Loading...
HomeMy WebLinkAbout2008-04-08 - Agendas aye CVv e WATER/SEWER COMMITTEE AGENDA Meeting Date of April 8, 2008 COMMITTEE: Chairman Kyle Cook; Aldermen: 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 A meeting of the Fayetteville Water and Sewer Committee is plaed for April 8, 2008, at 5:15 PM, in Room 326, Fayetteville City Hall, immediately followi the City Council Agenda Session. Proposed topics include: 1. Approve Minutes of the March 11, 2008 Water/Sewer Committee meeting. 2. WSIP U date. Contract Description Contractor Cost % Complete WL-1 Porter— Hamestring & Old Wire—Gregg Oscar Renda $ 7,186,957 100% WL-2 North St— 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 $ 7,099,396 89% WL-7 Grecia Ave Lift Station Crossland Heavy $ 1,527,000 85.3% Construction WL-10 Farmington Gravity Line Redford Const $ 335,967 began 12-Maro8 Construction WL-11 Farmington Force Main Gamey Const $ 1,324,485 be an 17-Mar08 EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1,327,794 100% EL-1 Mally Wa non Lift Station and Force Main Gamey Const $ 1,393,880 74.94% EL-2 Happy Hollow—Noland WWTP 42" Gravity Rosetta Const $ 10,431,995 58.68% 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 67.5% BWD-1 Geos ntec Consulting Geos ntec $ 199,883 27.03% 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 90.78% 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 85%. s Project is substantially complete, meaning the work can be used to execute its mission. a. WL-2 Change Order Number 2 in the amount of$6,949.95 with T-G Excavating, is attached. This change order is required to reconcile unit quantities within the contract, created when differences between actual ground and underground circumstances found on the project differed from what was anticipated. The largest factor was the amount of rip-rap required at stream crossings. This is the final change order for this project. A $220,683 contingency was approved; a balance of$200,527.93 will remain and will be returned to the overall WSIP project contingency when this contract is closed out. b. WL-4 Change Order Number 3 in the amount of$115,749.41 is attached in unsigned draft format. This change order is required to reconcile unit quantities within the contract, created when differences between actual ground and underground circumstances found on the project W&5 committee agenda MptH differed from what was anticipated. The largest factor was the amount of rock that was estimated versus that found underground. This is the final change order for this project. As this exceeds the remaining contingency, I request this item be forwarded to the full City Council for consideration. c. WL-12 (Farmington Lift Station) bids will be opened 8 April. These will be distributed at the Committee meeting. d. OMI Tie-over Out of Scope Letter Agreement for critical tie-over activities is attached. This agreement involves "flipping the switch" to reroute flow from the Noland to the West Side WWTP. The work has long been discussed as potentially the most critical, exciting, and complicated set of simultaneous actions to occur throughout the entire WSIP project. Actions in this agreement are critical to getting the correct amount of flow to the West Side WWTP at the right time, and to manage the flows properly and with almost immediate response. It requires an intimate knowledge of the system as well as absolute flexibility. In some cases, valves may have to be operated multiple times in order to regulate the flow. For these reasons, OMI and City staff are the only organizations with both the knowledge and expertise to do this work. Thus, employing OMI for this work has been the plan since the inception of the WSIP. I request this item be forwarded to the full City Council for consideration. e. WL-6 Change Order Number 5 will be distributed soon. This should be a net reduction and reconciliation for all work performed, including channel monster installation. f. Power Secure Change Order Number 1 will be distributed soon. This will be a net reduction and reconciliation for all work performed. g. EL-1 (Mally Wagnon LS) Change Order Number 1 with Garvey Construction is attached. This is a no cost change order that increases the construction time due to the significant rains we have experienced this spring. h. EL-2 (Happy Hollow— Noland WWTP) Change Order Number 1 with Rosetta Construction is attached. This is a no cost change order that increases the construction time due to the significant rains we have experienced this spring. I. Contract Legal Review-West Plant Construction Contract. Contract negotiations are underway with Williams & Anderson, PLC. k. WSIP Easement Update. An updated matrix is attached. I. WSIP Construction Schedule & Cost Update will be distributed at meeting. 3. Impact Fee Discussion. The report was distributed after the last Water/Sewer Committee meeting. Please find attached the PDF's (digital form)for the full report and presentation (attached to electronic agenda only). 4. 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$39,715.00, is attached. 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, reducing the final contract cost by $2,950.00, is attached. b. 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 Notice to Proceed was issued 26 March 08. c. Minisystems 5, 6, 13A, 20 and 32 sanitary sewer evaluation study(SSES) involves the engineering selection for an SSES in the southern portions of Fayetteville and in Greenland. This is a continuation of the ongoing City-wide program. The study will involve the inspection of approximately 450 manholes and the investigation of approximately 175,000 linear feet of sanitary sewer mains. 5. 36"Water Line Improvements within the Fayetteville city limits between Joyce and Overcrest is complete. Work at Hwy 412 is underway. Line work should be complete by the end of April. The remaining electrical and site work will be competed in May. This construction contract has exceeded its allowable time. As a result, Change Order#2 with Black and Veatch is attached for increased engineering/inspection costs. As an offset, staff is withholding funds from the contractor's next pay W&S committee agenda 8Ap,08 estimate to cover these excess engineering costs, resulting in a net zero cost to the City. I request this item be forwarded to the full City Council for consideration. 