HomeMy WebLinkAbout113-13 RESOLUTIONRESOLUTION NO. 113-13
A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE
AMOUNT OF $110,000.00 TO INCREASE THE BUDGET TO REPAIR A
PORTION OF RODGERS DRIVE NEXT TO THE CITY'S WATER TOWERS
WHEREAS, the City Council approved a budget of $250,000.00 for an emergency
repair of a portion of Rodgers Drive that, as a result of slope instability and failure, was sliding
down the hill toward the City's water towers; and
WHEREAS, the low bid from the three contractors was $329,515.95 which will require
an approval of an additional budget adjustment of over $100,000.00 to fund the contract and its
contingency.
NOW, THEREFORE 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
the attached budget adjustment in the amount of $110,000.00 so that the reconstruction project to
repair Rodgers Drive can be completed.
PASSED and APPROVED this 21 st day of May 2013.
APPROVED:
ATTEST:
LISA BRANSON, DeputWI-
ygs�,,�
C,.•G��Y C,c'•,G��.
FAYE FVILt_F : —
rrj. p o,,ti►
(;ION
City of Fayetteville, Arkansas
Budget Adjustment Form
V12,0724
Budget Year Division: Citywide
2013 Department: Citywide
Request Date I Adjustment Number
5/13/2013
BUDGET ADJUSTMENT DESCRIPTION ! JUSTIFICATION
Rodgers Drive is experiencing a sliding hillside and is in need of emergency repair. Bids came in higher than
expected.
y`"v g�-- _ S_/_13 f 13 Prepared By: Kevin Springer
Division Head Date Springer, Kevin
3,7 Reference:-
Budget Director Date Budget & Research Use Only
,(1,1A _-- Type: A B C D E P
Depa mWntreefor T Date
-� 5�-1't- 20r
Finance Director Date
Chief o Staff Date
ayor , Me
Account Name
Street improvements
Use of fund balance
General Ledger Date
Posted to General Ledger
Checked / Verified
TOTAL BUDGET ADJUSTMENT
Account Number
4470.9470-5809.00
4470_0947.4999.99
Initial Date
Initial Date
110,000 110,000
Increase / (Decrease)
Expense _Revenue
110,000 -
-- ---110,000
Project.Sub
Number
13029 . 1 _
HABudgeABudget Adjustments12013_BudgetlKevin\BA2013—Rodgers Drive Repair_BIDS.As 1 Of 1
FA
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
5121 l2013
City Council Meeting Date
Agenda Items Only
Engineering
Division
Aciion Kequirea:
Approval of a Budget Adjustment for Repairs to Rodgers Drive
$ 110,000.00
Cost of this request
4470.9470.5809.00
Account Number
13029
Project Number
Budgeted Item
$ 250,000.00
Category / Project Budget
Funds Used to Date
$ 250,000.00
Remaining Balance
Budget Adjustment Attached
A - I � 16C ()VA
Department biPector Date
City Attorney Date
Finance and Internal Services Director Date
Date
Development Services
Department
Rodgers Drive Repair
Program Category 1 Project Name
Street Improvements
Program 1 Project Category Name
Sales Tax Capital Fund
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
- i
Received in City
Clerk's Office
EN E
Received in
Mayors Office
5578
Revised January 15, 2009
Zayee]1
le
�ARKANSAS�
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
From: Chris Brown, City Engineer
Date: May 13, 2013
Subject: Budget Adjustment for Repairs to Rodgers Drive
PROPOSAL:
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Council Meeting of May 21, 2013
Recent rainfall has aggravated an ongoing problem with the slope stability on the north side of the Rodgers
Drive water tanks. As a result of the slope failure, a portion of Rodgers Drive has been compromised. The
south side (east bound lane) of Rodgers Drive has settled and is gradually sliding down the hill. For many
homes in this area, Rodgers Drive is the only means of ingress and egress.
At the April 16, 2013 City Council Meeting, the Council approved an ordinance waiving the requirements
of competitive bidding, and staff proceeded to solicit three bids from contractors for the repair work. The
Mayor is authorized to sign the contract per City Council approval; however, the low bid of $329,515.95
was more than the approved budget of $250,000, and a budget adjustment is needed.
RECOMMENDATION:
Staff recommends approval of a budget adjustment in the amount of $110,000 to fund the contract with Prime
Contracting, Inc., plus a continency amount of $30,484.05. Thus, the total requested budget for the project is
$360,000.
