HomeMy WebLinkAbout2010-07-08 - Agendas WATER/SEWER COMMITTEE AGENDA
Ta7y eOtle MEETING DATE OF JULY 8, 2010
THE CITY OF FAYETTEVILLE,ARKANSAS
Committee: Chairman Kyle Cook; Aldermen: Adella Gray, Robert Rhoads, Sarah Lewis
Copy to: Mayor Jordan, Sondra Smith, Don Marr P I Becker, Lindsley Smith, Jeremy Pate, Chris Brown,
Tom Hubbard, Lynn Hyke, Shannon Jc r�e,$ Peggy Bell, OMI, Will Winn, John Coleman
From: David Jurgens, P. E., Utilities Director JJ
A Fayetteville Water and Sewer Committee meetin ill be July 8, 2010, 7:00 PM (following Environmental
Action Committee), in room 111, Fayetteville City Hall. Proposed topics include:
1. Ca ital Pro'ect Update.
Contract Description Contractor Cost % Com tete
WL-10a Farmington GravityLine In Town Portion Game Const $ 1,732,251 100.0%
EL-3&5 Razorback- Happy Hollow 36/42" Gravity S J Louis Const $ 5,387,098 100.0%
CIPP Rehab- Cured in Place Pipe City Wide Insituform $ 630,000 100%
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 997,629 100%
36"W/L 36"Water Line on Township Seven Valles $ 1,789,960 100.0%
265 W/S Relocation & 36"Wtr Line, Hwy 265 Design, Easement Ac uisition Underway
WL-13 Broyles Avenue Gravity Lines Goodwin &Goodwin $ 433,005 70.1%
WL-14 Broyles Avenue Force Mains Redford Construction $ 893,640 73.9%
WL-15 Broyles Avenue Lift Station Seven Valles $ 583,897 43.3%
BI0-1 Biosolids Solar Drying Dean Crowder $ 4,963,386 NTP 8 Jun 10
BI0-2 Biosolids Thermal Drying In Design Ad for bid by 1 Sep 10
Const began
Canterbury 500,000 Gallon Water Tower I C B & I Inc. 1 $ 1,551,000 May 10
Project is substantially complete, meaning the work can be used to execute its mission.
2. EL-3 and 5 Final Change Order number 4 is attached, reducing the final contract with SJ Louis by
$45,036.97 and reconciling unit quantities for the construction of the gravity sewer main from Happy Hollow
Road to Razorback Road. The contingency balance of$286,697 will remain after this change order, will be
returned to the WSIP project fund.
3. WL-10a Final Change Order number 4 to the construction contract between Farmington and Garvey
Construction, with no change in cost, for construction of the Farmington Gravity Sewer Line, WSIP Subproject
WL-10a, is attached. This change order reconciles all unit quantities. All work is complete except several
locations where final vegetative cover has not been established and cannot be determined until fall, and a few
minor repairs of creek crossing areas being keyed into the stream bank (which could not be identified without
dry weather). All remaining contingency will be released to the respective cities' budgets upon execution of
this change order. The remaining contingencies to be returned are below.
Fayetteville Farmington
Fayetteville Final Farmington Final Contingency Contingency
Contract Cost Contract Cost Remaining Remaining
$ 333,270.71 $ 1,339,980.29 $ 28,131.87 $ 102,848.13
4. Township 36" Water Line Final Change Order number 2 is attached, reducing the final contract with
Seven Valleys Construction by $6,240.02 and reconciling unit quantities for the 36" water line construction on
Township from Crossover to Old Wire. All work is complete except for final verification of the vegetative cover.
5. WL-13 Broyles Avenue Gravity Sewer construction contract and a related cost share agreement are
attached. There are two components:
a. Cost share agreement with Forest Hills Partners, LLC for $135,000 construction of the Broyles
Avenue gravity sewer line. This work is required to provide needed sewer capacity for the upper Owl Creek
basin, which includes the forthcoming Forest Hills development between Wedington Drive and Persimmon
W-S Committee Agenda Page 1 W&S CommitteeAgendaMu110 a.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF JULY 8, 2010
Street. Forest Hills Partners has agreed to pay $135,000.00 of the $367,518 total cost of the additional work.
Staff requests this item be forwarded to the full City Council.
b. Change order number 1 with Goodwin & Goodwin, Inc. for $367,518.17 provides for the
construction of 3,211' of 15"-18" gravity line, along Owl Creek, Persimmon Road, and Broyles Avenue to the
new lift station at the intersection of Broyles and Persimmon. Goodwin & Goodwin was the lowest of five
bidders, with a bid that was 59% of the engineer's estimate for the project. The change order is for an
additional 3,065' of 12"-15" gravity line along Persimmon from the Cross Keys development to the east side of
the City property at the Boys and Girls Club. The City will manage the construction though its current contract
with Goodwin & Goodwin. Using the existing contract will be significantly less expensive than putting this
additional work out to bid, which staff estimates would cost at least an additional $75,000. Staff requests this
item be forwarded to the full City Council.
6. West Side Recycling Drop Off and Education Facility design is underway. The preliminary layout is
complete, the first set of containers have been purchased using ADEQ grant funds from 2009, and the review
process is being staffed through Planning. The facility is a low impact development, incorporating LID
requirements, Xeriscaping, bioswales, etc. Further details will be presented at the meeting.
7. Siosolids Thermal Drying
a. Thermal Drying design continues. ADEQ has stated, in writing, that there is no need for an air
permit. We are still working with the gas company to determine whether gas or propane will be the most cost
effective solution. We expect to advertise for bids within 60 days.
b. Solar Drying construction is scheduled for completion in February, 2011. Material handling
equipment bids and purchases will be coming forward in the next few months, so the equipment will be on
hand (and operators trained) when construction is completed. Equipment includes a skid steer loader, a
spreader trailer, two conveyors, one 100 hp tractor (to pull the spreader), a small dump trailer, and a belted
trailer for distribution. This equipment cost was included within the biosolids budget. Staff is developing a
business plan for the end product.
8. Phosphorus Update will be provided at the meeting.
9. Multi-State Regional Water Supply Summit Report from the meeting in Neosho, April 19. David Jurgens
participated in the meeting led by Congressmen Boozman, Blunt (Missouri), and Boren (Oklahoma), which
focused on the potential for and impacts of water shortages in the future, both as a result of steadily increasing
demand and long term major drought. The meeting included presentations and information sharing from The
Corps of Engineer District in Alabama, which was heavily involved in the drought in the southeast, scientists
with 1,000 years of precipitation data, geologists discussing ground water reserves and sources for the Ozark
Plateau's aquifer, industry, utilities, the academic community, and more. Essentially, the southeastern US
drought, which saw some utilities unable to provide minimally required water- some only turned on their pipes
for a few hours every day, could happen anywhere. Our region has not seen a drought of that magnitude in
several hundred years. In short, the summit identified that the potential for a major water shortage is greater
than most of the attendees realized, and that planning for the same must begin now, rather than later.
Droughts, like rain events, are weather phenomena that occur on something of a recurring basis.