6. Water/Sewer Committee Meeting is proposed for Tuesday, May 13, 2008, 5:15, room 326 (following Agenda Session). Attachments: WL-2 Change Order# 2, T-G Excavating WL-4 Change Order# 3, Oscar Renda Contractors OMI Out of Scope Agreement EL-1 Change Order# 1 EL-2 Change Order# 1 WSIP Easement Matrix T-G Excavating Farmington Sewer Rehab Change order#3 Insituform Farmington Sewer Rehab Change order# 2 36" Water Line Black and Veatch Engineering Change Order# 1 WSIP Construction Schedule and Cost Update (To be distributed at meeting) W&S committee agenda 8ApA8 Mayor's Approval CITY COUNCIL AGENDA MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens,Water and Wastewater Director Date: 11 March 2008 Subject: Approval of Change Order#2 to the construction ntract with T-G Excavating, Inc. in the amount of$6,949.95, for construction of the Gregg Avenue Interceptor Sewer, WSIP Subproject WL-2. Funds are available in the approved project contingency RECOMMENDATION Staff recommends approval of Change Order#2 to the construction contract with T-G Excavating, Inc. in the amount of$6,949.95, for construction of the Gregg Avenue Interceptor Sewer, WSIP Subproject WL-2. Funds are available in the approved project contingency. BACKGROUND The project involves constructing approximately 13,860 feet of 8"—33"diameter gravity sewer main, approximately 65 manholes, one bored highway crossing, creek crossings, and related work along Skull Creek in north central Fayetteville. This line runs north from the existing North Street sewer lift station to the existing Poplar Street sewer lift station and ends in the field just northwest of the intersection of I540 Spurr and Gregg Avenue. The contract was awarded in November,2006,in the amount of$4,4134664.50. The work has achieved substantial completion. DISCUSSION This change order is required to reconcile unit quantities within the contract, and to allow for changes based on those locations where the actual ground and underground circumstances found on the project differed from what was anticipated. Specifically,more reip rap is required at several creek crossings. There are only minor unit quantity adjustments required.No changes are being made to the contract time;work is completed as scheduled. This change order has been reviewed by RJN,the Engineer;they concur and recommend approval. This change order brings the final contract cost to $4,433,819.57. No additional change orders are expected. BUDGETIMPACT Funds are available within the approved contract contingency of$220,683; a balance of $200,527.93 will remain in the contingency after this change order.These funds will be returned to the overall WSIP project contingency when this contract is closed out. WL.2 T-G Chg Ordr2 CCMemoMaM ........... .... . .... A ET EVI , E ,2 AM pM , ^O � THE CRY OF FAYETfEVILLE�ARKANSAS CHANGE ORDERCO Sheet 1 of 3 Change Order No. 2 Wy Wd tl V Contract Number WL-2 Gregg Avenue Interceptor RLF Project Number CS-050808-03 CONTRACTOR: T-G Excavating, Inc. Date: February 27,2008 I. Description of changes involved: 1. Final quantity reconciliation. II. Description of Bid Item Changes Item Original New Units Description Unit Price Original New Quanti QuantityAmount Amount 40 157.39 355.96 TON rip rap $ 35.00 $ 5,508.65 $ 12,458.60 TOTAL: $ 5,508.65 $ 12,458.60 TOTAL INCREASE TO CONTRACT THIS CHANGE ORDER: $ 6,949.95 III. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a, and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. Change Order No. 1 City of Fayetteville,Arkansas Gregg Avenue Interceptor 00940-1 Sheet 2 of 3 Change Order No.1 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance,Labor and Material,and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent(209/0). IV. ADJUSTMENTS IN CONTRACT TIME 1. Substantial Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 1,2007 2. Final Completion Date of Original Contract December 1, 2007 3. Net change due to all previous Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 days 4. Substantial Completion Date not including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 1, 2007 4. Final Completion Date not including this Chane Order No. 1 December 1,2007 5. Addition to Contract Time due this Change Order No. 1 a. Avoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days b. Unavoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days 7. Substantial Completion Date including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 1,2007 7. Final Completion Date including this Change Order No. 1 December 1, 2007 Change Order No. I City of Fayetteville,Arkansas Gregg Avenue Interceptor 00940-2 Sheet 3 of 3 Change Order No.l V. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,413,664.50 2. Net due to all previous Change Orders . . . . . . . . . . . . $13,205.12 3. Amount of Contract not including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,426,869.62 4. (Addition) (Rtduetian)to Contract due to this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $6,949.95 5. Amount of Contract including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,433,819.57 RECOMMENDED FOR ACCEPTANCE: RJN Grou In . By: Senior Project Manager Date' ACCEPTED: CONTRACTOR: T-G Excavating,Inc a -2c-off' ignature of Authorized Re resentative Date OWNER: City of Fayetteville,Ark a By: Signature of Authorized Repre tative Date I certify there is a balance otherwise unencumbered to th credi of the appropriation to which the above amount is chargeable, and a cash balance otherwise unen um red in the treasury to the credit of the fund from which payment is to be made,each sufficient to meet t e above obligation. By: ( ) Signature of Authorized Agent Date Distribution: Owner(4) Contractor Engineer