Loading...
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