10. Insituform Annual Work Order is attached for$330,000 On April 16, 2008 the City accepted sealed
competitive bids for sanitary sewer main line and service lateral lining services with Insituform Technologies as
the low bidder. The bid schedule includes specific unit prices for various items of work; with the sanitary sewer
rehabilitation program then using the pricing to complete the annual rehabilitation. The contract term was five
years, with provisions for small price increases per year; the 2010 prices are exactly the same as was bid in
2008. The exact needs of each rehabilitation activity cannot be explicitly defined until the final design is
completed, hence the unit price bid schedule is used to correlate costs to final project scopes. The direct
contracting allows the City to execute sanitary sewer rehabilitation program effectively and efficiently. It is
effective as the administrative delays and costs are minimized due to the annual contract and pre-established
pricing. Pipes being lined under this contract are either identified by City forces through normal maintenance
operations or by consultants executing Sanitary Sewer Evaluation Studies. Either way, engineering and
W-S Committee Agenda Page 2 W&S CommitteeAgendalMuIIO a.dm
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF JULY 8, 2010
administrative costs are held to a bare minimum as formal plans and specifications are not required. This work
is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost
effective fashion, with cured-in-place linings being by far the lowest cost strategy for applications where it is
appropriate. We use this technology in response to the small root blockages which occur in our pipes, and for
predictive elimination of potential future blockages by analyzing all occurrences in our system. Staff requests
this item be forwarded to the full City Council.
11. Lift Station Generator Installations received a real life test on Jun 2, 2010. This is the email report from
OMI: "Ozarks Electric experienced transmission outage from AEP. A tree had damaged some power lines. We
lost utility power at LS 7, 22, 25, 28, 32, 35, and 39. All these stations are equipped with back up power
generators. All generators assumed load with no issues. Utility power was restored within 1.5 hours. Great
testlll West Side WWTP also lost utility power. Back up generator assumed load with no issues. There was a
few pieces of equipment that had to be reset."
12. Beaver Water District water treatment residuals discussion is underway to consider applying their
residuals from the water treatment process on the Noland WWTF farm site east of the White River. They are
currently landfilling their material. According to University of Arkansas studies, application of this material on
our land application sites (where we used to apply biosolids)will reduce the potential for phosphorus runoff
from our site and will bind with the phosphorus in the soil preventing it from going into solution and running off
into the river and/or entering the groundwater system. We are evaluating costs for this, and are confident that
the cost to the City will be lower than the cost BWD is currently paying. Thus, this could be a net no-cost
action to the City while providing the additional White River phosphorus reduction benefit. Staff is planning to
present the concept to ADEQ within the next 60 days. There would be capital equipment purchases required
(a tractor, a spreader, and a loader), with the costs to be covered within the rates paid by the BWD. This
equipment cannot be the same equipment used for biosolids handling due to potential cross-contamination.
13. White River Stream Bank Restoration ANRC Grant is being evaluated. This grant, and the work to be
executed, is similar to the project at Drake Field. The land is entirely owned by the City of Fayetteville as part
of the Noland Wastewater Treatment Facility. The grant requires a $77,000 City match, which staff proposes
to be paid for using Water/Sewer funds. The White River is on the ADEQ Arkansas impaired streams list due
to which directly increases the phosphorus loading in the river and Beaver Lake. By restoring this section of
the river, studies indicate that the phosphorus loading would be reduced by XX per year.
13. Water/Sewer Committee Meeting is Tuesday, August 10, 2010, 5:30 p.m., room 326.
Attachments: 2 EL-3 and 5 Final Change Order, SJ Louis
3 WL-10a Final Change Order, Garney
4 Township 36" Water Line Change Order, Seven Valleys
5a Forest Hills Cost Share Agreement
5b WL-13 Change Order, Goodwin and Goodwin
10 Insituform 2010 Work Order
W-S Committee Agenda Page 3 W&S CommitteeAgendal MIO a.doc
Zayje .�Y lCONTRACTR[.V'SA MOVALMAYOR'S APPROVAI.THE CITY OF FAYETTEVILLE,ARKANSAS
KAN5AS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Committeb
Date: June 8, 2010 �I
Subject: Change Order 4 to contract with SJ Louis Construction Inc., reducing contract by $45,036.97, for the
constriction of the gravity sewer from Happy Hollow - Razorback, WSIP Subproject EL-3 and 5
RECOMMENDA'T'ION
Staff recommends approval of Change Order 4 to the contract with SJ Louis Construction Inc., reconciling final
quantities and reducing the final contract by$4.5,036.97, for tine construction of the gravity sewer main from
Happy Hollow Road to Razorback Road, WSIP Subproject EL-3 and 5.
BACKGROUND
This contract provides for construction and installation of approximately 18,000' of 8"--42" gravity sewer line
and 70 manholes. The EL-3 portion is parallel to 15'x' Street from Razorback Road to Happy Hollow Road; the
EL-5 portion is from the South Mountain pump station on 29°i Circle east to the Water/Sewer Operations site.
Work began in November, 2008 and is now substantially complete. The only remaining items relate to final
approval of grass and other vegetation on the project to ensure plants are fully established.
DISCUSSION
This change order reconciles the contract to match actual quantities involved in the construction. It also
involves several specific items: 1) tine and effort required to assist Arkansas Western Gas in relocating tow
lines in Greathouse Park; 2) adjustment for drainage swales and some extensive stream bank restoration near
Greathouse Park; and 3) removing a very large dead tree in the stream that was unrelated to the pipeline work.
Garver Engineers recommends approval of this change order.
BUDGET IMPACT
This change order decreases the contract price by $45,036.97. A $420,000 contingency was approved with the
contract; $241,660 remained after Change Order 3. A balance of$286,697 will remain after this Change Order
4 is executed. As the project is being closed out, this balance will be returned to the WSIP project fund.
1,.,1--3&,5 C04 CCMeno SJun10.Aoc
W-S Committee Agenda Page 4
CHANGE ORDER
Contract Number LL-3 and FL-5
Contract'I itle Lha and FL-5 Gravity Sewer Lines
I
Change Order No. 4 Date of Issuance June 3,2010
To Contractor: S.1.Louis Construction,Inc.
The Contract is changed as follows:
I. Reconcile the estimate quanfinex to actual quantities.
Add an additional 10-calandar days to the contract time and S20,640.22 to the contract price for assisting Arkansas Western Gas in Ihe relocation of two
2. high pressure gas lines including excavation,delay,and removal oftwo trees near Greathouse Park
3. Add an additional 7-calandar days to the contract time for additional rip-rap and bank stabilization outside the area of correction of defective work.
4, Add an additional 2 calandar days to the contract time and S10,450.83 to the contract Price for adding a drainage wale to the ivelo end of til:5
Add an al itional 2-calandar days to the contract tune and 55,825.30 to the contract price for correcting a drainage problem on 11J ,5 at the Revnolds
5. property.
Add an additional 1-calandar day to the contract tune and S 1592.19 to the contract price for adding additional rip-rap against�he erne on the cast side
6. of pier span 4.
I
Add an additional I calandar day to the contract time and 57,011.81 to the contract price for removal of the fallen tree within'I own Branch which was
7. outside the limits of construction. j
.............................__._.-____._...__-_._.._._--_____.-______-________..._...._..-------_..---------.---------------------------.------
_I----------------------------
E
.___._._____....__._..__....