Change Order No. 1 City of Fayetteville,Arkansas Gregg Avenue Interceptor 00940-3 r n . "_ _' ' www.rjn.com Excellence through Ownership February 18, 2008 Mr. Daniel Yanes Project Manager Oscar Renda Contracting, Inc. 522 Benson Lane Roanoke, TX 76262 Subject: Contract Number WL-4 Gregg Ave.Lift Station to Hamestring Lift Station RLF Project Number CS-050808-03 Dear Mr. Yanes, Attached is Change Order No. 3 for your execution. As I stated in my letter dated January 28, 2008,the new Westside Wastewater Treatment Plant(W WTP) is scheduled to go on line the first of May. I have not received a response to the items requested in this letter; specifically: ".... There are concerns being expressed by the City's Environmental Consultant that some of the above work may impact the Arkansas Darter spawning grounds. These areas are outlined in the construction documents and it is essential that ORC provide in writing the methods that will be used to complete work in these areas." There are also many locations along the project route that have deteriorated to the point that they are becoming a danger to the sensitive environmental areas. These must have protection re-established and maintained until such time as vegetation has been restored. We expect work to recommence immediately. Please return the signed change order, and a final pay estimate for the project reflecting the additional items and adjusted quantities. Also include a written response to my January 28 letter with a schedule that provides resources and a timeline to complete this project and allow sufficient time for scheduling pre-final and final inspections. Sincerely, RJN Group,Inc. Thomas A. Harris, P.E. Senior Project Manager xc: David Jurgens, P.E. City of Fayetteville Lynn Hyke, City of Fayetteville Hugh Kelso, RJN Tim Winn, Oscar Renda Contracting, Inc. 26 East _do - 72701 - 479 444,6119 - fax 479.444.6119 CHANGE ORDER THE CRY OF FFYETTEYI MI1alUNSAS Sheet 1 of Change Order No. 3 Contract Number WL-4 Gregg Ave. Lift Station to Hamestring Lift Station RLF Project Number CS-050808-03 CONTRACTOR: Oscar Renda Contracting, Inc. Date: February 18, 2008 I. Description of changes involved: 1. Final quantity reconciliation. 2. Remove and haul off box culvert and add rip-rap 3. Re-mobilization remove and dispose of manhole bases II. Description of Bid Item Changes Item Original New Units Description Unit Price Original New Quantity I Amount Amount 2 30857 32282 LF Construction Staking $ 5.00 $ 154,285.00 $ 161,410.00 IO 25945 26097 LF 48"Sewer Pipe and $ 184.00 $4,773,880.00 $ 4,801,848.00 Embedment 15 3905 3421 LF Trench Excavation& $ 15.00 $ 58,575.00 $ 51,315.00 Backfill(0-8 feet) 18 6729 6946 LF Trench Excavation& $ 45.00 $ 302,805.00 $ 312,570.00 Backfill(16-20 feet) 22 17069 18258 CY Rock Excavation $ 40.00 $ 682,760.00 $ 730,320.00 36 62 133.33 SY Asphalt Concrete $ 100.00 $ 6,200.00 $ 13,333.00 Replacement 39 148857 114186 Sy Hydromulch Seeding $ 0.20 $ 29,771.40 $ 22,837.20 51 0 1 EA Remove and Replace $ 1,000.00 $ 0.00 $ 1,000.00 Brick Columns 59 0 1 LS Box Removal&Rip $ 8,092.61 $ 0.00 $ 8,092.61 Rap(PCM#15) 60 0 1 LS Re-mobilization and MH $ 21,300.00 $ 0.00 $ 21,300.00 base haul off(PCM#16) TOTAL: $6,008,276.40 $ 6,124,025.81 TOTAL INCREASE TO CONTRACT THIS CHANGE ORDER: $ 115,749.41 Change Order No.3 City of Fayetteville,Arkansas Gregg Ave.Lift Station to Hamestring Lift Station Sewer 00940-1 Sheet 2 of 4 Change Order No. 3 III. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a, and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance,Labor and Material, and Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance,Labor and Material,and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent(20%). Change Order No.3 City of Fayetteville,Arkansas Gregg Ave.Lift Station to Hamestring Lift Station Sewer 00940-2 Sheet 3 of 4 Change Order No. 3 IV. ADJUSTMENTS IN CONTRACT TIME 1. Substantial Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . October 14, 2007 2. Final Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 13, 2007 3. Net change due to all previous Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 days 4. Substantial Completion Date not including this Change Order No. 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . October 21, 2007 4. Final Completion Date not including this Change Order No. 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 20, 2007 5. Addition to Contract Time due this Change Order No. 3 a. Avoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days b. Unavoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 120 Days 7. Substantial Completion Date including this Change Order No. 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . February 18, 2008 7. Final Completion Date including this Change Order No. 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . April 18, 2008 Change Order No.3 City of Fayetteville,Arkansas Gregg Ave.Lift Station to Hamestring Lift Station Sewer 00940- 3 Sheet 4 of 4 Change Order No. 3 V. ADJUSTMENTS IN AMOUNT OF CONTRACT: I. Amount of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,441,319.20 2. Net(Addition)(Rsductiorr) due to all previous Change Orders . . . . . . . . . . . . $413,096.26 3. Amount of Contract not including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,854,415.46 4. (Addition)(Redaction)to Contract due to this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $115,749.41 5. Amount of Contract including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,970,164.87 RECOMMENDED FOR ACCEPTANCE: RJN Group, Inc. By: ( ) Senior Project Manager Date ACCEPTED: CONTRACTOR: Oscar Renda Contracting, Inc. By: ( ) Signature of Authorized Representative Date OWNER: City of Fayetteville, Arkansas By: ( ) Signature of Authorized Representative Date Distribution: Owner(4) Contractor Engineer Change Order No.3 City of Fayetteville,Arkansas Gregg Ave.Lift Station to Hamestring Lift Station Sewer 00940-4 A.8 OMI Agreement Pets City Council Meeting of April 15,206 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens,Water