HomeMy WebLinkAbout2008-02-12 - Agendas aye evle WATER/SEWER COMMITTEE AGENDA
Meeting Date of February 12, 2008
COMMITTEE: Chairman Kyle Cook; Alderman: Lioneld Jordan, Bobby Ferrell, Adella Gray
COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Paul Becker, Susan
Thomas, Tim Conklin, Jeremy Pate, Ron Petrie, Shannon Jones, Tom
Hubbard, Peggy Bell, Lynn Hyke, OMI
FROM: David Jurgens, Water and Wastewater Director LA^
A meeting of the Fayetteville Water and Sewer Committee is plan ed f6r February 12,
2008, at 5:15 PM, in Room 326, Fayetteville City Hall, immediate! following the City
Council Agenda Session. Proposed topics include:
1. Approve Minutes of the January 8 and 16, 2008 Water/Sewer Committee meetings.
2. WSIP U date.
Contract Description Contractor Cost %Complete
WL-1 Porter— Hamestring & Old Wire—Gregg Oscar Renda $ 7,186,957 100%
WL-2 NorthSt—Poplar—Gregg Gravity Line T-G Excavating $ 4,413,664 100%
WL-3 Porter— Hamestring & Old Wire—Gregg Combined contract with WL-1 100%
WL-4 Gregg Ave—Hamestring LS Gravity Line Oscar Renda $ 10,613,447 100%
WL-5 Force Mains Hamestring—West Plant Gamey Const $ 4,752,287 100%
WL-6 Hamestring Lift Station Brasfield &Gorrie $ 6,279,806 99%
WL-7 GreggAve Lift Station Crossland Heavy $ 1,527,000 71%
WL-10 Farmington Gravity Line Redford Const $ 335,967 CC 19Feb08
WL-11 Farmington Force Main Garrey Const $ 1,324,485 CC 19Fe1b08
EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1,327,794 79.7%
EL-1 Mally Wa non Lift Station and Force Main Garney Const $ 1,393,880 25.8%
EL-2 Happy Hollow—Noland WWTP 42" Gravity Rosetta Const $ 10,431,995 33.2%
EP-2 Noland WWTP Renovation Archer Western $ 14,836,631 100%
EP-4 Noland WWTP Oxygen Injection BluelnGreen $ 66,460 100%
WP-1b Broyles Road Construction Crowder Const $ 3,737,965 65.0%
BWD-1 Geos ntec Consulting Geos ntec $ 199,883 7.0%
WP-2b Wetlands Mitigation, WWTP Site Green Scaping $ 3,297 100%
WP&L BP West Side (WL-6 &WP-3)Backup Power PowerSecure $ 1,986,897 69.7%
WP-3 West Side WWTP Construction Brasfield & Gorrie $ 60,398,785 85.6%
This contract is being cancelled due to the natural restoration of the site. The overall completion
percentage for the wetland mitigation site, including berms, water control structures, etc., is 75%.
z This project is substantially complete, meaning the work can be used to execute its mission.
a. WL-6 Change Order Number 4 for with Brasfield & Gorrie will be distributed soon. It
covers installation of two item: (1) Channel Grinder style screening and grinding unit(already
purchased by the City) placed on the front end of the lift station. A screen is now required by
Ten State Standards. It was considered but specifically excluded from the design several years
ago to reduce costs. Staff and consultants strongly recommend this screen be installed to
protect both the pump station and the plant from foreign items entering the lift station; and (2)
An automatic valve actuator that allows both live operators and the SCADA system to
automatically control which force main the Hamestring lift station pumps into. Staff will request
approval to send this to the City Council meeting of 4 March.
W&S committee agenda 12Fe608
b. WL-4 Change Order Number 3 will be distributed soon. Staff recommends approval
of Change Order# 2 to the construction contract with Oscar Renda, for construction of the
gravity sewer lines from Gregg Avenue to the Hamestring Lift Station, WSIP Subproject WL-4.
This change order is required to reconcile unit quantities within the contract, created by changes
based on those locations where the actual ground and underground circumstances found on the
project differed from what was anticipated. The largest factor was the amount of rock that was
estimated versus that found underground. This should be the final change order for this project.
$4,903.74 is available within the approved contract contingency.
b. WSIP Farmington Area Work bids are below. This cost share and the percentage of
the cost to be paid by Fayetteville was agreed to and established in the Fayetteville-Farmington
Wastewater Agreement of April 3, 2007 which included the projected population in the basin
served by this sewer line. Each city bears their portion of the cost based on their respective
populations. Easement acquisition and final lift station (L-12) design are under way. Staff
requests these cost shares be forwarded to the full Council.
1) WL-10, Farmington Gravity Line, involves constructing roughly 2,000 feet of
21 inch gravity sewer main and eight manholes in Farmington between the existing Lift Station
12 on Double Springs Rd and the future Lift Station 12 near the intersection of Double Springs
and Goose Creek Rd. This project excludes the upper section of the Farmington transmission
line, which will be installed when the other portions of the Farmington system are placed in
service. Splitting this construction significantly reduces costs and the potential for sewer
overflows caused by the construction.
Contractor Total Bid Fayetteville Share
Redford Const (low bid) $335,967.00 $66,296.34
Edwards Design & Const $429,829.30 $84,818.18
S&J Construction $614,874.03 $121,333.05
Seven Valleys Construction $533,858.00 $105,346.16
W. N. Couch $558,798.00 $110,267.57
Engineer's Estimate $594,193.00 $117,252.06
2) WL-11, Farmington Force Main involves constructing approximately 10,500
feet of 16 inch sewer force main and related work in Farmington and Fayetteville between the
future Lift Station 12 near the intersection of Double Springs Road and Goose Creek Road and
the West Side Wastewater Treatment Plant.