13id Bid Previous Unit Contract Revised Revised Original Revised
hem Item Estimated of Unit Estimated Unit Estimated Estimated
No. Description Quantity Measure Price Quantity Price Cost Cost
Remove and Replace Existing Fence 1,420 LF 523.00 1,484 52300 532,660.00 534,13200
10 and Gates
11 16'Metal Field Gee 5 I-A 5450.00 2 5450.00 S2=50.00 5900.00
12 4"PVC Gravity Sewer Pipe 140 LP 51400 674 514.00 51,9G0.00 5Q43G00
]3 G"PVC'(iravity Sewer Pipe 40 tF 52000 93 820.00 5800.00 SL666.0f1
14 8"PVC Gravity Sewer Pipe 2,200 LF $74.00 2,039 $14.00 S30,800.00 528,546.00
IS 70"PVC Gravity Smvcr Pipe 40 LF SI200 22 $77.00 $G90.00 $374.00
7G 12"PVC Gravity Sewer Pipe 680 LF $21.00 645 $21.00 $14280.00 573,54500
20" Gravity Sewer Pipe either DIP, 1,520 LP SS1,06 1,236 $81.00 $123,120.00 $100,116.00
17 FRP,or PVC
20" Gravity Sewer Pipe either DIP or 300 LF $8l 00 483 $81.00 S24,300.00 $39,123.00
18 FRP
Pier Supported 20" Gravity Sewer Pipe 40 LF $78.00 20 $78.00 $3,120.00 $1,560.00
19 either Dl P or FRP
30" Gravity Sewer Pipe either mv, 920 LF 8126.00 978 S126.00 $115,920.00 5110,628.00
20 FRP,or PVC
36" Gravity Sewer Pipe either DIP or 380 LF 5163.00 319 S163.00 $61,940.00 $51,997.00
22 Flip
Pier Supported 36" Gravity Sewer Pipe so LF S171.00 60 $171.00 $13,680.00 $10,260.00
23 either DIP or FRP
24 42"DIP Gravity Sewer Pipe 520 LP $250,00 481 5250.00 $130,000.00 S120,250.00
42"Gravity Sewer Pipe either DIP, 8,700 LP 5140.00 8,117 5140.00 S1,218,000.00 $1,136,380.00
25 FRP,or PVC
Pier Supported 42" Gravity Sewer Pipe
27 either DIP or FRP 260 LF 5210,00 220 $270.00 554,600.00 546=00.00
4"and 6"Gravity Sewer Pipe Trench 180 LF 528.00 757 528.00 $5,040.00 $21,196.00
28 Excavation and Backfill
8"Gravity Sewer Pipe Trench 2,200 LF $45.00 2,039 $45.00 594,000.00 $91,755.00
29 Excavation and Backfill
10"Gravity Sewer Pipe Trench 40 LF $40.00 22 $411.00 SI,600.00 5880.00
30 Excavation and Backfill
12"Gravity Sewer Pipe Trench 680 I.F S45.00 565 545.00 $30;600.00 $25,425.00
31 Excavation and Backfill
20"Gravity Sewer Pipe'I'reach
32 Excavation and Backfill 7520 LP 535.00 7;779 $35.00 $63;700.00 560,765.00
30"Gravity Sewer Pipe'I'rench 920 F $4000 878 $40.00 $36,800.00 535,120.00
33 1 Excavation and Backfill
Change Order No.4 1 of 3 EL-3 and EL-5
I
I
I
I
W-S Committee Agenda Page 5
36"Gravity Sewer Pipc'fmnch 1,240 LF 545.00 1,179 545.00 .S55,ii00.00 S53,055,00
34 Excavation and Backfill
4T'Gravity Sewer Pipe'I rench 10,800 I.F S30.00 10,073 330.00 .5.334,000.00 5302,190.00
35 Excavation and Backfill
4'LU.Sanitary Sower Manhole 0'-8' 0
36 Depth 5 EA $2,000.00 20 52,000.00 550,000.00 $40,000.00
4'I.D.Sanitary Sewer Manhole 15 VF 5175.00 24.50 SI71.00 52625.00 54,28750
37 Additional Depth
6'I.D.Sanitary Sewer Manhole 0'-8' 35 EA 56,00400 37 S6000.00 $214,000.00 5222,000.00
38 Depth
6 I.U.Sanitary Sewer Manhole 96 VP S350.00 115.73 5350.00 $33600.00 540,505.50
39 Additional Depth
R'LO.Sanitary Sewer Manhole 0'-8'
40 Depth 10 EA S8,000,00 6 58000.00 S80,00000 548,000.00
8'I.D.Sanitary Sewer Manhole 17 VP 5600.00 18.33 560000 S10,200.00 510,998.00
41 Additional Depth
Cut an Grout Existing Seweror Water 135 I'A S250.00 35 S250.00 $33,750.00 58,750.00
42 Pipe
Connection to Existing Manhole or 30 EA 51,400.00 26 51,400.00 S42,000.00 536,400.00
43 Junction
44 Modify Existing Manhole orJunction
30 EA 5750.00 14 5750.00 522,500.00 510,500.00
50 EA $600.00 49 5600.00 530000.00 529,400.00
45 Demolish Existing Manhole or Junction
Remove and Dispose of Existing 30 EA SWUM 27 5600.00 $18,000.00 516,200.00
46 Manhole
49 Concrete Anchor 20 EA $2,000.00 19 $2,000,00 $40,000.00 538,000.00
50 Concrete Encasement 30 ICY 1 $500.00 49 S500.00 $15,000.00 $24,500.00
53 24"Steel Encasement by Open Cut125 LE $130.00 78 5130.00 516,25400 510,140.00
55 34"Steel Encasement by Open Cut 155 LP $500,00 151 5500.00 $77,50200 $75,50400
56 54"Bored Steel Encasement 95 LF S1,400.00 105 51,400.00 5133,000.00 5147,000-00
57 6"Concrete Ditch Paving 60 SY I S65.00 75.5 565.00 53,900.00 $4,907.50
58 Driveway,Street,and Sidewalk Repair 4,700 SY $85.00 5,713 585.00 S399,500.00 5485,605.00
60 Undercut and Granular Backfill 900 C S25.00 13 525.00 $22,500.00 5325.00
61 Rock Excavation 2,800 CY S40.00 1,320 540.00 $112,000.00 552,800.00
Interior Coating Existing Concrete 3,000 SF 512,00 2,392.74 $12.00 536,000.00 528,712.88
62 Manholes
Interior Coating Proposed Concrete 9,000 SF SI1,00 10,803.30 $11.00 599,000.00 SI 18,836,30
63 Manholes
Exterior Coating Proposed Concrete 14,000 SP $3.00 13,367 $3.00 54200200 $40,14L00
64 Manholes
65 Water Service Line Relocation 20 EA $600.00 0 5600,00 512,000,00 50.00
66 6"PVC Water[,me 240 LF $1200 131 512.00 $2,880.00 51,572.00
67 8"PVC Water Line 360 LF $16.00 244 $16.00 $5,760.00 $3,904.00
68 12"PVC Water Line 420 [.F $30.00 168 $30.00 512,600.00 55,040.00
69 12"DIP Water Line 60 LF 555.00 0 555.00 $3,300.00 50.00
70 6"(late Valve with Valve Box 2 EA $1,000.00 0 $1,000.00 52,000.00 5400
71 8"Gate Valve with Valve Box 4 EA 51,300.00 2 51,300.00 $5,200,00 52,600.00
73 Air Valve Assembly 3 EA $3,90200 2 $3,900.00 SI1,700.00 $7,800.00
74 Ductile Iron Mechanical Joint Fittings 750 LB 56.00 1,555 $6.00 $4,50200 $9,330.00
86 (C093)Rip Rap and Bank Stabilizaton 500 SY $60.00 2,681 $60.00 $30,000.00 $160,860.00
87 (CON4)Gas Linc Relocation Assistance 0 IS $0.00 1 520,640.22 50.00 520,640.22
(C084)Drainage Swale on West End 0 LS $0.00 I $10,450.83 $0.00 $10,450.83
88 of EI--5
(COP4)Drainage Correction on EL-5 at 0 I.S $0.00 1 $5,825.30 $0.00 $5,82530
89 1 Reynolds Property
(CO04)Rip-Rap along Fence at East 0 LS $0.00 1 $1,482.19 $0.00 $1,482.19
90 Side of Pier Span
91 (COIR)Town Branch'I'ree Removal 0 LS 1 $0.00 1 1 $1,011,81 50,00 $1,011.81
Summation of Cost $4,063,915.00 $4,018,878.03
Net Cost for this Change Order ($45,036,97)
Change Order No.4 2 of 3 EL-3 and EL-5
W-S Committee Agenda Page 6
Not valid until signed by the Owner
"I'he original Contract Price was S 5,253,795.00
................................................................................................................_.........................................