and Wastewater DirectorCr- Date: 28 March 2008 V Subject: Approval of an out-of-scope agreement with OMI, fir WSIP West Side Cutover/Tieover Actions, WSIP subproject WL-9, in the amount of$65,000, and approve a 5% contingency of$3,250 RECOMMENDATION City Administration recommends approval of an out-of-scope agreement with OMI, for WSIP West Side Cutover/Tieover Actions,WSIP subproject WL-9, in the amount of$65,000, and approve a 5% contingency of$3,250. BACKGROUND In order to bring the West Side Wastewater Treatment Plant on line,dozens of actions need to be completed throughout the west side wastewater collection system. These actions will occur simultaneously at the W WTP,lift stations and manholes in both existing and new facilities. This task is identified in the WSIP Construction Contract Summary(Rainbow Sheet),with a total estimated cost of$1,500,000. This work will be broken into several contracts. This first portion includes items that are critical to reroute the water to the West Side W WTP. The rest,which includes abandoning those facilities that will no longer be used, modifying those structures that need permanent work to fit the new flow configurations,and some smaller renovations to facilities that will remain in service,will take place after the West Side W WTP comes on line and is in full operation. As appropriate to maximize the efficiency and cost effectiveness of each element,some of this work will executed by separately bid contract,City crews, and OMI. DISCUSSION This agreement involves"flipping the switch"to reroute flow from the Noland to the West Side W WTPs. The work has long been discussed as potentially the most critical,exciting,and complicated set of simultaneous actions to occur throughout the entire WSIP project. Actions in this agreement are critical to getting the correct amount of flow to the West Side W WTP at the right time, and to manage the flows properly and with almost immediate response. It requires an intimate knowledge of the system as well as absolute flexibility. In some cases,valves may have to be operated multiple times in order to regulate the flow. For these reasons,OMI and City staff are the only organizations with both the knowledge and expertise to do this work. Thus,employing OMI for this work has been the plan since the inception of the WSIP. Staff estimated that this work, if executed by a traditional contract,would cost over$110,000.Much of that cost is due to the reactive nature of the work. BUDGETIMPACT Funds are available in the WSIP project budget. W L-9 Cutover OM I CCMemoMar08 A.8 OMI Agreement Page 4 of 8 March 26, 2008 David Jurgens City of Fayetteville 113 West Mountain Street Fayetteville,AR 72701 Subject: Out of Scope Letter Agreement- Critical WSIP Cutover and Transition Dear David: As identified in Appendix K of Amendment 15 to our contract, approved by the City Council and signed on December 6,2007,Operations Management International,Inc. ("OMI")will provide the following Wastewater System Improvement Project(WSIP)cutover and transition-related Out of Scope services to the City of Fayetteville("City")as per the Operations, Maintenance, and Management Agreement executed between the parties: What is being provided: Material and labor to perform the WSIP cutover activities listed in the following table revolving around the startu of the City's new West Side WWTP f WL-1 MH#2 Remove plug on 36"SS WL-1 MH SW of MH#2 Plug 18"SS to lift station WL-1 MH# 57 Tie-in 18"stub-out into S wet-well WL-2 MH#7 Cut out pass tbru SS,plua 12"outgoing SS to E WL-2 MH#33 Remove plug on 8"drop,cut out pass thru SS, plug 8" outgoing SS to E WL-2 MH# 38 Remove plug on 8"outgoing SS to E, temp plug 8" outgoing SS to SW WL-2 MH_#40a Tem lug 8"outgoing SS to S WL-2 MH#41 Remove plug on 15"drop,cut out pass thru SS,plug 15" outgoing SS to E WL-2 MH#44 Remove plug on 18"drop, cut out pass dim SS, plug 18" outgoing SS to W WL-2 MH#45 Remove plug on 8"drop,cut out pass thru SS,plug 8" outgoing SS to W WL-2 MH#I-13 114 Removeplug on 10"SS to NE, Plug 10"outgoing SS to N WL-2 MH#1-13 (109) Plug 10"outgoing SS to S WL-2 MH#47 Remove plug on 8"drop, cut out pass thru SS, plug 8" outgoing SS to W WL-2 MH#48 Remove plug 8"drop, cut out pass thru SS,plug 8"outgoing SStoN A.8 OMI Agreement Page 5 of 8 WL-2 MH# 62 Remove plug on 12" SS drop WL-2 MH#1-12 (179) Setup bypass pumping to MH#62, abandon MH, tie-in 12" SS into MH#62 stub-out,plug abandon 12" SS to SE. WL-2 MH#63 Remove plug on 8"drop,cut out pass thru SS,plug 8" outgoing SS to NE WL-2 MH# 64 Remove plug on 8"drop, cut out pass thm SS,plug 8" outgoing SS to N WL-2 MH#65 Out out pass thru SS,remove plug on 18"drop WL-2 MH#66 Remove plug on 8" SS to W,cut out pass through SS WL-3 LS-09 Remove 18"flange in wet well WL-3 MH#HLS3 Remove plug on 24" SS to SE WL-3 MH#HLS4 Remove plug on 24" SS to NW,plug 16"outgoing SS to SE WL-3 MH# I Remove plug on 24"SS to W, plug 16"outgoing SS to S WL-3 MH#54 Cut out pass thru SS,plug 8"outgoing SS to N &S WL-4 MH# 1 Remove plug on 48"outgoing SS to S WL-4 LS—37;Line B Remove temp plug 8"out NW; install temp plug8"out W WL-4 LS—42;Line G Remove temp plug12"out S;install temp plug10"out SE WL-4 LS—03;Line C MH#63 cutout 10"pass through;plug 10"out NE WL-4 LS—03;Line C MH#63 Remove tc�mp plugout W; install plug 8"out S WL-4 MH#24 Remove plug on 10"drop,cut out pass thru SS,plug 10" outgoing SS to N WL-4 MH 25'N MH#32 Remove plug on 12"outgoing SS to S,plug 12"outgoing SS to W WL-4 MH 25'N MH#46 Remove plug on 12"outgoing SS to S,plug 12"outgoing SS to W WL-4 LS—20;MH# 53 Cut out pass through SS,remove plugs on 8"drop and 10" drop WL4 LS—20;MH I- Plug 10"outgoing SS to E 01(089) WL-5 Various Open discharge valves WL-5 WL-6to WP-lb OMI test force-mains WL-5 Various Check odor control valves and canister filters WL-6 New Hamestring LS Check all pumps suction and discharge valves WL-7 New GreggAve LS Check all pumps suction and discharge valves WL Various Plugs,valve adjustments,pump station adjustments as needed and