Contractor Total Bid Fayetteville Cost
Garvey Companies $ 1,324,485.35 (low bid) $ 376,060.48
Construct & Engr Solutions $ 1,900,625.15 $ 539,643.57
Edwards Design & Const $ 2,121,432.46 $ 602,337.28
Redford Const $ 1,743,674.00 $ 495,080.51
S&J Construction $ 1,718,552.52 $ 487,947.78
Sweetser Construction $ 2,942,099.80 $ 835,348.96
W. N. Couch $ 2,059,199.60 $ 584,667.54
Engineer's Estimate $ 2,105,973 $ 597,947.88
c. WSIP Easement Update. Fifty-three tracts were required for pipelines EL-1 and 2;
52 have been acquired. We now have to move ahead with condemnation proceedings on the
West Fork Place Subdivision, owned by Flying Monkey LLC. According to staff's most recent
conversations with the owner's representative, they cannot get the easement signed as the land
is in foreclosure. An updated matrix is attached.
d. Contract Legal Review-West Plant Construction Contract. Contract negotiations
are underway with Williams & Anderson, PLC.
e. WSIP Audit/Accounting Tracking Information. As requested, the WSIP team is
meeting with the Audit Committee 21 February to identify the audit process for the WSIP,
including individual subproject payment approvals, subproject audits, and the overall WSIP
project auditing process.
f. WSIP Construction Schedule & Cost Update will be distributed at the meeting.
W&S committee agenda 12Fe608
3. Sanitary Sewer Rehabilitation Project Update.
a. Farmington Area. The dig and replace portion of the Farmington Sewer
Rehabilitation (T-G Excavating) is complete. Change Order# 3 with T-G Excavating, reducing
the final contract cost by a small amount, will be processed soon. It is the reconciliation change
order identifying final quantities and closing out the contract, upon final approval by ANRC. The
lining portion (Insituform) is complete; the final reconciliation change order, which will be a slight
reduction in the contract cost, will be processed within the next month.
b. Basin 1-5 Change Order# 3 with T-G Excavating, reducing the final contract cost by
$10,683.57, is attached. This is the reconciliation change order identifying final quantities and
closing out the contract.
c. Basin 15 and minisystems 2, 5, 6, and 13A manhole rehabilitation involves
rehabilitating over 800 manholes in the southern and Hamestring areas of Fayetteville. The bid
packet is attached. This project is funded using the 2006 STAG funds and matching City funds.
Staff requests these bids be forwarded to the full Council.
Contractor Total
Kim Construction Company $ 1,501,102.00 (low bid)
Ace Pipe Cleaning $ 1,532,380.00
T-G Excavating $ 1,555,555.00
Engineer's Estimate $ 1,500,000.00
4. 36" Water Line Improvements within the Fayetteville city limits between Joyce and
Overerest is complete. Work at Hwy 412 is underway and should be complete in March.
5. Water and Sewer Rate Study information was distributed separately.
6. Water/Sewer Committee Meetings are proposed for (1) Water/Sewer Rate Study, to be
determined if needed; and (2) general topics, Tuesday, March 11, 2008, 5:15, room 326
(following Agenda Session).
Attachments: WL-10 Bid Packet
WL-11 Bid Packet
WSIP Easement Matrix
Basin 1-5 Sewer Rehabilitation Change Order# 3
Basin 15 and minisystems 2, 5, 6, and 13A manhole rehabilitation Bid Packet
WSIP Construction Schedule and Cost Update (To be distributed at meeting)
W&S committee agenda 12Feb08
A.4
737e evi Ie
Redford Construction,Inc.
fl1A»SA City Council Meeting of 19 February 200�9e zs t ss
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Dan Coody
Fayetteville Sewer Committee
From: David Jurgens,Water and Wastewater Director
Date: 19 January 2008
Subject: Approval of a cost-share with Farmington in the amount of$66,296.34 for a contract with
Redford Construction, Inc. for Fayetteville's share of construction of the Farmington Gravity Sewer
Line,WSIP Subproject WL-10,Bid 08-01, and approve a 10%contingency of$7,000.
RECOMMENDATION
City Administration recommends approval of a cost-share with Farmington in the amount of
$66,296.34 for a contract with Redford Construction, Inc for construction of the Farmington Gravity
Sewer Line, WSIP Subproject WL-10, Bid 08-01, and approve a 10% contingency of$7,000.
BACKGROUND
This project involves constructing roughly 2,000 feet of 21 inch gravity sewer main and eight
manholes in Farmington between the existing Lift Station 12 on Double Springs Rd and the future
Lift Station 12 near the intersection of Double Springs and Goose Creek Rd. This project excludes
the upper section of the Farmington transmission line,which will be installed when the other
portions of the Farmington system are placed in service. Splitting this construction significantly
reduces costs and the potential for sewer overflows caused by the construction.
This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and
established in the Fayetteville-Farmington Wastewater Agreement of April 3, 2007 which included
the projected population in the basin served by this sewer line. Each city bears their portion of the
cost based on their respective populations.
DISCUSSION
The Cities received bids on 16 January, 2008 for this project:
Contractor Total Bid Fayetteville Share
Redford Const(low bid) $335,967.00 $66,296.34
Edwards Design &Const $429,829.30 $84,818.18
S&J Construction $614,874.03 $121,333.05
Seven Valleys Construction $533,858.00 $105,346.16
W.N. Couch $558,798.00 $110,267.57
Engineer's Estimate $594,193.00 $117,252.06
The bid has been reviewed by RJN,the Engineers and the Arkansas Natural Resources Commission
who is providing Farmington RLF funding for the project;both recommend award. RJN thoroughly
checked Redford Construction references; all were positive. RJN's letter of recommendation is
attached.
BUDGET IMPACT
Funds are available in the WSIP project budget.
WLIO CCMemo
A.4
Redford Construction,Inc.