Net change by previously authorized change orders "......."
The Contract Price prior to this Change Order was ... S g,J32,I34.71
..... ................ . .
......................................._................................................................................
the Contract Price will be decreased by (SJ5,036.97)
o ........................... . ........
...................................................... ...................................................................
including new Contract Price includ �this Chane Order will be S 5,387.097.74
...................._.............._......................__._----- ........
The Contrac['fime(s)will increase . . 23 calendar drys
........................._.................................
Required date of Completion as ol'the date of This Change Order therefore is:
Final Completion 1 111.1111....._..........................11...1...1................ 17-Nov-09
NOTfi: This summary does not reflect changes in the Contract Price co Times)which have been amhorizod by Work Change Directives not
iic rp ated in this or previous Change Orders.
Ci 2VER! ; G EERS City(/Fayetteville
10 �t 'j c�
R Y DML DAI'E
S.J. Louis Construction,Inc.
oz,0
DATE
Change Order No.4 3 of 3 EL-3 and EL-5
W-S Committee Agenda Page 7
CONTRACT INFORMATIONAL MEMO
aye evl e O APPROVAL REQUIRED
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Water/Sewer Committee
Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff (�
From: David Jurgens, Utilities Director J
Fayetteville Water and Sewer Com i tee
Date: June 24, 2010
Subject: Change order 4 to the construction contract between Farmington and Gamey Construction, with no
change in cost, for construction of the Farmington Gravity Sewer Line, WSIP Subproject WL-10a
OBJECTIVE
Staff provides, for review and filing, Change Order 4 to the construction contract between Farmington and
Gamey Construction, with no change in cost, for construction of the Farmington Gravity Sewer Line, WSIP
Subproject WL-10a. No City of Fayetteville action is required.
BACKGROUND
This project involves constructing 11,428 linear feet of 6 - 21" gravity sewer main and 38 new 4-foot diameter
manholes mostly by open cut construction. The line has been installed along Farmington Branch through the
length of Farmington from Double Springs Road to the eastern City limits. The new lift station#12 at the
confluence of Goose Creek and Farmington Branch was placed in service in March, 2009.
The construction contract is between the City of Farmington and Gamey Construction. Fayetteville is paying a
proportional share of the work based on the volume of wastewater that flows through the pipeline sections.
Fayetteville is paying its portion via purchase order to Farmington, who is making all payments to Gamey.
DISCUSSION
This change order reconciles all unit quantities in the contract, and is the final change order for the contract.
With the exception of several locations where final restoration, vegetative cover has not been established, and
cannot be determined until fall, and a few minor repairs of creek crossing areas being keyed into the stream
bank (which could not be identified without dry weather), the City finds all work performed in compliance with
the contract documents. ANRC has approved the change order; RJN, the Engineer, recommends approval of
the change order.
BUDGETIMPACT
All remaining contingency will be released to the respective cities' budgets upon execution of this change order.
The remaining contingencies to be returned are below.
Fayetteville Farmington
Fayetteville Final Farmington Final Contingency Contingency
Contract Cost Contract Cost Remaining Remaining
$ 333,270.71 1 $ 1,339,980.29 1 $ 28,131.87 1 $ 102,848.13
WL-IOa C04 CCMemo 8JunI O.doc
W-S Committee Agenda Page 8
Ilallllfts
q TinFay�ee- ev ole
AN 4ANSA5
Change Order No. Page 1 of 2
RECONCILIATION CHANGE ORDER City Contract a 2073 Schcdnle
City Resoultion# 09-09 Date 1/6/2009
City Project No.: 02017-0601
Project Name: Farmington Gravity Main,WL-I Oa Location: Farmington,Arkansas
Owner: City of Farmington Contractor Carney COOsnlWllen,Inc.
Address: 354 West Main Street Address: 1333 NW Vivion Road
Farmington,AR 72730 Kansas City,MO,64118
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPEC]FICATIONS:
JTEM;YJ DESCRIPTION DECREASE INCREASE
I Change Order to reconcile consuvetion quantities
See Attached for Cost Breakdown 50.00
TOTAL DECREASE AMOUNT 50.00
TOTAL INCREASE AMOUNT $0.00
NET CHANGE ORDER $0.00
ENGINEERS FINAL
CHANGE_TOCONTRACT AMOUNT: 'iO'CAL AMOUNT ELIGIBLE AMOUNT
Original Conunact Amount X1,664,23 1.0 S1,664,23 1.00
Total
I 664 231_00Total Previous Change Order(s) S68,020.00 $68.020.00
Net Amount This Change Order SO00 SO00
TOTAL CONTRACT AMOUNT TO DATE SI,732,251.00 51,732,251 00
CHANGE TO CONTRACT COMPLETION DATE:
Original Completion Date
Previous Adjusted Completion Date
(Inc)ease)(Decrease)This Change Order Calendar Days
NEW CONTRACT COMPLETION DATE:
RECOMMENDED: CONSTRUCTION&CONTRACT MANAGER
COislrnetlen Observer
BY:
Signature 'Title Date
RECOMMENDED: IGN
Engineer
BY: /li1�- Project Engineer 6/17/2010
Signature Title Daae
ACCEPTED: Gamey Coast[uction,Inc.