determined by the City The work to be performed will be according to the general specification and plans provided to OMI by RJN Engineers. It is recognized that field-determined deviations from these plans may be required. Any change or deviation from their specification or plans will be presented to the City's staff for approval before any work is done. When it is being provided: A.8 OMI Agreement Page 6 of 8 • Services shall be coordinated with City staffand design engineers and are expected to be completed within 180 days of OMI receiving signed authorization from the City to proceed. Price of services: • To be billed at OMI's cost plus 18%as per article 2.26 of our Agreement upon completion of the services. Estimate of costs: • Estimated at approximately$65,000.00 Payment terms: • Due upon receipt of OMI's invoice and payable within 30 days as per Article 5.2 of our Agreement. Additional terms: • OMI shall not be liable for any fines or penalties incurred by the City of Fayetteville as it relates to the services provided in this Out of Scope Letter Agreement. The City shall be responsible for all applicable permits. All other terms and conditions of the Agreement dated August 16, 1994 between ONE and the City of Fayetteville remains in full force and effect. If these terms are agreeable to you,please sign both copies of this Ietter. We will return one fully executed original for your files. OMI appreciates the opportunity to provide these additional services to the City of Fayetteville. Sincerely, Roger B. Quayle Both parties indicate their approval of the above-described services by their signature below. Authorized Representative of OMI: Authorized Representative of the City of Fayetteville,Arkansas: Roger B. Quayle Dan Coady. Senior Vice President Mayor Date: Date: aye evl I e A A. AS Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 3 April 2008 I , Subject: Approval of no cost Change Order Number 1 to theconstructioncontract with Garrey Construction for WSIP Subproject EL-1 RECOMMENDATION City Staff recommends approval of no cost Change Order Number I to the construction contract with Gamey Construction for WSIP Subproject EL-1. BACKGROUND This project involves construction of the replacement Mally Wagnon Lift Station (LS 19) and force main. The new station, located on Mally Wagnon Road adjacent to the existing lift station that is being abandoned, will pump up to 2.6mgd through 4,000' of 16" diameter force main to the 36" and 42" sewer lines (EL-2). Work on this project is currently over 75% complete. DISCUSSION This is a no cost change order which allows for an increase of 24 days in construction time due to the heavy rains we have experienced this spring. This change order is coordinated with Change Order Number 1 with Rosetta Construction for EL-2, the gravity sewer line which receives the flow from EL-1. BUDGETIMPACT No additional funding is required per this change order. EL-I Change0 d#IMemo3Apr08 CHANGE ORDER Contract Number EL-1 ARKANSAS Contract Title EL-1 Lift Station;EL-1 Force Main Change Order No. 1 Date of Issuance April 2,2008 To Contractor: Carney Construction ORDINANCE/RESOLUTION: The Contract is changed as follows: Effective April 2,2008 Description: Increase the Contract Time for substantial completion by 16 working(24 calendar)days and the Contract Time for Final ___________Completion b- 24 calendar daxs_'---------------""----------------------------""'------------------------------------------- 1.Time for substantial completion increases from 180 calendar days to 204 calendar days. The revised date for substantial completion is revised to May 5th,2008 2.Time for final completion increases from 210 calendar days to 234 calendar days. The revised date for final completion is revised to lune 4th,2008. Not valid until signed by the Owner The original Contract Price was ............................ $ 1,393,880.00 ....................................................................................................... Net change by previously authorized change orders ................................................................................................................................... The Contract Price prior to this Change Order was $ 1,393 880.00 The Contract Price will be increased by $0.00 ................................................................................................................................... The new Contract Price including this Change Order will be $ 1,393 880.00 The Contract Time(s)will be increased by24 calendar days ................................................. Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion ...................................................................................... 5-May-08 Final Completion 4-Jun-08 ------------------------------------------------------------------ NOTE: This summary does not reflect changes in the Contract Price or Time(s)which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. RVER�E�ERS City of Fayetteville 41210 BY DATE BY DATE Gamey p t��ion ` BY DATE ayeev 1 e Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 3 April 2008 Subject: Approval of no cost Change Order Number 1 to th construction contract with Rosetta Construction for WSIP Subproject EL-2 RECOMMENDATION City Administration recommends approval of no cost Change Order Number 1 to the construction contract with Rosetta Construction for WSIP Subproject EL-2. BACKGROUND This project is the gravity sewer transmission main from Happy Hollow Road to the Noland W WTP, paralleling the existing 36" main. This project involves installation of 25,000' of 42" gravity sewer pipe, 1,240' of 18"—25" gravity sewer, 70 manholes, 170 concrete piers, and removal of the Happy Hollow lift station. The new line is parallel to the existing main 36" main. Construction will take slightly over one year. Work on this project is currently over 58% complete, and is proceeding very well. DISCUSSION This is a no cost change order which allows for an increase of 24 days in construction time