BUDGET IMPACT:
The attached budget adjustment identifies the source of funds for the project. The budget adjustment will bring
the total allocation for this project to $360,000.
RESOLUTION NO.
A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE
AMOUNT OF $110,000.00 TO INCREASE THE BUDGET TO REPAIR A
PORTION OF RODGERS DRIVE NEXT TO THE CITY'S WATER TOWERS
WHEREAS, the City Council approved a budget of $250,000.00 for an
emergency repair of a portion of Rodgers Drive that, as a result of slope instability and
failure, was sliding down the hill toward the City's water towers; and
WHEREAS, the low bid from the three contractors was $329,515.95 which will
require an approval of an additional budget adjustment of over $100,000.00 to fund the
contract and its contingency.
NOW, THEREFORE 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
the attached budget adjustment in the amount of $110,000.00 so that the reconstruction project to
repair Rodgers Drive can be completed.
PASSED and APPROVED this 21st day of May 2013.
APPROVED:
LIONELD JORDAN, Mayor
ATTEST:
SONDRA E. SMITH, City Clerk/Treasurer
r r I
y a�aabls '___-___
0 IL
m r
V .0
--� Yoa aanossoao s � r
3 I
Y 3AV TrM ur
Z m O V3 .t11J u�r r O
r
a � gbh, F- iyi x i PAP
y U IL
i3QA V NINV�g p06 'ih P .--� 3nV AtO�!r 4,O
V 0`
p
lOfddbl V oNOa WaYnaQ AlW3k�", —
Ap 7 a � CURIO AI
1-1 r
w
-90
a
ir
9L ►y- w ?O NO 3QI&JNI(Va Qa }
q 4h18IMIA 3 W co.yL 3)IV'J.tlf0 FE
N1 03d �y a y 3nY DOOM
w��p�7rM
g m a 1 a 07
3hV 3fl3110�
B 0 ur vi y 3AV 1{ V� cn v) m A
a z x
d h 3� p h S a F
y w a 3 s,� 3AY1g3M y
i„ iu �n J o >o
4ix
3AV
1L3U3A3l y � U 3AVllIH � IS
v�
a $3AYNYONrlp (�
4 � g 3AVOkY1HV0
v w 3AV ONV1aVJ sOP
i
o 3nv OifOd IJ v Oa 510V9a0
)10
v �J
W
^
W
(L
0
U)
W
U)
OC
w
CD
0
W
ORDINANCE NO.5578
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND AUTHORIZING THE MAYOR TO SIGN A
CONTRACT WITH A CONTRACTOR PROVIDING THE LOWEST PRICE
QUOTE FOR REPAIR TO A SLOPE FAILURE ON RODGERS DRIVE, AND
APPROVING A BUDGET ADJUSTMENT
WHEREAS, recent rainfall has aggravated ongoing problems with slope stability on the
north side of the Rodgers Drive water tanks, and
WHEREAS, as a result of slope failure a portion of Rodgers Drive has been
compromised, and
WHEREAS, timing of this repair is critical and in order to expedite the hiring process, a
waiver of the requirements of competitive bidding is appropriate,
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines
an exceptional situation exists in which competitive bidding is deemed not feasible or practical
and therefore waives the requirements of formal competitive bidding and authorizes the Mayor
to sign a contract with a contractor providing the lowest price quote for repair to a slope failure
on Rodgers Drive.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, attached as Exhibit "A".
PASSED and APPROVED this 16th day of April, 2013
APPROVED:
ATTEST:
By: i Z-cam-- 13y:
0,147EP,LD AoiWAN, Mayor SONDRA E. SMITH, City Clerk/Treasurcr
Budget Year Division: Citywide
2013 Department: Citywide
City of Fayetteville, Arkansas
Budget Adjustment Form
Request Date
4/16/2013
BUDGET ADJUSTMENT DESCRIPTION ! JUSTIFICATION
Rodgers Drive is experiencing a sliding hillside and is in need of emergency repair.