Cost-Share
Page 4 of 56
tj n bgrou www.rjn.com
Fxce0nnco.throut{h Ownn,,hip
January 18,2008
Mr. David Jurgens,P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville,AR 72701
Subject: Bid#08-01 Unit 1 WSIP WL-10 and Unit 2 WL-I1
Cities of Farmington and Fayetteville,Arkansas
Dear Mr. Jurgens:
Five contractors submitted bids for Unit 1 (WL-10)and seven contractors submitted bids for
Unit 2(WL-111). Attached please find the bid tabulations for both units- Redford Construction,
Inc. is the low bidder for Unit 1 for a total construction cost of$335,967. Gamey Companies,
Inc. is the low bidder for Unit 2 for a total construction cost of$1,324,485.35. We have checked
their references and find that they have performed well in the past on similar projects.
We recommend the Cities of Farmington and Fayetteville enter into a contract with Redford
Construction,Inc. and Gamey Companies,Inc. for the construction of the above referenced
projects.
Should you have any questions,please call me at(972)437-4300.
Very truly yours,
RJN Group, IInnc.
Peter Z. Lai,P.E.
Project Manager
Project File: 18-1875-02
f \ f o = e m on
% [ \ \ / CD
� ( §
20 / / [
{ - ? -
�
R
> 0 _
- o
E z
3 \
<
Cil 2CU
\ 220
} - - - El > < > < > / -
EPO FO oz
2o � k
- _ \ S 07 U3In
- - - - 2 � � m
- )
■ mom
4 w2zr
CO �
"
z \ Er-
cz ) \\ [ 00 q&(
& 2E & d 3
z
\ \ \(\ 0 2
m & ( §ƒ A
n
. \ / _ 2
} � 0
[ ) { \
m r,86ed
_ »
_ ' ,_uoo_e
,*
A.4
Inc.
N + oem � mHowN o W mJ8i, wNto . Jm W A W N si- hare
pipe I of 56
p i
Z4
2
C
m r r r 11�111 II�111 mm rr�� f` r T f; rr m m r D
*I T D T D T T N K
n N n 0 y ;
> m o y y n n 1° y y iv C a a fo Q
a! w
3 m v sm m S E " v £ v, 'v & S & y o
2 o p s' m u a 3 m
6 � s o z
6 N m O Z
FS
NN v1 y
m m o 0 0 0 0 0
D
o N PA
o
n 2
o O O o O o O O o O O o O o o O o O O o O O o o O O O o O O o y
4 p 2
w m
'& - mm o � J mgNyy
0 0 0 0 0 0 0 0 0 o S o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 o z e n
mho
o m�
O B S o0 0 0 0 0 0 0 0 0 S 0
w
= 2.1
moo
0
z
c O
o O o 0 o g o O o O o O o 0 o O o o m o U N o N o 3
0 0 0 0 0 0 0 0 0 0 0 S S m D
2
Sm' A QS S o oN � o0 o 'Sy "mAo m mUvu a SS
0 0 o O o 0 0 0 0 0 0 o S S o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N q
O o o O O Oi o O O O O o O o 0 o O O o o O o 0 o W O O o O O _
fp 1n n
W iD O V p M o n in yi
O g A P O g O O O d O O v N 0 u b m m
0 o m S S o 0 o S S S o m m a W o 0 0 0 o S S21
S m m o 0 0 o S S
o y o 0 0 0 o O o O o0 o Oo O o 0 0 o IN O O W g m W J m $ O
a
a n y
O y
8 N+ Po M y+ (x W y N N N T fn u y J w m p t
o N b m N o
0 0 0 0 O O O o o a o g O o O o O o O o o O o o O O O o O O
• A.3
Gameaye eville City Council Meeting of 19 February Compani
es
of 2s
RKANSAS
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Dan Coody
Fayetteville Sewer Committee
From: David Jurgens, Water and Wastewater Director
Date: 19 January 2008
Subject: Approval of a cost-share with Farmington in the amount of$376,060.48 for a contract
with Gamey Companies for Fayetteville's share of construction of the Farmington Sewer Force
Main,WSIP Subproject WL-11, Bid 08-01, and approve a 10% contingency of$37,500.
RECOMMENDATION
City Administration recommends approval of a cost-share with Farmington in the amount of
$376,060.48 for a contract with Gamey Companies for construction of the Farmington Gravity
Sewer Line,WSIP Subproject WL-11, Bid 08-01, and approve a 10% contingency of$37,500.
BACKGROUND
This project involves constructing approximately 10,500 feet of 16 inch sewer force main and
related work in Farmington and Fayetteville between the future Lift Station 12 near the intersection
of Double Springs Road and Goose Creek Road and the West Side Wastewater Treatment Plant.
This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and
established in the Fayetteville-Farmington Wastewater Agreement of April 3, 2007 which included
the projected population in the basin served by this sewer line. Each city bears their portion of the
cost based on their respective populations.
DISCUSSION
The Cities received bids on 16 January, 2008 for this project:
Contractor Total Bid Favettevitle Cost
Gamey Companies $ 1,324,485.35 (low bid) $ 376,060.48
Construct&Engr Solutions $ 1,900,625.15 $ 539,643.57
Edwards Design&Const $2,121,432.46 $ 602,337.28
Redford Const $ 1,743,674.00 $ 495,080.51
S&J Construction $ 1,718,552.52 $ 487,947.78
Sweetser Construction $ 2,942,099.80 $ 835,348.96
W.N. Couch $ 2,059,199.60 $ 584,667.54
Engineer's Estimate $2,105,973 $ 597,947.88
The bid has been reviewed by RJN, the Engineers and the Arkansas Natural Resources Commission
who is providing Farmington RLF funding for the project. RJN's recommendation letter is attached.
Gamey Companies has completed a number of projects for the City including WSIP subproject WL-
5 (force mains). They are also in the process of constructing WSIP subproject EL-1.