Conn'actor
BY:
Signature Title Date
APPROVED: CITY OF FARMINGTON
Owner
BY:
Si nature Title Date
W-S Committee Agenda Page 9
Cost Breakdown for Change Order
Quantities Adjusted
Item Description Adjust Contract
Unit Unit Cost Original Adjusted +/- Amount
I Mobilization LS $75,000.00 1 1 0.00 $0.00
2 Site Preparation,Clearing and Grubbing LF $5.00 11133 11133 0.00 $0.00
3 Construction Staking LF $4.00 11133 11133 0.00 $0.00
4 Construct 48"Dia Manhole EA $3,000.00 23 22 -1.00 43,000.00
5 Construct 48"Din.Manhole,Extra Depth VF $300.00 175 175 0.00 $0.00
6 Construct 48"Din.Drop Manhole EA $4,500.00 15 16 1.00 $4,500.00
7 21"Sewer Pipc and embedment LF $43.00 1600 1600 0.00 $0.00
8 18"Sewer Pipe and embedment LF $40.00 3623 3623 0.00 $0.00
9 15"Sewer Pipe and embedment LF $36.00 2851 2851 0.00 $0.00
10 12"Sewer Pipe and embedment LF $34.00 2756 2756 0.00 $0.00
11 8"Sewer Pipe and embedment LF $25.00 403 403 0.00 $0.00
12 6"Sewer Pipc and embedment LF $25.00 195 195 0.00 $0.00
13 Trench Excavation and Backfill(0-8 feet) LF $30.00 581 453 -128.00 43,840.00
14 Trench Excavation and Backfill(8-12 feet) LF $35.00 8054 8245 191.00 $6,685.00
15 Trench Excavation and Backfill(12-I6 feet) LF $40.00 2078 2078 0.00 $0.00
16 Rock Excavation CY $L00 4700 4700 0.00 $0.00
17 36"Steel Encasement By Open Cut LF $200.00 170 170 0.00 $0.00
18 24"Steel Encasement By Bore and Jack LF $725.00 53 63 10.00 $7,250.00
19 30"Steel Encasement By Bore and Jack LF $730.00 125 125 0.00 $0.00
20 Concrete Anchors on Casings EA $750.00 14 14 0.00 $0.00
21 Concrete Encasement LF $100.00 362 362 0.00 $0.00
22 Tree Protection and Pruning LS $5,000.00 1 1 0.00 $0.00
23 Remove Existing Manhole EA $3,500.00 3 4 1.00 $3,500.00
24 Connect Service Lateral EA $750.00 25 25 0.00 $0.00
25 Extension of Service Lateral LF $20.00 210 210 0.00 $0.00
26 Service Lateml Cleanout EA $70.00 23 0 -23.00 41,610.00
27 Temporary Plug in New Sewer EA $1,000.00 2 2 0.00 $0.00
28 Trench Foundation Material CY $12.00 130 110 -20.00 -$240.00
29 Trench Compaction Test EA $35.00 40 40 0.00 $0.00
30 Rock Rip-Rap CY $4000 1954 1994 40.00 $1,600.00
31 Clay Dam EA $500.00 12 12 0.00 $0.00
32 Remove and Replace Asphalt Paving SY $60.00 382 231 -151.00 -$9,060.00
33 Remove and Replace Concrete Paving SY $55M 18 0 -18.00 -5990.00
34 Remove&Replace Concrete Sidewalk SF $55.00 335 155 -180.35 -$9,919.00
35 Seeding and Mulching SY $6.00 2216 5250 3034.00 $18,204.00
36 Sod Replacement SY $10.00 1478 0 -1478.00 4$14,780.00
37 Erosion Conhol LS $35,000.00 1 1 0.00 $0.00
38 Trench Safety LF $2.00 10955 10955 0.00 $0.00
39 Traffic Control LS $3,500.00 1 I 0.00 $0.00
40 Install Sewer Backflow Prevention Device EA $75.00 4 0 -4.00 -$300.00
41 Sur face Video Documentation LF $1.00 11133 11133 0.00 $0.00
42 Pre-construction ExploratoryExcavation EA $100.00 23 23 0.00 $0.00
43 6"Reinforced Concrete Channel SY $65.00 35 35 0.00 $0.00
44 Rcmovc/Replace Existing 6"Thick Gavel Surface SY $50.00 30 70 40.00 $2,000.00
Total Contract Change $0.00
W-S Committee Agenda Page 10
I
CONTRACT CYIANGE ORDER
J�"�q yel MAMAYOR'S APPROVAI.
Iy ll-IE MY OF FAYETTEVILLE,ARKANSAS
To: Mayor Lioneld Jordan
Thru: Fayetteville Water and Sewer Committee
Don Marr, Chief of Staff
David Jurgens, Utilities Director
From: Shantou Jones, Utilities Engineer 5
Date: June 25, 2010
Subject: Staff recommends approval of Change Order No. 2 with Seven Valleys Construction Co., Inc, in the
amount of-$6,240.02, for the construction a 36-inch water main along Township Street. The change
order reconciles the contract to reflect actual quantities installed.
RECOMMENDATION
Staff recommends approval of Change Order No. 2 with Seven Valleys Construction Co., Inc. in the amount of
-$6,240.02, for the construction a 36-inch water main along Township Street. The change order reconciles the
contract to reflect actual quantities installed.
BACKGROUND
The total project relocating water and sewer lines is a result of the combined Arkansas Highway Department
(AHTD) and City widening of Crossover Road (Hwy 265) between Mission and Joyce, upsizing the existing
pipes and connecting a 36" transmission line. Work will include installing a 36" and 24" transmission main
along Crossover from Joyce to connect to the existing 24" main on Crossover at Mission and to connect to the
existing 36"main on Old Wire Road. This work will complete the eastern portion of the loop that was initially
constructed when the southern section of Crossover Road between Mission and Huntsville was widened by the
AHTD.
This is the first phase of the project and includes the installation of approximately 4,462 feet of 36-inch ductile
iron water main and related facilities along Township Street between Old Wire Road and Crossover Road.
DISCUSSION
The change order reflects actual quantities of materials installed to construct the 36-inch water Line fi-om Old
Wire Road to Crossover. Actual constructed quantities resulted in a net decrease of$6,240.02 from the original
contract price.
BUDGET IMPACT
The change order results in a net decrease of original contract expenditures for the W&S Relocations—2009
Bond Proceeds project budget.
irl�unnnwrGahou>ncvrcc(othL.ai ii I)(li9)`7t-�7 , �ae..y ���b �� ������ , ?.Jc,i vli,in.i.rfayettrvdl,'N %2701
W-S Committee Agenda Page 11
Change Order No, 2 Page I ul 2
RECONCILIATION CHANGE ORDER City Corn let 2091 Schedule
City Resolution it 157.09 Date 6/21/2010
City Project No 9018.0903
Project Name: To,snship Street 36-inch Water Main Location: Fayetteville,Arkansas
Owner: City ofFayettoville Contractor: Seven Valles Conslrucliou Co.,lire.
Address: 113 West Mountain Address: P.O.Box 88
Fayetteville,AR 72701 Cmsvillc,MO 65625
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO TI IE CONTRACT PLANS AND SPECIFICATIONS:
ITEM 41 DESCRIPTION DECREASE INCREASE
I Changc Order to reconcile construction quantities
Sec.Attached for Brcakdorwt -:66,2,10.02
TOTAL DECREASE AMOUN"1" 46,240.02
7'Ol At,INCREASE AMOUNT $0,00
NET CHANGE ORDER 46,240.02
ENGINEERS FINAL
CHANGE TO CONTRACT AMOUNT "TO"RAL AMOUNT ELIG131,13A(vl AUNT
Original Contract Amount $1,757,232.00 $ 757.232.00
Total Previous Change Or(len(s) 5,32.728.00 $3,3 728.00
Net Amount This Change Order $6_.240.02 -$6.240.0
TOTAL CON TRAC'1 ANIOUNTTO DATE $1783719.98 $1,783,71998
CHANGE TO CONTRACT CO3MPLETION DATE_
Original Completion Date
Previous Adjusted Completion Date _
(lncrease)(Decrease)This Change Order Calendar Days
NER'CONTRACT COMPLETION DATE:
RECOMMENDED: CIONS'TRUCR10N&CONTRACTMANAGER
✓J�y/n Cmsnvction Obscnze
13Y
SignaRne 'title Date
RECOMMENDED: McClelland Consulting En-gineers Etc.
/J Engineer
Sienature "I'idc Date
ACCEPTED: Seven Valleys Construction Co"file.