V12,0724
Adjustment Number
_
Prepared By:
" ion He
Date
FeN, Barbara
7Di
I
Reference:
ud et Director
9
--'-
Date
Budget & Research
Use Only
Type: A B
C E P
Department Director
Date
+alj. (�_ -
i -_ t L -;t0 t 3
General Ledger Date
Finance Director
Daate
Posted to General Ledger
f Staff
Da a
Initial Date
•+ram
'l�fd
Checked ! Verified
orte
Initial Date
TOTAL BUDGET ADJUSTMENT 250,000
250,000
Increase 1(Decrease) Project.Sub
Account Name
Account Number Expense
Revenue Number
Street improvements
4470.9470.5809.00 250,000
- 13029
Use of fund balance
4470,0947,4999.99
250,000
H:1BudgetOLjdget Adjustments12013_Budget\EarbaralRodgers Drive Repair
1of1
Project Manual
•
:37lie
ARKANSAS
CITY OF FAYETTEVILLE
ARKANSAS
CONSTRUCTION -
RODGERS DRIVE SLOPE FAILURE REPAIRS
-78 Z 6. �t4
Date: May 2013
City of Fayetteville, AR
Construction — Rodgers Drive Slope Failure Repair
Page 1 of 10
City of Fayetteville
Construction — Rodgers Drive Slope Failure Repair
Contract Name: Rodgers Drive Slope Failure Repair
BID T0:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: (V\ t At— ,u
. �Ox y
—RCt?064.1c, 16 LS73Y
Section 1 — Intent:
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with City in the
form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract
Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
Section 2 — Terms & Conditions:
2. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security. Bidder will sign and deliver the required number of
counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within
15 days after the date of Owner's Notice of Award. The City intends to issue a Notice of Award as soon as a
minimum of three bids are received, possibly as early as May 7t"
Section 3 — Bidder's Representations:
In submitting this Bid, Bidder represents, as more Puffy set forth in the Agreement, that:
A.) Bidder has examined and carefully studied the Bid Documents and plans.
B.) Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that
may affect cost, progress, performance, and furnishing of the Work.
C.) Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost,
progress, performance, and furnishing of the Work.
D.) Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the
Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to
the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges
that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and
data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site.
City of Fayetteville, AR
Construction — Rodgers Drive Slope Failure Repair
Page 2 of 10
E.) Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or
supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface,
subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and
procedures of construction to be employed by Bidder and safety precautions and programs incident thereto.
F.) Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are
necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price,
and other terms and conditions of the Contract Documents.
G.) Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for
which this Bid is submitted as indicated in the Contract Documents.
H.) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site,
reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
I.) Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has
discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder.
J.) The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for
performing and furnishing the Work for which this Bid is submitted.
K.) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is
not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder
has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or
induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for
himself any advantage over any other Bidder or over Owner.
L.) Bidder will perform the Work in compliance with all applicable trench safety standards set forth in occupational Safety
and Health Administration (OSHA) Part 1926 — Subpart P — Excavations.
M.) No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work.
N.) The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of
Bids_ Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards.
Section 4 — Bid Price:
s 3 d.9,515, 95 55 f)AYS
Total BidlWorking Days to Complete Contract
City of Fayetteville. AR
Construction —Rodgers Drive Slope Failure Repair
Page 3 of 10
Name of Contractor:
�l� CANT rtR�YT ?{r NL
Section 5 — Contract Times:
A,) Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar
days indicated in the bid. Working Days will be defined as per AHTD Standard Specifications.
B.) Bidder accepts the provisions of the Agreement referring to liquidated damages in the event of failure to complete the
Work with the times specified in the Agreement.
Section 6 — Detail Bid Pricing:
A.) Scope of Work:
i. The work shall consist of furnishing all equipment, labor and material in performing all operations in connection
with the construction of the Rodgers Drive Slope failure as specified. The scope listed below is general in nature;
quantities listed shall be verified by the bidder. The scope includes:
1. Construction of two (2) gabion walls with flowabfe fill within the gabion. Total estimated quantity of gabion
stone stone is 785 CY, estimated quantity of flowable fill within the gabions is 315 CY.
2. Installation of limestone rip-rap/shot rock behind the gabion walls, with installation of minimum 1 foot
depth native stone cap on the riprap. Estimated total rip rap is 630 CY.
3. Installation of approximately 2920 SF of modular block retaining wall (Keystone/Allan Block or approved
equal). Includes approximately 1500 tons of class 7 base, approximately 1670 SY of Stratagrid 500
geogrid (or approved equal), approximately 570 tons of class 57 stone, and approximately 650 If of
perforated and solid pvc underdrain pipe.
4. Place and compact b-stone and class 7 base in the damaged roadway section. Provide filter fabric
between b-stone and class 7 base; provide minimum 8 inches of class 7 base. Existing material may be
salvaged and re -used.
5. Clearing and grubbing of trees, excavation and haul off of excess material. Existing soil material may be
reused in areas of the plans where soil is called for.