BUDGET IMPACT
Funds are available in the WSIP project budget.
WL.I I CCMemo Jan08
A.3
Garvey Companies Cost-Share
Page 4 of 26
4
r in.rou www.rjn.com
January 18,2008
Mr.David Jurgens,P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville,AR 72701
Subject: Sid#08-01 Unit 1 WSIP WL-10 and Unit 2 WL-11
Cities of Farmington and Fayetteville,Arkansas
Dear Mr.Jurgens:
Five contractors submitted bids for Unit 1 (WL-10)and seven contractors submitted bids for
Unit 2(WL-I11).Attached please find the bid tabulations for both units.Redford Construction,
Inc. is the low bidder for Unit 1 for a total construction cost of$335,967. Gamey Companies,
Inc. is the low bidder for Unit 2 for a total construction cost of$1,324,485.35.We have checked
their references and find that they have performed well in the past on similar projects.
We recommend the Cities of Farmington and Fayetteville enter into a contract with Redford
Construction,Inc. and Gamey Companies,Inc. for the construction of the above referenced
projects.
Should you have any questions,please call me at(972)437-4300.
Very truly yours,
RJJN Group,Inc.
Peter Z.Lai,P.E.
Project Manager
Project File: 18-1875-02
o® • e 'a_• X11 P. ^ 11 • 1
» / , e m
y
. . G [ \ e\ \ \
\ 0 \ \ \ / } \/ 90
(
k - / \ \ ( - >
- _ - - - X
» 02
{ \ - q
- - 2
\ (D °
k / k
£ � 2n
\ - - - @ ± ( § \ / )
. CL
t S � \ a
cmrw
■ mom
� ma <
; � � zr .
- } \ m & m z
a -n ®
& \ \ \
a &n ° (D
2 ab§ \ � ®
\ > K & § k
ID
\ \ o 0 k
■ & ( \3 2
Mm
(
. ƒ 0 \}
(� * `
\ � }
=a,a6ed
eeeeeeee .
„
A.3
Garvey Companies Cost-Share
Page 6 of 26
T
W b 0 V ONi U A W N + O t0 W V OI N A W N - O O W V Q N A W N 0
Q
C y
3 m
A D
C
¶ m m D
T !n T N ( ( ( D ( D ( y T D T 71 K T D T T Z T T T D T T m
N
N
m N W A A A -i -i -1 Q QA m.T -i -1 H O -' (j Q n rn 3 e
0� 2 a 4 10 0 N IZ IZ 0 0 0 0 0 9 S W (Z C O N ? O j O Od
tOi (n ty x u O O n O m vy tOi� x_ 9
m Q A i T m 'm x D a a 2
< w Q v m " 3 ? o T o m m = Q
�m an d 8. g
y �n'� x j m
Q >
^ m m � m 2 3 � ... .>. < � n n n n 3 > > > N
d m m w m d m m m m m n F
o Q
�n b 3 m ryry vry o
O ] ac � ip
T
N N m A
o O O p + + + + J N _A _ _(OP _N + _N Ol V N + A N W -� •v �
o O O O O W O V O A O W J y ti
2
PQi
N q p
ti
O M O O O V N O . +
O O O O O O O O O O O O O O O O O O O O O O O tli 0 0 0 0 0 0 Q D R
m O ZOQ
D
OHO
W v O b O O V W O O O o O N O ONi N N O b N tN0 N+ O W O O V O [0 K
O� O ONA00 O NOOO � OONppN (ppTSNOVNi � � O
O 0 0 0 O O O O O O O O O OO O O O O O O O O N O 0 0 0 0 0 �1
9 O m
ADS
z o r
y m
O O + O A O N O N O OWi O fNJ O O N N N NWWN,� O UWi W O OWi N V O O N O N y+
ti
r �
V bl fA (P 4! d• W iA N f/ .Wi fP � df fA CO fA i W (/i Q ` Q
N N O p 0 0 0 0 0 0 0 0 0 0 S O O S O 0 0 0 0 � N VOi O N O O O D
W N p 1p
O W N N N O O O O O O O N W O
C 0 O 0 0 0 0 0 0 0 . O O O O O O O O C C O O O o O p p O O
O 0 0 0 0 0 0 0 O O O O O O O
2 0
� n
N ? O
N i3 p ry 6
(A fP P N !2 NO
O V O N O �Wp l+ V O � C N O W O -• O O -+ 41 O � � C
L p O (OO O W OI O S N O p O O PO OOi O O P O O O O N O O N P
.
O O 0 0 0 0 0 0
O O O O O O 0 O O p OO O O o O a O OC G O �O G �O 00 O O O O O O O O O O O
A J W N L m
an
O m + OWi N W W O VAi O (T O O (jl O V O N W W + + O tJp V OWi O A
O
m 2
O
M w 0 O
o N+ p '22 V VI (ll N N (A N+
P
fD O {N� (ll
N A O OVi O O � O O O O O O O O O O O A O � W � 0 0 pAi O O V N O (rj
0 A O
A.3
Garney Companies Cost-Share
Page 7 of 26
c
z
y
W
0
/a
O tN0 0 V ONi VNi A fNi� N O (p W V W N A W N O O N V m N A W N
T
m
y p pyo p� Z
b A A D
Z
a m m
0 D
T N T N 'G C K D K D K N T D T Trl -( G11 D
U
N
m a om m U o n o 0 0 o m,T -1 -i -� o m ua > > >
3
< 0
D m m
2, 3 °i. = o o `r
IB
3 aiFi
2 3
N O Z
rpcp
- y
N m �
N ti
i + -O
-N ONO+ A w �O O WVo+ NO OO WO NW0 OVeOp NO NApO� N NU IN -+A -N
D9 O . OTO .