Cuntraaor {/(J�
Sie nunrc Tide Date
APPROVED: CITY OF FAYETTEVILLF
Owner
B Y:
Si"llmure Title Dace
W-S Committee Agenda Page 12
Breakdown for Change Order
Quantities
Item Description Adjust
Unit Unit Cost Original Adjusted +/-
I Act 291, 1993 Trench and Excavation Safety System LS $36,000.00 1 1 0.00
2 36" Ductile Iron Pipe,Class 350 with Double Polywrap LF $190.00 3778 3778 0.00
36" Restrained Joint Ductile hon Pipe, Class 350 with
3 Double Polywrap LF $218.00 684 684 0.00
4 8" Ductile hon,Class 350 with Double Polywrap LF $30.00 140 216 76.00
5 6" Ductile Iron,Class 350 with Double Polywrap LF $28.00 90 49 -41.00
6 36" Class 250B Butterfly Valve with Box EA $16,900.00 7 7 0.00
7 8"Gate Valve with Box EA $1,469.00 5 5 0.00
8 6"Gate Valve with Box EA $1,140.00 9 10 1.00
9 Three Way Fire Hydrant EA $2,650.00 8 8 0.00
10 Salvage Existing Fire Hydrant EA $1,000.00 1 1 0.00
11 Remove Existing Blowoff EA $1,000.00 1 0 -1.00
12 8"x 8" Tapping Sleeve,8" Tapping Valve with Box EA $2,800.00 1 0 -1.00
3 6"x 6"Tapping Sleeve,6" Tapping Valve with Box EA $2,100.00 1 1 0.00
14 36"x 36"Connection EA $5,000.00 1 1 0.00
15 Epoxy Coated Ductile h-on Fittings LB $6.00 16100 16966 866.00
16 36" x 8"Outlet EA $2,050.00 4 4 0.00
17 36" x 6"Outlet EA $1,575.00 4 4 0.00
IS 48" Bored Steel Casing LF $1,017.00 145 145 0.00
19 48" Direct Bury Steel Casing LF $220.00 40 40 0.00
20 16" Direct Buy Casing at Existing Sanitary Sewer LF $60.00 23 23 0.00
Remove and Replace 26-ft of 6" VCP Sewer with 6" PVC
21 Sewer,Connect 6" PVC Sewer to Existing Manhole LS $2,560.00 1 1 0.00
22 Concrete Tln ust Collar on 36" DIP EA $2750.00 2 2 0.00
8" Combination Air Valve Assembly Including Air Valve
23 Vault, Piping,Outlet on 36" Main EA $14,316.00 1 1 0.00
6" Combination Ah-Valve Assembly htcluding Air Valve
24 Vault, Piping,Outleton 36" Main EA $10,600.00 1 1 0.00
25 Asphalt Surface Restoration SY $90.00 25 25 0.00
26 Concrete Surface Restoration SY $37.00 5350 5042.82 -307.18
27 Concrete Sidewalk Restoration SY $30.00 45 86.74 41.74
28 Curb and Gutter Restoration LF S9.20 3120 2900 -220.00
29 Granular Fill TON $14.00 8400 5725.96 -2674.04
30 Trench Stabilization Materials TON $50.00 60 0 -60.00
31 Erosion Control LS $26,000.00 1 1 0.00
32 Install 24"of Red Hillside, 16' wide x 3112' long CY $18.00 3688 3783 95.00
33 Install 2" Air Release Valve EA $6,000.00 1 1 0.00
34 Replace Storm Drain Headwall and Inlet Box at Sta 44x20 EA $1,300.00 1 1 0.00
W-S Committee Agenda Page 13 '..
CITY COUNCIL AGENDA MEMO
Taywele—dii e MEETING DACE OF JUI,Y 20,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
AIiNAN5A5
To: City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director �In
Fayetteville Water and Sewer Com ttecIr
Date: July 1, 2010
Subject: Cost share agreement with Forest Hills Partners, LLC for in the amount of$135,000 construction of
the Broyles Ave gravity sewer line, and approval of a budget amendment accepting the funds
RECOMMENDATION
Staff recommends approval of a cost share agreement with Forest Hills Partners, LLC for in the amount of
$135,000 construction of the Broyles Avenue gravity sewer line, and approval of a budget amendment
accepting the funds.
BACKGROUND
The original contract provides for the construction of approximately 3,2 1 I linear feet of 15" to 18" gravity line,
flowing along Owl Creek, Persimmon Road, and Broyles Avenue to the new lift station at the intersection of
Broyles Avenue and Persimmon Road. Goodwin & Goodwin was the lowest of five bidders, with a bid that
was 59%of the engineer's estimate for the project.
DISCUSSION
This work is required to provide for needed sewer capacity for the upper Owl Creek basin, which includes the
forthcoming Forest Hills development between Wedington Drive and Persimmon Street. The City of
Fayetteville will be managing the construction though its current contract with Goodwin & Goodwin, Inc.
Forest Hills Partners, LLC has agreed to pay$135,000.00 towards the construction of the sewer line. Using the
existing contract will be significantly less expensive than putting this additional work out to bid. Staffs
estimate is that bidding the project as new work would cost at least an additional $75,000.
Staff is processing a change order is for tine construction of an additional 3,065 linear feet of 12" to 15"gravity
line along Persimmon Road from the Cross Keys development to the east side of the city property at the Boy's
and Girl's Club.
BUDGET IMPACT
Funds are available in the impact fee sewer project budget. A breakdown of the project costs are as follows.
City of Forest Hills Contingency
Change Order Cost Fayetteville Cost Partners Cost Remaining
$ 367,518.17 $ 232,518.17 $ 135,000.00 $ 45,000
WL-13 Cost Share CCMemo I July1 o.doc
W-S Committee Agenda Page 14
COST-SHARE AGREEMENT BETWEEN
CITY OF FAYETTEVILLE AND FOREST MILLS PARTNERS, LLC
This Agreement, made and entered into this day of_ 2010 by and between
the City of Fayetteville, Arkansas and Forest Hills Partners, LLC, Witnesseth:
WHEREAS,the City of Fayetteville is constructing upgrades to a sewer main identified
as WL-13, Broyles Road Gravity Main; and
WHEREAS,the City of Fayetteville will be upgrading an existing 8"sewer main to 12"
and t 5" sizes to serve the area along Persimmon Street east of Broyles Avenue and west of 1540;
and
WHEREAS,it will benefit Forest Mills Partners, LLC to upgrade this 8"sewer main to a
12"main. This upgrade will provide needed sewer capacity for the Forest Hills development.
NOW,THEREFORE,the City of Fayetteville and Forest Hills Partners, LLC agree as
follows:
1. Upon the City Council approving the Sewer Main Cost-Share, the City of
Fayetteville agrees to:
A. Provide the necessary and normal project management, inspection, and
testing as necessary for a complete and acceptable sewer main installation.
B. The estimated total cost of construction for the sewer main upgrade is
$367,518.17 as shown in the attached estimate of probable cost.
2. Forest Hills Partners, LLC agrees to:
A. Pay a lump sum cost of 5135,000.00 for the aforementioned sewer main
construction within thirty(30) days of the approval by the City Council of
this agreement,
3. It is further understood that the contract for construction is between the City of
Fayetteville and Goodwin & Goodwin, Inc. as Contractor and that Forest Hills
Partners, LLC has no contractual obligation with either the Contractor or RJN
Group as the Engineer. Forest Hills Partners, LLCS's only obligation shall be to
participate in a contractual agreement with a lump sum cost of$135,000.00 for
the sewer main upgrade.