6. Removal of existing fencing in project area (approximately 250 to 300 feet) and replacement at the top of
the upper wall after completion of the wall construction. Existing fence may be reused if not damaged, or
new fencing provided shall match existing fencing in style, height, gauge, etc.
7. Placement of soil on either side of the upper wall, and seeding using AHTD standard seed mix. Straw or
wood mulch seeded areas. Seeding and straw shall be completed in all disturbed areas.
8. Provide and instal! 10 eastern redbud trees (5 gallon) and 60 Carolina Buckthorn shrubs (2 gallon).
ii. All work shall be completed in strict accordance with the plans and specifications_
iii. Furnish or construct all incidental items required for this project.
iv. Performance and payment bonds in the amount of 100% of the bid price shall be provided prior to execution of a
contract. Such bond shall be presented to the City after it has been filed with the Washington County Circuit
Clerk's Office. The form of the bond shall be in accordance with State Law.
R.) Payment
Payment shall be made based upon bid items listed below. Payment will be made on a monthly basis based on
estimated percentages of work completed for each item, with applfcable retainage withheld as allowed by State
Law_
Final payment will not be made until all work has been completed to the satisfaction of the City of Fayetteville,
C.) Bid Price Details:
The Bid prices as submitted shall cover all costs for labor, material, equipment, and any other items incidental
necessary to complete the work even if not specifically listed below. Estimated material quantities for some of the
items are included with this package, bidder shall verify these quantities before submitting a bid. The City
assumes no liability for incorrect quantities.
City of Fayetteville, AR
Construction — Rodgers Drive Slope Failure Repair
Page 4 of 10
H. No costs in connection with work required by the Contract Documents for proper and successful completion of the
Contract will be paid outside of or in addition to the bid prices submitted, A catch-all item has been included to
allow for any items not specifically listed. The total of the detailed bid items 1-12 must match the price bid stated
above in Section 4.
iii. Bid Items: Provide pricing for the following items:
Item
No.
Description
Bid Amount
West Gabion Wall, including gabion baskets, filler rock ��11ll L1 a8 1 and flowable fill, rip rap and native stone backfill, and q41 73q
draina e system
East Gabion Wall, including gabion baskets, filler rock and
2 flowable fill, rip rap and native stone backfill, and drainage Ip�p� ���•
system
3 Modular Block Retaining Wall, including blocks, filter rock, � � 70
eo rid, class 7 backfill, and drainage system '
4 Roadway repair to include b-stone, filter fabric, and class 5A5,
7 base
5 Clearing, grubbing, excavation and haul -off of excess
$'�`�� �g
m aterial.
6 I_ Id 5a0p �® Fencing removal and replacement
Soil, seeding and mulch
On
g + Landscape plants 301, /U0.
10 Mobilization and bonding
Stormwater pollution prevention
12 All other items of work not specifically included in items 1- 3�a5• 00
11
Section 7 - Communications:
A,) Communications concerning this Bid shall be addressed to the Bidder as follows:
t�C7 a x 4'
uc D S�3
Phone No. Yl - 73
FAX No. _17 - 7 3 d _ 53 .;�#_
Section 7 - SIGNATURE;
City of Fayetteville, AR
Construction - Rodgers Drive Slope Failure Repair
Page 5 of 10
A.) This bid is being submitted in good faith, according to the entire bid package presented:
SUBMITTED on this 7/h Date of A (1 Y _ , 20 13
Arkansas State Contractor License No. 005eeJa b �( /3
If Bidder is:
OPTION 1: An Individual
Name (type or printed):
By:
Doing business as:
Business address:
Phone No.:
OPTION 2. A Partnershi
(Individual's Signature)
FAX No.:
SEAL)
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.:
OPTION 3. A_ _Corporation
Corporation Name: ;O)e- EAL)
f���/g91�
Date of Incorporation:
7LK4101
Type (General Business, Professional, Service, Limited Liability):
By:U% Jy
(Signature — attach evidence of authority to sign)
Name (type or printed): _ —45 CO+( D. (` (sof)
Title: fC—.sr dcr; t _
(CORPORATE SEAL)
Business address: EQ %y
Phone No.: �%�%` ��3 FAX No.: q17— 73-'L.5_3-$Y
City of Fayetteville, AR
Construction — Rodgers Drive Slope Failure Repair
Page 6 of'10
Chris Brown
Submitted By
City of Fayetteville Item Review Form
2013-0184
Legistar File Number
NIA
City Council Meeting Date - Agenda Item Only
NIA for Non -Agenda Item
Action Required:
prime Con�rae��g
Cage Over I
5s� 7 i►b -i3
Engineering
Department
IApproval of Change Order #1 to the contract with Prime Contracting, Inc in the amount of $6,789.32
for the construction of the Rodgers Drive Repairs.
