estimate. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Dan Flowers P.O. Box 2261 Director Rack, Arkansas 72203-2261 Phone 50{)569.20011 rB (30p 56¢2000 D WWW ARKANSASHIGHWAYS.MM October 12, 2007 RECEIVED OCT 17 2007 The Honorable. Dan Coody Mayor of Fayetteville c�iMA°OYOR s OFFI0E. 113 WestMountain Fayetteville, AR 72701 Dear. Mayor Goody: The Department has recently updated the cost estimate for the Highway 265 widening project from Highway 45 to the City limits. The current estimate, which includes right-of-way, utilities and construction, is $42 million, In your letter to Commissioner Jonathan Barnett dated May 25, 2004, the City of Fayetteville agreed to. contribute 50% of the project costs up to a maximum of $7.7 million. Under the current Statewide Transportation improvement -Program (STIP) for 2007-2010, the Department has also budgeted $7.7 million for a total project cost of $16.4 million. Therefore, as we recently discussed, it will be necessary to reduce -the limits of this project to better match the funding that is budgeted in the STIP unless additional funds become available. This update is being provided for your information and comment. If additional information is needed, please advise. Sincerely, c: Corilrrlissioner Jonathan Barnett Director Assistant Chief Engineer -Planning Assistant Chief Engineer -Design Programs and Contracts Planning and Research Roadway Design District 4 Job 040440 `C' File Frank Vozel Deputy Director and Chief Engineer RESOLUTION NO 71-08 A RESOLUTION APPROVING A PROPOSAL FROM THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT (AHTD) TO WIDEN CROSSOVER ROAD FROM MISSION BOULEVARD TO JOYCE STREET; AND REAFFIRMING THE CITY OF FAYETTEVILLE'S COMMITMENT OF $7,700,000.00 TO THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a proposal from the Arkansas State Highway and Transportation Department (AHTD) to widen Crossover Road from Mission Boulevard to Joyce Street. ' I • Section 2. That the City Council of the City of Fayetteville, Arkansas hereby reaffirms the City of Fayetteville's commitment of $7,700,000.00 to the project.„arnrrrp, ��aGeEFl4VTR�d` .'. 0)4f' PASSED and APPROVED this 18th day of March, 2008. :FAVErrEvwt.E; APPROVED' ATTEST: s° ;kA NSQ J2,, By:(Q4 By: 0uuaruui DAN COO Y. Mayor SONDRA E. SMITH, City Clerk/Treasurer comments: Chris Brown Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements N/A Mayors Signature City Council Meeting Date Agenda Items Only nn�v Nabho Ch bE', Che 0rilo1r I4 Engineering Development Services Division Department Action rcequirea: proval of a Change Order No. 14 to the Contract between AHTD and Nabholz Construction $ 94, 590.00 Cost of this request 177,467.00 Category / Project Budget Transportation Bonds Program Category / Project Name 4520.9540.5809.00 $ - Transportation Bonds Account Number Funds Used to Date Program / Project Category Name 06035.2000 $ 177,467.00 Sales Tax Construction Project Number Remaining Balance Fund Name Budgeted Item L______ Budget Adjustment Attached �{A/V�,c Previous Ordinance or Resolution # Departme Dir for Date Original Contract Date: Original Contract Number: Ci ttor y Date Finance and Internal Services Director Date Received in City 4 Clerk's Office -25-1 S It, 0?- :44 ;P C / D Date Received in q� %� Mayor's Office Da // j Dat Revised January 15, 2009 • a e evl e -ARKANSAS MEMO To: Mayor Lioneld Jordan Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director From: Chris Brown, City Engineer C) Date: September 25, 2013 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Subject: Approval of a Change Order to Increase the Contract Amount of the Highway 265 Construction Contract between the Arkansas State Highway and Transportation Department and Nabholz Construction by $94,590. PROPOSAL: Arkansas Highway 265 widening, between Mission and Joyce Blvd, is under construction by the Arkansas Highway and Transportation Department (AHTD). The City Council has committed to pay 50% of the construction cost on the project, up to $7.7 million. The AHTD received bids for construction of the project in 2011 . Nabholz Construction was the low bidder, at $12,612,320.32. To date, change orders representing a total net increase to the project of approximately $20,000 have been executed, and a total of $6,459,797.77 has been paid to the AHTD. This Change Order will add a hand rail along the sidewalk near Flynn Creek, to protect pedestrians from a steep drop off near the edge of the sidewalk. The total cost of the change is $94,590.00. RECOMMENDATION: Staff recommends approval of a Change Order increasing the contract between the State Highway Transportation Department (AHTD) and Nabholz Construction by $94,590.00 BUDGET IMPACT: The City will be responsible for 50% of the cost of this Change Order. As of this change, the contract amount will be exceeded by approximately $20,000. However, underruns on some of the contract quantities that have not yet been documented by Change Order are anticipated to result in a savings of approximately $500,000. Finally, the contractor is in line for an incentive payment that may be as much as $300,000. After the final accounting is completed, it is anticipated the cost of construction will be less than the original contract amount, and the City will receive a refund on the project. The amount of this refund is currently estimated to be between $200,000 and $250,000. ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 FAP No STP-9142(24) County Washington Changes located from Station 74+00 to Station 83+00 DESCRIPTION OF CHANGE: Establish and add to the Contract the item "Hand Railing" and place as indicated on the enclosed plan sheet from Station 74+00 to Station 83+00 Lt. Change Order No. 14 REASON FOR CHANGE: The construction of the planned retaining wall in this location has created a large drop off in close proximity to the sidewalk. The additon of the hand railing will enhance the safety of those pedestrians using the sidewalk. Attachments: Plan Sheet, Department E-mail, Contractor's Letter NOTE: UNIT PRICE FOR "HAND RAILING" IS CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. SUMMARY Item No. Item Unit Unit Price PRESENT REVISED Quantity Amount Quantity Amount 633 Hand Railing LF 105.10 0.00 0.00 900.00 94,590.00 Recommended Chad Adams, District Engineer APPROVED Mike Sebren, Construction Engineer Authorized M. E. Banks, Assistant Chief Engineer 1 0.001 Overrun Requeste Lioneld Jordan, Mayor Requested Jeff Stroud, Resident Engineer 1 94,590.00 $94,590.00 Page 1 of 1 Ver: 8/9/2013 ooe4rat•end>t Ekd! o- 0c. 4th+ 0G dQC? au- E.: #„ ct �. -_._-.. `,•.;.,.: rb _.;moo .. ... t. ..:-- ♦r ...... . y v :, . - - �.Y"'a...r iy.R. •:.1.'i sinyY: i- %- ._ : i• � �. � r-... �. w � r i i'i'i ...w' f�.�r�;!��Q iG�...4 r � . �,� . �f •/�.fk,*'9(}'.'Aa� � '�� • � , ���M��t t'1.r,��}iris. ..ic j i Li♦.is� :�i� •••+1•,s Y. w.♦wrer _. ..'� ` _ r-�_ ,t.aasi VY..>.i...•a a5l �!•;!NiYf..^..�� n o 1}l+i► R�Ot.. 9e y o otAw !!• t�•001- G11 Wi•- Wi.. py,. _ .}. r.. .. v;.i�L ... _ - r�lr "`' •err ,• a s _ ��i'^ ieZti..�ir.}. :•- Y•±'..�_r •. ���• ...._ ♦2r• • e - IPy,a_q.- FM ..1.�1 Tw—ais 11P►.,¢..�'�T�.— ^aF'ff r�i.' •._ter r r... _ ♦• _ _ • + • 1�O G QOa . ::i.rY .•. a.aq,.,•rrs .: may! p gas,- • F 1,. .cq. •'11y!'• r ,q .. J�~• ,i i. ...�_,.. _:t sRxY .�Mf' �Ad#:.. tern �r a'�..�'L+.t �n.� . .ors.:-. s .., .:.r. ,.'t.•+;�..�:� . .. . - � � .....,_ � .z. �'�>, � v s... CONSTRUCTION September 9, 2013 Arkansas Highway & Transportation Department District 4, Fayetteville Office Mr. Jeff Stroud, Resident Engineer #43 I 3526 N. Hwy 112 Fayetteville, AR 72704 RE. Job 040517 r } Revised Hand Railing Change Order Request Dear Mr. Stroud, In reference to your request (dated 8/21/2013) for a proposal to install 900 If of hand railing adjacent to the sidewalk from Sta. 74+00 to Sta. 83+00 Lt, we submit the following: Furnish and install 900 if of Hand Railing in accordance with Section 633 of the standard specifications and as shown on standard drawing SI-1 for unit price of $105.10 per LF. If you need anything else, please do not hesitate to contact me. Sincerely, CHrlstopher L. KAitf fvuc�w Chris Kauffman Project Manager TO ACCOMPANY CHANGE ORDER NO. 14., JOB NO. . ........... PAP 5?R Covet ..�J�4S,. Conway, AR / Little Rock, AR / Jonesboro, AR / Fort Smith, AR / Rogers, AR / Springfield, MO / Olathe, KS / Tulsa, OK / Oklahoma City, t 1MC, www.nabholz.com 3301 N. 2n° St. / Rogers, AR 72756 / P.O. Box 277 (72757) / Phone: 479.659.7807 1 ARKANSAS STATE HIGHWAY COMMISSION CHANGE ORDER Job Name Hwy. 45-E. Joyce Blvd. (Fayetteville) (S) Route & Section 265, Section 2 Job No. 040517 FAP No STP-9142(24) S ) ..---- County Washington -- Changes located from Station 74+00 to Station 83+00 _ Change Order No. 14 DESCRIPTION OF CHANGE: Establish and add to the Contract the item "Hand Railing" and place as indicated on the enclosed plan sheet from Station 74+00 to Station 83+00 Lt. REASON FOR CHANGE: The construction of the planned retaining wall in this location has created a large drop off in close proximity to the sidewalk. The additon of the hand railing will enhance the safety of those pedestrians using the sidewalk. Attachments: Plan Sheet, Department E-mail, Contractor's Letter NOTE: UNIT PRICE FOR "HAND RAILING" IS CONTINGENT UPON THE EXECUTION OF A SUPPLEMENTAL AGREEMENT. SUMMARY Item No. Item Unit Unit Price PRESENT REVISED Quantity, Amount Quantity Amount L633 Hand Railing LF 105.10 0.00 0.00 900.00 94,590.00 1 0.001 1 94,590.001 Overrun $94.590.00 Recommended 27 t Chad Adams, District Engineer 3:N APPROVED y.r5 Mike Sebren, Construction Engineer .rps /e" Authorized . E. Bks,j istant`IChlef Engineer Requeste Lioneld Jordan, Mayor Requested Jeff Stroud, Resident Engineer Page 1 of 1 Ver: 8/9/2013