m 2 m()
D c
2
O-
9 N O.
N O ONS W O CyD
+
O O -+ O
o Lu>5
O OO O O O O O O O O O O O (T O O J A y
a O 'Oo o 'Oo o 'oo o 'oo ' o 0 0 0 . . o 0 0 o D
O O O O O O o O
O O O O O O 0 0 0 0 0 0 0 0 O O y
O
2
p O
i3 N W W U O WE O O y O U m
O O O O O O O O N O O O O O (o O O O O O O O O m O O O O U O O 4 D
� y 2
c' H
NO
p
IAi O O V O O O A O O O
N O N O O p
N 0 0 0 0 0 0 0 0 bi O O O O O O O O p p O O O O O O O O O O O
N W p Q OOH _ W O
Oo O 'O O p o 'O p O C C Gp0 O C . 0 0 0 C C p GJ N n
O O O O O O O G O O O O O O O O O O
2
F
NO N O W W U+
+ V 'O O - O - U - o U - o iO IJ N + N A P Qa lIN y -O p b N W
O A O N A AW G O O N O U O O O N O O J A O O O O W 4Ui
flo m r r
m
N 0) cn A N
rN rrrr �
N O .n• (P W N W ' O
m
arrnr � 2 " ?t0mz0 O
W (D �' 7 0 7 i1 W O O O Q N
(D (D 0 O O 3 O O
Q —� A N v CA N O
O O O O (D O
a) .Or o0 :E5' a O c SSo O W
7 N C O -O (, W W -O �o
7 ' K r
Vi � W O 2 N v N 0 �_ (p 0
7 O� n O cn O Z
C Z7 O v y O C C
(� N a- O � O
W 7
O (O D O
C Q O
� � 2 n '0 m
N W O �_ W
0 T W G
O
(D y
lD �
0
NJ
O W CP W (A0 ' A co N J (0 C. n (Q
i
p N N =r
(D CL O
7 ti.
`G
o O `OG
fn .p 00 Cl) 000000 S '8
W O
O_ o
m (DCD
M lit
z m
cn O i co o J iZ O O A co N v O CL tO 0
O O (D N
y O
O
(D 0 O
tD o ('' (" OO O 0000000 O = m
A rn o oC) O o00000 o m -• m
0 0 0 0 0 0 e o 0 0 0 0 0 0 ' (D (D
a 3
CD
M
(D
O O N V O 0 0 0 0 0 0 0 0 �, C
(D N
3 O
(4 0
En lfl Efl S9 EA EA EA EA EA Vd Efl EH Efl EO 0
0
n .Nn•
CO O --� Cl) m Cn (0 A
W W A Od) N O AN W d) A 0 0
i c0 W W J A N O) N 'CO O A (P 1
O A
co CoA Cn OON W AN �p
<•`� N O ()t V7 N i (n O O O O (P Cn iL
0 0 0 0 0 0 0 0 66 0 0 0 0 .•n
O O 0 0 0 0 O 0 0 0 0 0 0 0 N
EA '.9 Efl Efl Efl EH Efl Efl Efl Efl EA FA EA O m
i
O i v co p O
O O O (0 CO
A co O � p CL
OO o O O
O O O O O O (O (n
aye evl Ie
ARKANSAS City Council Meeting of NA- Mayor's Approval
CITY COUNCIL AGENDA MEMO
To: Mayor Dan Coody
Fayetteville Sewer Committee n
Thru: David Jurgens, Water and Wastewater Director
From: Shannon Jones, Water and Wastewater Engineer y
Date: 8 February, 2008
Subject: Approval of Change Order Number 3 to the construction contract with T-G
Excavating, Inc., reducing the contract by$10,683.57, for sanitary sewer main replacement and
rehabilitation in the northern parts of Fayetteville
RECOMMENDATION
Staff recommends approval of Change Order Number 3 to the construction contract with T-G
Excavating, Inc., reducing the contract by $10,683.57, for sanitary sewer main replacement and
rehabilitation in the northern parts of Fayetteville and in the vicinity of North College Avenue
and Davidson Street.
BACKGROUND
This work involved rehabilitation throughout the northern part of Fayetteville, as well as
replacing and relocating the 10" sewer main over which Doc Murdoc's and University Auto
were constructed roughly 50 years ago. In January, 2006, T-G provided an excellent bid of
$2,223,022.00, for a City-wide sanitary sewer rehabilitation project. The Doc Murdoc's area
work was added by change Order Number 2 in December, 2006.
DISCUSSION
This change order reconciles all unit quantities and closes out the contract.
BUDGETIMPACT
The$10,683.57 will be returned to the overall Sanitary Sewer Rehabilitation budget.
STAG Rehab T-G CCMemo Chg Ord3 FebO8
Change Order No. 3 Page 1 of 4
CONTRACT CHANGE ORDER Contract schedule
Section Date
ANRC Project No: XP-976902-01 Owner Project No: 02017-0401
Project Name: Sewer Rehab, Illinois River and White River Basins Location: Fayetteville,Arkansas
Owner: City of Fayetteville Contractor: T-G Excavating, Inc.
Address: 113 West Mountain Address 26016 Admiral Place
Fayetteville,AR 72701 Catoosa, OK 74015
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS:
ITEM# DESCRIPTION DECREASE INCREASE
1 Change Order to reconcile final quantities to final pay estimate ($10,683.57
TOTAL DECREASE AMOUNT $10,683.57
TOTAL INCREASE AMOUNT
NET CHANGE ORDER $10,683.57
ENGINEERS FINAL
CHANGE TO CONTRACT AMOUNT TOTAL AMOUNT ELIGIBLE AMOUNT
Original Contract Amount $2,223,022.00 $2,223,022.00-
Total Previous Change Order(s) $291,270.10 $291.270.10
Net Amount This Change Order ($10,683.57) ($10,683.57)
TOTAL CONTRACT AMOUNT TO DATE $2,503.608.53 $2,503,608.53
CHANGE TO CONTRACT COMPLETION DATE
Original Completion Date
Previous Adjusted Completion Date
(Increase)(Decrease)This Change Order Calendar Days
NEW CONTRACT COMPLETION DATE:
RECOMMENDED: RJN GROUP, INC.