Does this item have a cost? Yes
$7,689.32
Cost of this request
4470.9470.5809.00
Account Number
13029
Project Number
$360,000.00
Category or Project Budget
$347,666-99
Funds Used to Date
$4,643.69
Remaining Balance
Rodgers Drive Repair
Program or Project Name
Street Improvements
Program or Project Category
Sales Tax CIP
Fund Name
Budgeted Item? YeS Budget Adjustment Attached? No
V20130812
Previous Ordinance or Resolution # 5578 & 113-13
Original Contract Number: n/a
Comments:
i47yrztev
lle
ARKANSA
www.accessfayetteville.org
To: Mayor Jordan
From: Chris Brown, City Engineer
Date: November 7, 2013
Subject: Rodgers Drive Slope Failure Repairs —Change Order # 1
RECOMMENDATION
Approval of Change Order #1 in the amount of $7,689.32.
THE CITY OF FAYETTEVILLE, ARKANSAS
BACKGROUND
Rodgers Drive experienced a global slope failure in April 2013 and a budget adjustment was approved
($250,000.00; Ordinance No. 5578; 4/16/13) to fund the repairs. The budget for the project was increased to
$360,000.00 by resolution after plans were prepared and the bid amount of $329,515.95 was received from the
contractor (Resolution No. 113-13; 5/21/13). Prime Contracting, Inc began construction in August 2013 and the
project is currently 95% complete.
DISCUSSION
During construction it was discovered that the retaining wall overall height must be increased to achieve proper
burial depth into the native shale soils as recommended by the geotechnical engineer. This increase in materials
& labor resulted in a change order of $23,286.32. However, the Modular Block Wall design was modified and
the scope of landscaping was reduced in order to save materials and labor costs. Additionally, two unforeseen
costs were incurred — a communication line burial ($600.00) and paint touch up for the water tank ($300.00).
Therefore the net change order amount is $7,689.32.
BUDGET IMPACT
Increase cost of Gabion Wall by
$23,286.32
Decrease cost of Modular Block Wall by
($16,497.00)
Add cost of trenching communication cable
$600.00
Add cost of touching up water tank paint
$300.00
Original Contract Price: $ 329,51.5.95
This C.O. will increase contract by: $ 7,689.32
The new contract price will be: $ 337,205.27
Prime Contracting, Inc. REQUEST FOR CHANGE ORDER
P.O. Box 744
Republic, MO 65738-0744
Tel: 417-732-5353
Fax: 417-732-5354
TO: City of Fayetteville CHANGE ORDER DATE: 08/31/13
Attn: Chris Brown PROJECT: Rodgers Drive Slope Failure Repair
113 West Mountain St. Fayetteville, AR
Fayetteville, AR 72701
CONTRACT DATE: 06/20/13
DESCRIPTION NET AMOUNT
Request for Change order to install additional gabion baskets for the East Gabion Wall as
authorized by owner.
98 cubic yards a $206.34 per cubic yard
.....................................................................$202213,.2
Excavation, haul off & dump fees ...........................$ 3,065.00
Total Change Order Amount: $23,286.32
Theoriv-inal Contract Sum was........................................................................... $ 329,515.95
Net Change by Previously authorized Change Orders ..................................................... $
The Contract Sum prior to this Change Order............................................................ $ 329,515.95
The amount of this Change Order is........................................................................ $ 23,286.32
The New Contract Sum including this Change Order will be ............................................. $ 352,802.27
PLEASE SIGN & RETURN ONE COPY FOR OUR RECORDS
CITY OF FAYETTEVILLE
Accepted By:
Date:
The 6%,ork covered by this order shaft be performed under the same
Terms and Conditions as that included in the Original Contract,
PRIME CO TRACTING, INC.
vrwlt-
k-4bjlxr---
Accepted By:
V! I
Date:
From: Scott D Olson [mailto:solsonpci@sbcglobal.net]
Sent: Wednesday, November 06, 2013 3:59 PM
To: Brown, Chris
Cc: Tamara Olson
Subject: Rodgers Drive changes
Chris,
I have went back and recalculated the changes to the block wall, B Stone and various items on the
referenced project and can offer the city $16,497.00 in savings towards the change order for the additional
gabions installed. If acceptable, the new contract amount would be $336,303.95.