due to the heavy rains we have experienced this spring. This change order is coordinated with Change Order Number 1 with Gamey Construction for EL-1, the Mally Wagnon Lift Station and force main, which pumps into this gravity line. BUDGETIMPACT No additional funding is required per this change order. EG2 C014AprO8 CHANGE ORDER Contract Number EL-2 ARKANSAS Contract Title EL-2 Gravity Line Change Order No. I Date of Issuance April 2,2008 To Contractor: Rosetta Construction ORDINANCE/RESOLUTION: The Contract is changed as follows: Effective April 2,2008 Description: Increase the contract milestone time for substantial completion of the line work from the Noland Wastewater Treatment ___-_----- Plant thry the connection of the EL_1 Force Main such that the EL-1 Lift Station is 22Srational to the Noland Wastewater Treatment I.The time for the milestone completion increases from 180 calendar days to 204 calendar days.The revised date for the milestone is revised to May 5th,2008. -------'---2.The revised contract '------'—""'-------------"'-""""--------------------"'-'---------------------- 2.The revised contract milestone date does not change the dates for substantial or final completion. ----------------------------------------------------------------------------------------------------------------------------------------------------------- Not valid until signed by the Owner The original Contract Price was $ 10,431 995.00 Net change by previously authorized change orders $0.00 ................................................................................................................................... The Contract Price prior to this Change Order was $ 10,431 995.00 The Contract Price will be increased by $0.00 ................................................................ ..................... The new Contract Price including this Change Order will be _______ _______ $ 10,431,995.00 The Contract Time(s)will be remain unchanged 0 calendar days Required dates of Competion as of the date of this Change Order therefore are: I.......................................................I.............I.......... Substantial Completion 13-Sep-08 Final Completion 13-Oct-08 NOTE: This summary does not reflect changes in the Contract Price or Time(s)which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. G� kiGINEERS City of Fayetteville 2 � BY DATE BY DATE Rosetta Construction �a ©o BY ATE z m m � rm- r * * W * * * * � N O to , , CD r y r r r r r m y (n W N N (T Cn A W N O 3 fl r- r- -n r20 �t0 -uz0 o v m 3' 5' O 9' a m o 0 O ?' CD m m 3 3 m a r o V1 ,p (D Cn (D (D (0 m :rQ --4 3 w cri 0 CD 0 00 M M 6 � N -u 'O O iv ° o ,o� 3' 'o o 2 2 0 0 co 7 !v C -LS cn N fll -OO (D a D = 3 3 `m' 3 N W CO 2 N N (D (D �_ (D n w' 0. n 0 C/) 3 O z fv C O 0 <C cQ N s = o' W 3 o CQ D m naw 0 0 Q CD cn v Q m 0 o_ -0 v nw 0 0 0 :3 3 0 _ _ _ _ .O-. O) O W Cn W (D .� A CO N � CO s. n (Q p CCD N M (D Q O 0 o O < (n A OO W 00000 0 5 "O Cv CD V Q O m CD CD Z m A V CO (D N c o — A N V (0 0- 3 _ Z V O CL O O (DD 3CD D) y N D o -4 w w o 0 0 0 0 0 0 0 0 0 m e m O O 0 0 0 0 0 0 0 0 O ;. N 0 c 0 0 0 0 0 0 0 0 0 0 0 0 fll tD O (D CD 3 CD m 3 0y cn cn 3 m to (9 N -4 O O 0 0 0 0 0 0 (D CD (D N 3 � N Vi EA EA EA EA fA [A CA EA fA CA fA EA fA n -' O n M W N 1 CO O s m Cn CO .A m O W AOON O AN (brn j O W W V A N O N COO .PCn (n A N (D CO A CT O O N co A N (D W N O (n (n N -• (n O O m O Cn Ul Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 O 0 0 0 0 0 0 0 N fA fA CA Efl 690 EA CA fA EA (A CA EA O m 0V 0) ; o rn � m (D H O O D 3 N co N O O �. Q N co co O O p 0 0 C, 0 0 O O O Cn WW City of Fayetteville Staff Review Form City Council Agenda Items or Contracts N/A-Mayor's Approval City Council Meeting Date Shannon Jones Water/Wastewater Water/Wastewater Submitted By Division Department Action Required: Approval of Change Order#3 to the construction contract with T-G Excavating, Inc., reducing the amount of the contract$39,715.00, for the rehabilitation of Farmington Sewer, Project Basin 1-23, Unit 1. This is the final reconciliation change order for a net savings of the entire project. ($39,715.00) $ 863,222.00 Water/Wastewater Cost of this request Category/Project Contingency Program Category/Project Name 5400-5700-5815-00 $ 782,507.00 Water and Wastewater Account Number Funds Used to Date Program/Project Category Name 02017-0501 $ 80,715.00 Water/Sewer Project Number Remaining Balance Fund Name Budgeted Item XX Budget Adjustment Attached Previous Ordinance or Resolution# 97-07 12 FcQ� De art a Dire for Date Original Contract Date: 6/5/2007 Original Contract Number: 1093 City Attorney 4a?e Received in City Clerk's Office' fI tN FaEo Finance and Internal Service Director Date Received in Mayor's Office j4IR11 Mayor Date Comments: Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee Thru: David Jurgens, Water and Wastewater Director From: Shannon Jones, Water&Wastewater Engineer SST Date: February 12, 2008 Subject: Approval of Change Order#3 to the construction contract with T-G Excavating, Inc., reducing the amount of the contract$39,715.00, for the rehabilitation of Farmington Sewer,Project Basin I-23, Unit 1. This is the final reconciliation change order for a net savings of the entire project. RECOMMENDATION Staff recommends approval of Change Order#3 to the construction contract with T-G Excavating, Inc.,reducing the amount of the contract$39,715.00, for the rehabilitation of Farmington Sewer, Project Basin I-23, Unit 1. This is the final reconciliation change order for a net savings of the entire project. BACKGROUND This project provided improvements to the Sanitary sewer collection system throughout Farmington. Unit 1 included replacing 3,655' of 6"and 8"sewer by open cut and 66 point repairs. Change order number 1 dated November 27, 2007 changed approximately 1,500 feet of sewer from open cut construction to pipe bursting. An additional 12 point repairs were added by change order number 2 on December 26,2007. All work was performed to the City's satisfaction and more linear footage of pipe was