4. Changes,modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
W-S Committee Agenda Page 15
I Medom of Information Act. City ol' hayencrillc contracts and documents
preparal cchile purfi)rmingcity contractual��'ork arc subject u)the r\rkansa,Pri�alom
of(nAnnation Act. Ifa Freedom ol'Inl'ornlmion Am rmpw is pwwmcd w the CJi
of Payette\i lie. Pollution Manm;cmeni, Inc,will do crolything possihic to provide the
docunxaus in a prompt and Iimely manncr:ls prl`$l'I'Ibed in the At 1C1111sas 1:1 cedom of
hllbrmationAc'I(A.C'-x §]i-19-101 ct.sap). Cnh'Icjrolh;authuhedphomcupying
costs pursuant to the FOIA may be assessed Im this compliallu
6. This conmucl most he nu�:tln'Oed under :Atk,lnsas I-mv.
1N AGR.[:EMPINT WITH AIA, TIIh: 'ITR:A1S AND CONDITIONS ABOVE, WE,
SIGN BI-A,OVV':
CITY CP FAYETTI?VIL.LE POhC:SI' I1II,LS PART NQRS, III'
BY
121
'MaYor i ionc.ld lordan John ��l�ibrd. \I m�!�I 1, Member
[CORPORATE SINAI_] CORPOR;\TE SITAL,)
a'rrrsr A I'TB I
W-S Committee Agenda Page 16
Estimate of Probable Construction Cost
WL-13,Broyles (toad Gravity Main, Sevver Main Upgrades
Item Description Contract
Unit Quandt Unit Cost Total Cost
1 Site Preparation,Clearing and Grubbing LF 3065 $1.50 54,597.50
2 Construction Staking LF 3065 $1.50 $4,597.50
3 Bypass Pumping LF 3065 $9.00 $27,585.00
4 Traffic Control LS I 510.000.00 $10,000.00
Trench Excavation and Backfill.0-8 Ft.
3 Depth LF 1829 $18.00 $32,922.00
6 Trench Excavation and Backlill.8-12 H.
Depth LF 1236 $22.00 527,192.00
7 S-Inch Gravity Sewer and Embedment LF 100 522.00 52,200.00
8 12-Inch Gravity Sewer and Embedment LF 2450 524,00 558.800.00
9 15-Inch Gravity Sewer and Embedment LF 615 $29.00 $17,835,00
10 48-Inch Dia.Std.Manhole,0-6 Ft. Deep EA 13 5200.00 $33.800.00
11 48-Inch Dia.Manhole Extra Depth.Over 6
Ft, Deep VF 39 5300.00 511.700.00
12 Remove Manhole EA 3 $800,00 $2.400.00
13 24"Steel Encasement LF 160 5175.00 528,000.00
14 30"Steel Encasement LF 10 $250.00 $2,500,00
15 Clay Dam EA 5 5500.00 $2,500.00
16 Sidewalk-Remove&Replace SY 725 545.00 532,625.00
17 1landicap Ramp EA 4 5800.00 53,200.00
18 Street Repair SY 100 $125,00 512,500.00
19 Seeding and Mulching SY 5387 52.50 $13,466.67
20 Solid Sod SY 3875 54.00 515.500.00
21 Curb&Gutter LF 200 530.00 56,000.00
22 Remove&.Reinstall Fence LS 1 $1,000.00 $1,000.00
23 Pavement Markings LS 1 $2.000.00 $2,000.00
24 '1 rench Safety LS I 510.000.00 510.000.00
25 Erosion Control LF 3065 53.00 $9,195,00
Contract Totals I 5367,518.17
W-S Committee Agenda Page 17
6 ! s 1
h ` '' � rte, s1.•I it ^J{ •
1
I �{I�'{rL�•�••� Iy.UFtl'I 1 b•n,r�ryy �_� q • t ^
1'
..�,Auj
Id
•S 'l J 'f(lajl � 1,
� ® t
f[ `
. 3 �,' i•a _.� � �i �.
B. L� •� _ � ryt v . :
I V at
�kY E
4.:j I 1
' �y'tYn 1 .:-J arf 7.. i'13 Rav'va }� ..,i: • �+:� ,s
. S"\'� -.1 '' I �A � �^ rte t ' .� a ''�:y'(�`I"•r1, ���'- ' `
! ._ y Y � ?' �to:� •!q ¢pp i
RR *t• rl Y
tea �i 1 j .: � a•,y 17��- S � r!�" %.-1 t.
6�.
_ '�:.. l.r ^I�}l•'�'` 4. a��.Y�Y,a i ' $ 4 � N.vtn .
R ^� >I'i•'`t`5� -: If r6'�' ( gK �' � •' t fyb.i v"T✓j +.
di
CITY COUNCIL AGENDA MEMO
aye ee MEETING DATE OF JUI,Y 20,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
A RKANSA$
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Committee
Date: July 1, 2010
Subject: Change Order 1 to the construction contract with Goodwin & Goodwin, Inc. for$367,518.17 for
Broyles Ave gravity sewer construction, maintain the existing$45,000 project contingency, and
approve a budget adjustment for$232,518.17
RECOMMENDATION
Staff recommends approval of Change Order I to the construction contract with Goodwin & Goodwin, Inc. for
construction of the Broyles Ave gravity line for$367,518.17, maintain the already approved $45,000 project
contingency, and approve a budget adjustment for$232,518.17.
BACKGROUND
The contract provides for the construction of approximately 3,211 linear feet of 15" to 18" gravity line, flowing
along Owl Creek, Persimmon Road, and Broyles Avenue to the new lift station at the intersection of Broyles
Avenue and Persimmon Road. Goodwin & Goodwin was the lowest of live bidders, with a bid that was 59% of
the engineer's estimate for the project.
DISCUSSION
The change order is for the construction of an additional 3,065 feet of 12"to 15"gravity line along Persimmon
Road from the Cross Keys development to the east side of the City property at the Boys and Girls Club.
This work is required to provide for needed sewer capacity for the upper Owl Creek basin, which includes the
forthcoming Forest Hills development between Wedington Drive and Persimmon Street. The City of
Fayetteville will manage the construction though its current contract with Goodwin & Goodwin. Forest Hills
Partners, LLC has agreed to pay$135,000.00 towards the cost of the sewer line; the cost share agreement is
presented in a separate Council request. Using the existing contract will be significantly less expensive than
putting this additional work out to bid, which staff estimates would cost at least an additional $75,000.
BUDGETIMPACT
Funds are available in the sewer impact fee fund and project budget. The attached budget amendment for
$232,518.17 transfers funds from the sewer impact fee fund to the water/sewer fund.
Change Order City of Forest Hills Contingency
Cost Fayetteville Cost Partners,Cost Remaining
$ 367,518.17 $ 232,518.17 $ 135,000.00 $ 45,006-
WL-13 COI CCMemu IIl11y10.d00
W-S Committee Agenda Page 19
ayMe d le
Change Order No. I Page I of 2
CONTRACT CHANGE ORDER City Conlruct It 2123 Scherlole
City Rcsoulrion 11 45-10 Dare 6/30/2010
City Project No.: 02133-0701
Project Name: Broyles Road Gravity Main,WL-13 Location: Fayetteville,Alt
Owner: City of Fayetteville Contractor: Goodwin&Goodwin,Inc.
Address: 113 W.Mountain Address: 3543 Free Ferry Rd.
Fayetteville,AR 72701 Fort Smith,AR 72903
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE C'ONTRAC'T PLANS AND SPECIFIC'AT'IONS:
ITEM h DESCRIPTION DF:C121;ASfi INCREASE
I Change order to install 3,065'of 12-inch and 15-incl:sewer
main,replacing an existing&inch sewer stain along
Persimmon.