Additionally, we would bury the relocated AT&T cable for $600.00.
Please let me know how you want to proceed.
Best regards,
Scott Olson
Prime Contracting, Inc.
Cell 417.848.6995
Ph 417.732.5353
Fx 417.732.5354
Page 1 of 1
Cory,
Based on the estimated prices for pant that I received from Tnemec Pant, we will provide material and labor to repaint
the damaged area of the water tank for $300.00,
If this is acceptable, please Iet me know what the exact color is so I can get it ordered.
Thank you,
Scott Olson
Prime Contracting, Inc.
Cell 417.848.6995
Ph 417.732.5353
Fx 417.732.5354
fi l e:111C:1 U serstcgrandersonlA ppDatalL ocallTemplX Pgrpwi s6528239E8FAY ETTEV I L L ... 11 / 12/2013
ORDINANCE NO. 5578
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND AUTHORIZING THE MAYOR TO SIGN A
CONTRACT WITH A CONTRACTOR PROVIDING THE LOWEST PRICE
QUOTE FOR REPAIR TO A SLOPE FAILURE ON RODGERS DRIVE, AND
APPROVING A BUDGET ADJUSTMENT
WHEREAS, recent rainfall has aggravated ongoing problems with slope stability on the
north side of the Rodgers Drive water tanks, and
WHEREAS, as a result of slope failure a portion of Rodgers Drive has been
compromised, and
WHEREAS, timing of this repair is critical and in order to expedite the hiring process, a
waiver of the requirements of competitive bidding is appropriate,
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines
an exceptional situation exists in which competitive bidding is deemed not feasible or practical
and therefore waives the requirements of formal competitive bidding and authorizes the Mayor
to sign a contract with a contractor providing the lowest price quote for repair to a slope failure
on Rodgers Drive.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, attached as Exhibit "A". %p1n a r+J',�
PASSED and APPROVED this 160 day of April, 2013.
APPROVED:
LD
_V1tE•tl. .
y
..c�— 13y:
N, Mayor SONDRA E. SMITH, City Clerk/Treasurer
ATTEST:
RESOLUTION NO. 113-13
A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE
AMOUNT OF $110,000.00 TO INCREASE THE BUDGET TO REPAIR A
PORTION OF RODGERS DRIVE NEXT TO THE CITY'S WATER TOWERS
WHEREAS, the City Council approved a budget of $250,000.00 for an emergency
repair of a portion of Rodgers Drive that, as a result of slope instability and failure, was sliding
down the hill toward the City's water towers; and
WHEREAS, the low bid from the three contractors was $329,515.95 which will require
an approval of an additional budget adjustment of over $100,000.00 to fund the contract and its
contingency.
NOW, THEREFORE 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
the attached budget adjustment in the amount of $110,000.00 so that the reconstruction project to
repair Rodgers Drive can be completed.
PASSED and APPROVED this 21st day of May 2013.
APPROVED:
ATTEST:
1-&By: a+�irr
LISA BRANSON, Deputxq''4,
•G\l Y 0 SG��
=6; FAYET!'EVILLE:� -
City of Fayetteville
Change Order No. 1
Project Title: Construction - Rodgers Drive Slope Failure Repairs
Contract Date: 05/21 /2013
Contractor: Prime_ Contracting, Inc
The following changes are hereby made to the contract documents:
Add iti ons/Subtraction s:
Increase cost of Gabion Wall by
$23,286.32
Decrease cost of Modular Block Wall by
($16,497.00)
Add cost of trenching communication cable
$600.00
Add cost of touching up water tank paint
$300.00
Justification:
During construction it was discovered that the retaining wall overall height must be increased to
achieve proper burial depth into the native shale soils as recommended by the geotechnical
engineer. This increase in materials.& labor resulted in a change order of $23,286.32. However,
the Modular Block Wall design was modified and the scope of landscaping was reduced in order
to save materials and labor costs. Additionally, two unforeseen costs were incurred - a
communication line burial ($600.00) and paint touch up for the water tank ($300.00). Therefore
the net amount of this change order is $7,689.32.
Original Contract Price: $ 329,515.95
This C.O. will increase contract by: $ 7,689.32
The new contract price will be: $.337,205.27
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.
Recommended ByCez A— Date /1za/l3
Chris Brown, City Engineer
Approved by Contractor . (% Date U-J `i - 13
Prim tracting, Inc.
Approved by Mayor �e Date /d"� '2' 1-3
Lioneld Jordan