Engineer
BY: Senior Proj. Mgr. 111131 dcg
Title Date
ACCEPTED: T-G EXCAVATING, INC.
Contractor
BY:
Signature Title Date
APPROVED: CITY OF FAYETTEVILLE
Owner
LBY
Signature Title Date
Cost Breakdown for Change Order
Quantities Adjusted
Adjust Contract
Item Descri tion Unit Unit Cost Original Adjusted +7- Amount
1 46"STANDARD MANHOLE,0'-6'DEEP . EA $ 1,900.00 59 71.00 12 $ 22,800.00
2 48"STANDARD MANHOLE,EXTRA DEPTH VF $ 150.00 66 75.36 9 $ 1,404.00
3 48"DROP MANHOLE,0'.6'DEEP EA $ 2,500.00 11 8.00 -3 $ (7,500.00)
4 48"DROP MANHOLE, EXTRA DEPTH VF $ 200.00 31 21.25 -10 $ (1,950.00)
5 48"SHALLOW MANHOLE EA $ 2,000.00 4 4.00 0 $
6 ABANDON EXISTING MANHOLE EA $ 1,000.00 4 9.00 5 $ 5,000.00
7 REMOVE EXISTING MANHOLE EA $ 100.00 42 61.00 19 $ 1,900.00
8 18"SEWER PIPE BY OPEN CUT AND EMBEDMENT LF $ 150.00 588 593.00 5 $ 750.00
9 10"SEWER PIPE BY OPEN CUT AND EMBEDMENT LF $ 150.00 25 616.98 592 $ 88,797.00
10 8"SEWER PIPE BY OPEN CUT AND EMBEDMENT LF $ 100.00 5,300 3,773.00 -1,527 $ (152,700.00)
11 TRENCH EXCAVATION AND BACKFILL(0-6 FEET) LF $ 0.10 3,616 2,634.80 -981 $ (98,12)
12 TRENCH EXCAVATION AND BACKFILL(6-10 FEET) LF $ 0.20 2,229 4,655.00 2,426 $ 485.20
13 TRENCH SAFETY LF $ 1.00 5,845 7,289.80 1,445 $ 1,444.80
14 8"SEWER PIPE BY TRENCHLESS PIPE ENLARGEMENT,ALL LF $ 90.00 3,554 5,345.00 1,791 $ 161,190.00
DEPTHS
15 8"RESTRAINED JOINT PVC SEWER PIPE BY TRENCHLESS LF $ 110.00 170 170.00 0 $
PIPE ENLARGEMENT,ALL DEPTHS -
16 8"SANITARY SEWER BY BORE(NO CASING) LF $ 100.00 120 101.00 -19 $ (1,900.00)
17 8"SANITARY SEWER BY DIRECTIONAL DRILLING LF $ 180.00 215 130.00 -85 $ (15,300.00)
18 16"SEWER PIPE BY PIPE REAMING,ALL DEPTHS LF $ 200.00 2,262 2,262.00 0 $
19 4"SERVICE LATERAL FOR LINE OPEN CUT EA $ 800.00 50 52.00 2 $ 1,600.00
20 4"SERVICE LATERAL FOR LINE TRENCHLESS PIPE EA $ 800.00 51 63.00 12 $ 9,600.00
REHABILITATION
21 SERVICE LATERAL EXTENSION(>4 FEET IN LENGTH) LF $ 90.00 242 825.50 584 $ 52,515.00
22 4"SERVICE LATERAL CLEANOUT EA $ 200.00 101 69.00 -12 $ (2,400.00)
23 CUT AND PLUG EXISTING SEWER EA $ 500.00 6 8.00 2 $ 1,000.00
24 18"TO 12"REDUCER EA $ 800.00 1 1.00 0 $
25 CREEK CROSSING(LR216)-INCL.CONCRETE LS $ 25,000.00 1 1.00 0 $
ENCASEMENT, STEEL ENCASEMENT,PIERS&ANCHORING
26 REMOVE EXISTING CONCRETE PIERS EA $ 300.00 4 4.00 0 $
27 CLAY DAM - EA $ 200.00 32 28.00 -4 $ (800.00)
28 CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SY $ 50.00 153 147.96 -5 $ (252.00)
29 CONCRETE CURB&GUTTER REMOVAL AND LF $ 25.00 420 298.75 -121 $ (3,031.25)
30 ASPHALT PAVEMENT REMOVAUREPLACEMENT SY $ 120.00 1,319 2,028.57 710 $ 85,148.40
31 ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SY $ 50.00 25 51.25 26 $ 1,312.50
32 CONCRETE PAVEMENT REMOVAUREPLACEMENT SY $ 90.00 10 132.45 122 $ 11,020.50
33 CONCRETE SIDEWALK REMOVAL AND REPLACEMENT SF $ 10.00 636 890.90 255 $ 2,549.00
34 REMOVE AND REPLACE WOOD FOOTBRIDGE EA $ 3,000.00 1 1.00 0 $
35 ROCK RIP RAP(INCLUDING GROUT) Cy $ 100.00 142 208.40 66 $ 6,640.00
36 16"DIRECT BURY STEEL CASING LF $ 110.00 20 40.00 20 $ 2,200.00
37 6"CONCRETE ENCASEMENT CY $ 150.00 5 3.33 -2 $ (250.50)
38 REMOVE AND REPLACE 2"-4"DOGWOOD TREES EA $ 400.00 6 4.44 -2 $ (624.00)
39 UTILITY ADJUSTMENTS EA $ 600.00 7 4.00 -3 $ (1,800.00)
40 REPAIR BOX CULVERT EA $ 1,000.00 2 2.00 0 $
41 REMOVE AND REPLACE EXISTING RCP EA $ 2,000.00 4 1.00 -3 $ (6,000.00)
42 REMOVE AND REPLACE EXISTING CMP EA $ 1,500.00 2 2.00 0 $
43 ECCENTRIC REDUCER EA $ 1,500.00 1 -1 $ (1,500.00)
44 POINT REPAIR REMOVAL OF OBSTRUCTIONS OR SAGS LF $ 100.00 100 -100 $ (10,000.00)
45 SURFACE VIDEO DOCUMENTATION LS $ 2,000.00 1 1.00 0 $ -
Quantities Adjusted
Adjust Contract
Item Description Unit Unit Cost Original Adjusted +/- Amount
46 EROSION CONTROL LS $ 3,000.00 1 1.00 0 $ _
47 TRAFFIC CONTROL LS $ 5,849.60 1 1.00 0 $ _
48 TREE PROTECTION AND PRUNING LS $ 3,000.00 1 1.00 0 $ _