installed than the original bid quantities while maintaining an overall savings of approximately$40,000. DISCUSSION This change order reconciles all unit quantities and closes out the contract. BUDGET IMPACT The$39,715.00 will be returned to the overall Sanitary Sewer Rehabilitation project. STAG Rehab T-G CCMemo Chg Ord3 F`608.doc Change Order No. 3 Page 1 of 3 CONTRACT CHANGE ORDER Contract Schedule Section Date NRC Project No: XP-966062-01 Owner Project No: 02017.0501 Sanitary Sewer Main Rept and Rehab Farmington Project Name: Sewer Rehabilitation, Basin 123 Location: Farmington,Arkansas Owner: City of Fayetteville Contractor: T-G Excavating, Inc. Address: 113 West Mountain Address 26016 Admiral Place Fayetteville,AR 72701 Catoosa,OK 74015 HE 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 ($39.715.00) TOTAL DECREASE AMOUNT $39,715.00 TOTAL INCREASE AMOUNT NET CHANGE ORDER $39,715.00 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT TOTALAMOUNT ELIGIBLEAMOUNT Original Contract Amount $822.222.00 $822.222.00 Total Previous Change Order(s) $0.00 $0.00 Net Amount This Change Order ($39.715.00) ($39.715.00) TOTAL CONTRACT AMOUNT TO DATE $782.507.00 $782.507.00 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 Proi.Mgr. 1/31/2008 Signal re Title Date ACCEPTED: T-G EXCAVATING, INC. Contractor p BY: it iture Title Dale APPROVED- CITY OF FAYETTEVILLE Owner Signature Tlge Date Coat Breakdown for Change Order puaMllla9 Adlwatl Item Descd tion A us Contact Unit Unit Coat Od Inal A usted *h Ar,"m en Cut C 1 4H"STANDARD MANHOLE,V6'DEEP EA $ 6,000.07 7 1.00 0 S 2 B"SEWER PIPE INSTALLATION BY OPEN CUT(GS FEET) LF $ 110.00 1,363 695.00 �B $ (73,480.00) 3 WSEWER PIPE INSTALLATION BY OPEN CUT(640FEET) LF S 120.07 2,088 1,271.00 S17 S (98,040.00) 4 TRENCH SAFETY LF $ 1.00 3,451 1,986.00 -0,485 $ (1,485.00) 5 6"SEWER PIPE BY TRENCHLESS PIPE ENLARGEMENT,ALL DEPTHS LF S 105.00 204 1,704.00 1,500 S 157,500.00 6 4"SERVICE LATERAL FOR LINE OPEN CUT EA S 1,000.90 46 49. 1 $ 1,000.00 7 SERVICE LATERAL EXTENSION(>8 FEET IN LENGTH) LF $ 40.00 432 12.00 420 $ (16,800.00) e 4 SERVICE LATERAL CLEANOUT EA $ 460.00 48 100 47 $ (21,150.00) 9 CLAY DAM EA $ 600.00 11 11.00 0 S 10 CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SY $ 5000 102 139.80 38 $ 1,890.00 11 ASPHALT PAVEMENT REMOVAL!REPLACEMENT SY $ 60.00 637 447.50 -190 S (11,370.00) 12 ROCK RIP RAP(INCLUDING GROUT) CY S 110.00 6 0A0 .8 $ (660.00) 13 REMOVE AND REPLACE EXISTING 12"RCP EA $ 40D00p 1 000 -1 $ (800000) 14 ROCK EXCAVATION CY S 200.00 20 5.40 -15 $ (2,920.00) 15 POINT REPAIR REMOVAL OF OBSTRUCTIONS OR SAGS LF $ 15000 50 10.00 40 S (6,000.00) 16 SURFACE VIDEO DOCUMENTATION LS $ 51000.00 1 1.00 0 $ 17 EROSION CONTROL LS $ 6,000.00 1 1.00 o $ 18 TRAFFIC CONTROL LS $ 10,MoD 1 1.00 0 S 19 TREE PROTECTION AND PRUNING LS $ 5,000.00 1 1.00 0 $ 20 MISC.CONCRETE PLACEMENT CY $ 200.00 5 5,00 0 $ - 1 PR 2301 LS S 3p00.OD 1 1.00 0 $ 2 PR23M LS S 2,000.07 1 1.00 0 $ 3 PR 2303 LS $ 3,00D.00 1 1.00 0 $ 4 PR 2304 LS $ 2,000.00 1 1.00 0 $ - 5 PR 2305 LS $ 51000.00 1 1.00 0 $ 6 PR 2308 LS $ 3,000.00 1 1.0 0 $ - 7 PR 2307 LS S 3,0011,00 1 100 0 S 8 PR 2308 LS $ 3,500.00 1 1.00 0 S 9 PR 2309 LS $ 3,000.00 1 1.00 0 S 10 PR 2310 LS S 2,000.00 1 1.00 0 $ 11 PR 2311 LS $ $.000.00 1 1.00 0 $ 12 PR 2312 LS $ 3,000,00 1 1.00 0 $ - 13 PR 2313 LS $ 3.000.00 1 1.00 0 $ 14 PR 2314 LS $ 3,600.00 1 1.00 0 $ 15 PR 2315 LS S 3,900.00 1 1.07 0 $ 16 PR 2316 LS $ 3,000.00 1 1.00 0 $ 17 PR 2317 LS $ 4,000.00 1 1.00 0 $ 18 PR 2318 LS S 3.000.00 1 1.00 0 $ 19 PR2319 LS S 3,500.00 1 1.00 0 $ 20 PR2320 LS $ 2,000.00 1 1,00 0 $ 21 PR 2321 LS $ 2,000.00 1 IAD 0 $ 22 PR 2322 LS $ 1,5W.00 1 1.07 D $ 23 PR 2323 LS $ 2,000.00 1 1.00 0 $ 24 PR 2324 LS $ 3,000.07 1 1.00 0 a 25 PR 2325 LS $ 2,000.07 1 1.07 0 $ 26 PR 2326 LS S B000m 1 1.00 0 $ 27 PR 2327 LS $ 2,070.00 1 1.07 0 $ 28 PR 2328 LS $ 315D100 1 1.00 0 S 29 PR 2329 LS $ 5,000.00 1 1.07 0 $ 3D PR 233D LS $ 3,500.00 1 107 0 $ 31 PR 2331 LS $ 2,000.0 1 1.00 0 $ 32 PR 2332 LS $ 2,000.0 1 1.07 0 $ 33 PR 2333 LS S 2,OW.00 1 1.00 0 $ - 34 PR 2334 LS S 3,000.00 1 1.00 0 S 35 PR 2335 LS $ 2,00.00 1 1.00 0 $ W PR 2336 LS $ 2,000.07 1 i.W 0 E 37 PR 2337 LS $ 2,000.00 1 1.00 0 $ 38 PR 2338 LS $ 31000.07 1 1.00 0 $ - 39 PR 2339 LS $ 3,OOD.00 1 1.07 0 S 40 PR 2340 LS $ 3,000.00 1 1.07 0 S 41 PR 2341 LS S 3,007.00 1 1,00 0 $ Quantities, Adjusted Adjust D4nLI4ct It.. Daaed don Unit Unit Cost JOrfinalA ustad +f. Amount 42 PR 2342 LS $ 2,000.00 1.00 0 S 43 PR2343 LS $ 6.M.W 1.00 0 $ 44 PR 2344 LS $ 5.600.00 1.00 0 $45 PR 2346 LS S 3,000.OD 1.00 0 S 46 Pft 2347 LS S 3,000.00 1.00 0 $ 47 PR 2346 LS S 2,000.00 1.00 0 $ 48 Pft 2349 LS S 3,500.00 1.00 0 S 49 PR 2350 LS $ 3,OW.W 1.00 0 S - 50 PR 2351 LS S 6.000.00 1 1.00 0 S 51 PR 2352 LS $ 2,000.00 1 1.00 0 $ 52 PR 2353 LS $ 3.00D.OD 1 1.00 0 8 53 PR 2354 LS $ 2,000.00 1 1.00 0 $ 54 PR 2355 LS $ 51000.00 1 1.00 0 $ 55 PR 2356 LS $ 5,OW.W 1 1.00 0 S 58 Pft 2357 LS $ 2,000.00 1 1.00 0 S 57 PR 2358 LS S 5.000.00 1 0.00 -1 $ (S,OW.W) 58 PR 2359 LS S 3,500.00 1 1.00 0 $ 59 PR 2360 LS $ BMW 1 1.00 0 S 60 PR 2381 LS $ 2,000.00 1 1.00 0 $ 61 PR 2362 LS S 2,400.00 1 1.00 0 $ - 62 PR 2363 LS $ 21000.00 1 1.00 0 $ 63 PR 2354 LS $ 2,OW.00 1 1.00 0 $ - 64 PR 2365 LS S 4,401.00 1 1.00 0 $ 05 PR 23W LS $ 3,600.00 1 1.00 0 S 66 REPLACE 10 LF OF 6"VCP FROM 1+18 TO 1+28 V✓1TH 0"PVC PIPE LS $ 4,401.0 1 1.00 0 $ 67 REPLACE IO LF OF 0 VCP FROM 0+37 TO OM7WTM 6 PVC PIPE LS $ 3,600.00 1 1.00 0 S 68 ADDITIONAL PIPE FOR POINT REPAIRS CAB DIRECTED BY ENGINEER) LF $ 200.0. 