49 SAG REMOVAL LF $ 100.00 100 40.00 -60 $ (6,000.00)
50 EXPLORATORY EXCAVATION EA $ 1,000.00 5 5.00 0 $ _
51 ROCK EXCAVATION CY $ 200.00 100 427.32 327 $ 65,464.00
52 ROOT CUTTING LF $ 3.00 1,000 454.00 -546 $ (1,638.00)
53 OBSTRUCTION REMOVAL EA $ 500.00 10 8.00 -2 $ (1,000.00)
ALTERNATE BID ITEMS(CONSTRUCTION)
8"HDPE DR-17 SEWER PIPE BY DIRECTIONAL DRILLING
Al ALL DEPTHS(LR122) LF $ 170.00 232 0.00 -232 $ (39,440.00)
POINT REPAIRS
PR01 6"AC PIPE 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ -
PR02,02A 6"VCP 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 2,000.00 2 2.00 0 $
LINE
PR04 6"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $
PRO6 10"VCP 6-10'DEEP 36 FEET LONG LS $ 3,000.00 1 1.00 0 $ -
PR07 8"PVC 6-10'DEEP 10 FEET LONG LS $ 3,000.00 1 0.00 -1 $ (3,000.00)
PR09 16"VCP 6-10'DEEP 10 FEET LONG LS $ 3,000.00 1 1.00 0 $
PR10 8"PLASTIC TRUSS PIPE 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $
PR11 15"VCP 6-10'DEEP 15 FEET LONG LS $ 3,000.00 1 1.00 0 $ -
PR17 6"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $
PR21 6'VCP 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 2,000.00 1 1.00 0 $
LINE
PR22 8"VCP 0-6'DEEP 18 FEET LONG(TREE PROTECTION LS $ 2,000.00 1 1.00 0 $
REQD)
PR24 8"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ -
PR25 8"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $
PR27 8"PVC 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 3,000.00 1 1.00 0 $
LINE
PR28 6"VCP 0-6'DEEP 19 FEET LONG WITH 10'LONG LS $ 3,000.00 1 1.00 0 $
CONCRETE PATCH REPLACEMENT
PR30 8"PVC 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 3,000.00 1 1.00 0 $
LINE
PR31 6"VCP 0-6"DEEP 10 FEET LONG LS $ 3,000.00 1 1.00 0 $ -
PR33 8"VCP 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 3,000.00 1 0.00 -1 $ (3,000.00)
LINE
PR37 6"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ -
PR38 8"VCP 0-6'DEEP 10 FEET LONG WITH POSSIBLE GAS MAIN LS $ 2,000.00 1 1.00 0 $
CROSSING
PR39 8"VCP 0-6'DEEP 10 FEET LONG LS $ 3,000.00 1 1.00 0 $ -
PR40 8"VCP 6-10'DEEP 15 FEET LONG LS $ 3,000.00 1 1.00 0 $ -
PR40A 8"VCP 6-10'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ -
PR41 6"VCP 0-6'DEEP 10 FEET LONG(10'DRIVEWAY REPAIR) LS $ 3,000.00 1 1.00 0 $
PR41A 6"VCP 0-6'DEEP REPLACE SERVICE LINE TO PROPERTY LS $ 3,000.00 1 1.00 0 $
LINE
PR42 8"PVC 6-10'DEEP 10 FEET LONG(CONCRETE LS $ 3,000.00 1 1.00 0 $
ENCASEMENT IN A CREEK)
PR43 8"PVC 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ -
PR45 8"VCP 6-10'DEEP 14 FEET LONG WITH MANHOLE LS $ 2,000.00 1 0.00 -1 $ (2,000.00)
REPLACEMENT
PR45A 8"VCP 6-10'DEEP 30 FEET LONG LS $ 3,000.00 1 0.00 -1 $ (3,000.00)
Quantities Adjusted
Adjust Contract
Item Description Unit Unit Cost Original Adjusted +/- Amount
PR45B 8"VCP 0-6'DEEP 10 FEET LONG LS $ 2,000.00 1 1.00 0 $ _
ALTERNATE BID ITEMS(POINT REPAIRS)
Al ADDITIONAL PIPE FOR POINT REPAIRS(AS DIRECTED BY LF $ 300.00 20 24.30 4 $ 1,290.00
ENGINEER)
A2 CLAY DAM EA $ 200.00 31 0.00 -31 $ (6,200.00)
CH1 24"Dirt Bore LF $ 270.00 0 85.00 85 $ 22,950.00
CH2 24"Bore Rock LF $ 380.00 0 0.00
CH3 Mob/Demob Hoe Ram EA $ 3,500.00 0 1.00 1 $ 3,500.00
CH4 Gravel Surface Repair LF $ 10.00 0 141.00 141 $ 1,410.00
Total Contract Change $ 280,586.53
Less Change Order 1 $ 43,584.00
Less Change Order $ 247,686.10
Amount This Change Order $ (10,683.57)
Bid#08-03 Kim Construction
T City Council Meeting of February 19,2008 CO Cost Sha e
r
'ITY COUNCIL AGENDA Page 2 of 30
r
t To: Fayetteville City Council
f
Thru: Mayor Dan Coody
David Jurgens,Water&Wastewater Director
Fayetteville Sewer Committee
From: Shannon Jones, Water&Wastewater Engine e T
Date: January 25, 2008
Subject: Approval of Bid 408-03 for a construction contract with Kim Construction Company in the
amount of$1,501,102.00 with a contingency of$75,000.00 for construction of Manhole Rehabilitation,
Basins I-15, W-02, W-05,W-06,&W-13.
RECOMMENDATION
Staff recommends approval of Bid#08-03 for a construction contract with Kim Construction Company in
the amount of$1,501,102.00 with a contingency of$75,000.00 for construction of Manhole
Rehabilitation,Basins I-15,W-02, W-05,W-06, &W-13.
BACKGROUND
The project includes rehabilitation of 276 manhole covers and frames,re-sealing of 525 manhole frames
and grade adjustments,200 vertical feet of grade height adjustments, 18 wall joints to be pressure grouted,
275 benches,troughs, and lower 18"of manholes to be pressure grouted, 650 manhole inserts,
cementitious coating of 243 manholes, 48 vertical feet of partial manhole replacement, and 36 complete
manhole replacements.
The City received three responsive bids on January 23, 2008.
Contractor Total
Kim Construction Company $ 1,501,102.00(low bid)
Ace Pipe Cleaning $ 1,532,380.00
T-G Excavating $ 1,555,555.00
DISCUSSION
RJN Group,the Engineer,recommends award; their letter so stating is attached, as is the bid tab.
Arkansas Natural Resources Commission(ANRC)will also complete their review prior to City Council
consideration.
Kim Construction Company has completed similar manhole rehabilitation projects in Fayetteville. They
are excellent contractors who have completed all jobs to the City's satisfaction.
BUDGETIMPACT
Funds are available within the Fiscal Year 2008 Sanitary Sewer Rehabilitation Project.This contract will
be funded by a combination of Water/Sewer funding, and EPA STAG grant funds administered by the
ANRC. Fayetteville received a STAG grant for 2006 in the amount of$477,900.
Manhole Rehab CC Memo 19FebO8Aoc
A.5
O Bid#08-03 Kim Construction
r i n group WWW19nMdtg
Z Cost-Share
Excellence through Ownership Page 4 of 30
January 24,2008
Mr. Shannon Jones,P.E.
City of Fayetteville
113 West Mountain Street
Fayetteville,AR 72701
Subject: Bid 08-03
Manhole Rehabilitation Basins I-15,W-02,W-06,&W-13A
RJN# 18-2034-01
Dear Mr.Jones:
RJN Group,Inc.has reviewed and processed the Contractor Bids for the above referenced project.
Attached is the bid tabulation for each of the bidders. The low bidder is Kim Construction Company,
Inc.with a bid amount of$1,501,102.00.
Kim Construction has completed multiple proj ects for the City of Fayetteville and RJN. Their work has
been excellent and completed on time. We therefore recommend award of the contract to Kim
Construction Company,Inc.
Should you have any further questions,please call me at(972)437-4300.
Very truly yours,
RJN GROUP,INC.
Hugh M.Kelso
Vice President
HMK/kb/18-2034-01
Enclosure
W
v Z
m Z
< O
s
♦ N , W J W A N W N N N N N �"
W O N W Q) Z
3 C
- D
n r r r < m < m m m m m m m m < D D D w
o < N to T m D T D D D D D D D D T N
m o
n �
v A -1 V D D 3 3 D D T x7 A T T n N N A
y Oo j 0 ¢ ¢ = 2 O "O j a 'O m m 7 m m y a
X77 N o O m m
O� m o - - m w o m A o w m m o m 3 3 o m
o. m m o m m n �, m m s c cw m fh W m m O
o o = v r m m G7 +(� w N
.o 3 m o c m m m n c
v v v co w i n n X 0
m_
O r
j < Z r
v _p m
m n O
m o to
v <
=' m
_ A 3
vz Z
N O 0 0) W O O O W A O O O O N N V N J O 0
0 0 0 0 6 0 0 0 0 6 6 0 In o 0 0 0 0 o N o 0 7C mL r 0
0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 S m T
O O O O O O O O O O O O p 0 0 0 0 0 0 0 O 1 T
� mma
o y D m
co
in fA En f9 N di N ffi EA fA N W E9 w Or01 ;a m
(A fA A N J W fA N fA !N A E9 O N O M S
V N W p W W N W p (0 A p A W N O • p n C D P'
N O N O IJ O) O) O Z D 1 f
O O O o o W O O O A N O O O O O O N N N O m — m
N O O O O O O O O O O O O O O O O O O N O A =
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Dm
O
_ W
NT V N N CA
V O O N V O V O O m 0 0 0 N N O N N O W (n
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (O O 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
T
m
o � A
bl � E9 6v Hi m
n W Efl N � W �+ N � EA cp W M f9 A fA W N A N Hl W 7
� N W N V V W W W N A <p N tp O V O A W W • �
00 N O O O O O O O O O O O O O O O O N O W
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O N O O O O O O N O 0 0 W W N V
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O
m
n
� m
o N N N N 0 N O W W N N p W W W
�0£)o s abed cc"n o 0 0 0 0 0 0 0 0 o coil o 0 o w o rn cAo o nNi
oul'A edw 6 O o N o 6 0 0 6 0 0 6 0 6 6 6 6 0 0 6 6
'ou! njisuo ow 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
uoi�oni�suoo wiN£0-80#P!8
9v