20 17.00 -3 $ (600.00) 89 CLAY DAM EA $ 600.00 2 2.00 0 $ 70 SERVICE LATERAL EXTENSION LF $ 40.00 100 O.W 400 S (4,000.00) Chmm Ord., 1 PR 1601 LS S 3,300.00 0 1.00 1 $ 3,300.00 2 PR 1502 LS S 3,900.03 0 1.00 1 S 3,900.00 3 PR 1503 LS $ 3,800.00 0 1.00 1 S 3,800.0 4 PR 1504 LS $ 3,900.00 0 1.00 1 $ 3.900.00 5 PR 1505 LS $ 3,900.0 0 1.00 1 $ 3,9W.W 6 PR 1508 LS T 3.700.00 0 1.00 1 $ 3,7WOO 7 PR 1507 LS S 3,SW.W 0 1.00 1 $ 3,8W.W 8 PR 1508 LS S 3,OW.00 0 1.W 1 $ 318W.W 9 PR 1609 LS $ 3,90.00 0 1.00 1 S 3,900.00 10 PR 1510 LS $ 3,600.00 0 1.00 1 $ 3,000m 11 PR 1611 LS $ 3,700.W 0 1.00 1 $ 3,700.00 12 PR 1512 LS $ 3X0.00 0 1.00 1 $ 3.900.00 Total Contract Change $ (39,715.00) Less Change Order 1 Amount TlNC Cneye Order % (39,715.00 wrs City of Fayetteville 31W& Staff Review Form City Council Agenda Items or 1Iq /-tGl-4O rol Contracts NIA-:Mayors Approval „ ��C� Wa City Council Meeting Date Shannon Jones Water/Wastewater Water/Wastewater Submitted By Division Department Action Required: Approval of Change Order#2 to the construction contract with Insituform Technologies, Inc., reducing the amount of the contract$2,950.00,for the rehabilitation of Farmington Sewer, Project Basin 1-23, Unit 2. This is the final reconciliation change order for a net savings of the entire project. ($2,950.00) $187,834.50 Water/Wastewater Cost of this request Category/Project Contingency Program Category/Project Name 5400-5700-5815-00 $175,884.50 Water and Wastewater Account Number Funds Used to Date Program/Project Category Name 02017-0501 $11,950.00 Water/Sewer Project Number Remaining Balance Fund Name Budt d Item FM Budget Adjustment Attached Previous Ordinance or Resolution# 97-07 3_ LIApS 4Departme irect r Date Original Contract Date: 6/5/2007 Original Contract Number: 1094 Date pp Received in City CI c`Off Finance and Internal Service Director Date Received in Mayor's Office Mayor Date Comments: Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee Thru: David Jurgens,Water and Wastewater Director From: Shannon Jones, Water&Wastewater Engineer-Q),T Date: March 3,2008 Subject: Approval of Change Order#2 to the construction contract with Insituform Technologies, Inc.,reducing the amount of the contract$2,950.00,for the rehabilitation of Farmington Sewer, Project Basin I-23,Unit 2. This is the final reconciliation change order for a net savings of the entire project. RECOMMENDATION Staff recommends approval of Change Order#2 to the construction contract with Insituform Technologies, Inc.,reducing the amount of the contract$2,950.00, for the rehabilitation of Farmington Sewer,Project Basin I-23,Unit 2. This is the final reconciliation change order for a net savings of the entire project. BACKGROUND This project provided improvements to the sanitary sewer collection system throughout Farmington. Unit 2 included lining of 5,668' of 6"and 8"pipe by cured-in-place lining. Change order number 1 dated January 8,2008 extended the contract time to January 31,2008. All work was performed to the City's satisfaction with an overall savings of approximately$2,950. DISCUSSION This change order reconciles all unit quantities and closes out the contract. BUDGETIMPACT The$2,950.00 will be returned to the overall Sanitary Sewer Rehabilitation project. STAG Rehab Insidom CCM=o Chg Ord2 Mar0g.doc aye evl le Change Order No. 2 Page I of 2 RECONCILIATION CHANGE ORDER City Contract# 1094 Schedule City Resoultion# 97-07 Date 2/21/2008 City Project No.: 02017-0501 Project Name: Farmington Sewer Rehab,Unit 2 Location: Fa etteville Arkansas Owner: City of Fayetteville Contractor: Insituform Technologies,Inc. Address: 113 West Mountain Address: 702 Spirit 40 Park Drive Fayetteville,AR 72701 Chesterfield MO 63005 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM# DESCRIPTION DECREASE INCREASE 1 Change Order to reconcile construction quantities See Attached for Cost Breakdown -$2,950.00 TOTAL DECREASE AMOUNT -$2,950.00 TOTAL INCREASE AMOUNT $0.00 NET CHANGE ORDERI 2 950.00 ENGINEERS FINAL CHANGE O CONTRACT AMOUNT: TOTAL AMOUNT ELIGIBLE AMOUNT Original Contract Amount $178.834.50 $178.834.50 Total Previous Change Order(s) $22 $0.00 Net Amount This Change Order -$2,950.00 -$2.950.00 TOTAL CONTRACT AMOUNT TO DATE $175.884.50 $175.884.50 CHANGE CONTRACT T O DATE: Original Completion Date Previous Adjusted Completion Date (Increase)(Decrease)This Change Order Calendar Days NEW CONTRACT COMPLETION DATE: RECOMMENDED: RJN - Engineer BY: M la. j/ u O Signature Title Date ACCEPTED: Instufomt Technologies Inc. Contmct BY: Signature//.Ao« —1-Apm s Title OPS, «no-r-1 Date APPROVED: A CITY OFFAYETTEVILLE Owner BY: Siguature ZI Title Dat Cost Breakdown for Change Order Quantities Adjusted Item Description Adjust Contract Unit Unit Cost Original Adjusted +/- Amount 3001 6"Cured in Place Pipe Installation 300 LF LS $9,150.00 1.00 1.00 0.00 $0.00 3002 6"Cured in Place Pipe Installation 250 LF LS $7,625.00 1.00 1.00 0.00 $0.00 3003 6"Cured in Place Pipe Installation 360 LF LS $10,980.00 1.00 1.00 0.00 $0.00 3004 6"Cured in Place Pipe Installation 376 LF LS $11,468.00 1.00 1.00 0.00 $0.00 3005 6"Cured in Place Pipe Installation 368 LF LS $11,224.00 1.00 1.00 0.00 $0.00 3006 6"Cured in Place Pipe Installation 395 LF LS $12,047.50 1.00 1.00 0.00 $0.00 3007 6"Cured in Place Pipe Installation 198 LF LS $6,039.00 1.00 1.00 0.00 $0.00 3008 6"Cured in Place Pipe Installation 165 LF LS $5,032.50 1.00 1.00 0.00 $0.00 3009 6"Cured in Place Pipe Installation 367 LF LS $11,193.50 1.00 1.00 0.00 $0.00 3010 6"Cured in Place Pipe Installation 344 LF LS $10,492.00 1.00 1.00 0.00 $0.00 3011 6"Cured in Place Pipe Installation 333 LF LS $10,156.50 1.00 1.00 0.00 $0.00 3012 6"Cured in Place Pipe Installation 247 LF LS $7,533.50 1.00 1.00 0.00 $0.00 3013 6"Cured in Place Pipe Installation 248 LF LS $7,564.00 1.00 1.00 0.00 $0.00 3014 6"Cared in Place Pipe Installation 372 LF LS $11,346.00 1.00 1.00 0.00 $0.00 3015 6"Cured in Place Pipe Installation 317 LF LS $9,668.50 1.00 1.00 0.00 $0.00 3016 6"Cured in Place Pipe Installation 275 LF LS $8,387.50 1.00 1.00 0.00 $0.00 3017 6"Cured in Place Pipe Installation 55 LF LS $1,677.50 1.00 1.00 0.00 $0.00 3018 6"Cured in Place Pipe Installation 197 LF LS $6,008.50 1.00 1.00 0.00 $0.00 3019 6"Cured in Place Pipe Installation 274 LF LS $8,357.00 1.00 1.00 0.00 $0.00 3020 6"Cured in Place Pipe Installation 104 LF LS $4,368.00 1.00 1.00 0.00 $0.00 3021 6"Cured in Place Pipe Installation 123 LF LS $5,166.00 1.00 1.00 0.00 $0.00 3022 Internal Service Reconnections EA $50.001. 67.00 8.00 -59.00 -$2,950.00 Total Contract Chane $2,950.00