See Attached for Cost Breakdown S367,518.17
-I OTAL-DECREASE AMOUNT' 50.00
TOTAL INCREASE AMOUNT' 5367,518.17
NET CHANGE ORDER $367,518.17
ENGINEERS FINAL
CHANGE TO CONTRACT AMOUNT TOTAL AMOUNT ELIGIBL1 AMOUN"f
Original Contract Amount 5433.005.00 $43-3,005.0(
Total Previous Change Ordens) YLQQ .q
Net Amount This Change Order $307.518.17 5367,518.17
TOTAL CONTRACT AMOUNT TO DATE $800.523.17 5800.523.17
CHANGE TO CONTRACT COMPLETION DA'Z'E:
Original Completion Dale September 25,2010
Previous Adjusted Completion Date
(hsroase)(Decrease)This Change Order 60 0flendat Days
NEW CONTRACTCOMPLETION DATE: November 24,2010
RECOMMENDED: City of Faycltcci lie
C/o'nstru litxyI Observer11.1 J
BY: J,y�, I - ali. CONST W CI ION c(ONl,aunt.
Sigg :sure Tills ale
RFCOMMEN'DED: RJN
Engineer
/ / ' Q p
Signature Tille Dare
ACCEPTED: Goodwin G Goodwin,hte.
Contractor
BY: %]] � � .. (
_z� o /d
Sign:aurc Title Date
APPROVED: CITY OF FAYEI"I'EVILLE
Owner
BY: Mayor
Si onature Title Date
W-S Committee Agenda Page 20
Cost Breakdown for Change Order
Item Description
Contract
Unit Quantity Unit Cost 'ibtal Cost
28 Site Preparation,Clearing and Grubbing LF 3065 $1.50 $4,597.50
29 Construction Staking LF 3065 $1.50 $4„597.50
30 Bypass Pumping LP 3065 $9.00 $27,585.00
31 Traffic Conuol LS 1 $10,000.00 S 10,000.00
32 Trench Excavation and Backfill,0-8 Pt.Depth Lh' 1829 $18.00 $32,922.00
33 Trench Excavation and Backfill,8-12 PL Depth LF 1236 $22.00 $27,192.00
34 8-Inch Gravity Sewer and Embedment LF 100 $22.00 $2,200.00
35 12-Inch Gravity Sewer and Embedment 1.P 2450 $24.00 $58,800.00
36 15-Inch Gravity Sewer and Embedment LP 615 $29.00 $17,835.00
37 48-Inch Dia.Std. Manhole,0-6 Pt. Deep EA 13 $2,600.00 $33,800.00
38 48-Inch Dia.Manhole Extra Depth,Over 6 Pt.Deep VF 39 $300.00 $11,700.00
39 Remove Manhole EA 3 $800.00 $2,400.00
40 24” Steel Encasement LF 160 $175.00 $28,000.00
41 30" Steel Encasement LP 10 $250.00 $2,500.00
42 Clay Dam EA 5 $500.00 $2,500.00
43 Sidewalk-Remove&Replace SY 725 $45.00 $32,625.00
44 Handicap Ramp EA 4 $800.00 $3,200.00
45 Street Repair SY 100 $125.00 $12,500.00
46 Seeding and Mulching SY 5387 $2.50 $13,466.67
47 Solid Sod SY 3875 $4.00 $15,500.00
48 Curb&Gutter LP 200 $30.00 $6,000.00
49 Remove&Reinstall Pence LS 1 $1,000.00 $1,000.00
50 Pavement Markings LS 1 $2,000.00 $2,000.00
51 Trench Safety LS 1 $10,000.00 $10,000.00
52 Erosion Control LF 3065 $3.00 $9,195.00
Contract Totals $367,518.17
W-S Committee Agenda Page 21
n CITY COUNCIL E OV,UA n2►EMO
1111 PINGDAICOI� IULY20,2(110
TNF CI LY OF t AYE TTEVILI E,ARKANSAS
Ta vy! ee
naKn sns
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief ofStaff'
From: David Jurgens, Utilities DirectorJ�
Fayetteville Water and Sewer Conu �ttcc
Date: June 28, 2010
VI
Subject: Resolution approving a contract extension with luSlttlibrm Technologies, Inc. for cured-in-place
sanitary sewer linings.
RECOMMENDATION
Fayetteville City Administration recommends renewal of the construction contract with Insituform
Technologies, Inc., and approving an authorization totalling $330,000.00, for sanitary sewer lining services.
This contract will provide services for 2010 and is included in the Sanitary Sewer Rehabilitation project within
the proposed Fiscal Year 2010 Budget.
BACKGROUND
On April 16, 2008 the City of Fayetteville accepted sealed competitive bids for sanitary sewer main line and
service lateral lining services with Insituforin Technologies submitting the successful bid proposal (see attached
materials). The bid schedule includes specific unit prices for various items of work; with the sanitary sewer
rehabilitation program then using the pricing to complete the annual rehabilitation program. The exact needs of
each rehabilitation activity cannot be explicitly defined until the final design is completed, hence the unit price
bid schedule is used to correlate costs to final project scopes.
DISCUSSION
The direct contracting with Insituform Technologies allows the City of Fayetteville to execute its sanitary sewer
rehabilitation program effectively and efficiently. It is effective as the administrative delays and costs are
minimized due to the annual contract and pre-established pricing. Pipes being lined under this contract are
either identified by City forces through normal maintenance operations or by consultants executing Sanitary
Sewer Evaluation Studies. Either way, engineering and administrative costs are held to a bare minimum as
formal plans and specifications are not required. This work is an integral part of the City's ongoing program to
maintain its sewer system in the most long-term yet cost effective fashion, with cured-in-place linings being by
far the lowest cost strategy for applications where it is appropriate.
BUDGETIMPACT
Funds are available in the 2010 Sanitary Sewer Rehabilitation Project budget.
'[alc(ou) tl1' itiom lhvice for 11)1 lk',f I(A)(4 19521-1316 114WestMountain-Faytttcall'.,AF 72701
Insimlbrnt Conti-act Rcnmval-CC-2010.doc
W-S Committee Agenda Page 22
4.0 BIDDER'S PROPOSAL
4.1 ITEMIZED DESCRIPTION OF BID PRICING
TO: City of Fayetteville
Fayetteville, Arkansas
GENTLEMEN:
The undersigned bidder, having examined the specifications and contract documents, and
being fully advised as to the extent and character of the work, propose to furnish all
equipment and to perform all labor and work necessary for the completion of the work
described by and in accordance with the specifications and contracts for the following
prices to wit.
Item Approx. Unit Price
No. Item Description otx Unit In Figures Total
6" x 4.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
1 mainline, complete in place
I kZTV SIX AIJt�l rrrl �b 3500 LF
gi:TY c e>
8"x 6.Omm trenchless rehabilitation
by CIPP of existing sewer pipe
2 mainline, complete in place
'WARTY Two dollars 1 1500 LF $ 32•(go $ C 000. <50
ZEik� Cr,`uTg
10"x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
3 mainline,complete in place
TRIZjY Foul. dollars e 500 LF $ 3l•00 $ ()00, C)0
ZCRo ccuvj --
12"x 6.Omm trenchless rehabilitation
by CIPP of existing sewer pipe
4 mainline,complete in place
fO(ZTY TWd dollarst 500 LF $ L4?-C70' $ ?-14 C>00 •O0
Z6'Ro Cc>uT�
W-S Committee Agenda Page 23
Item Apprgx, Unit Price
No. Item Description Qty_ Unit InhigSues Total
15"x 7.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
5 mainline,complete in place
FleN leyeti dollars 100 Lr $ Scx�. �o
UFO — ---� - --- -
18" x 9mm trenchless rehabilitation
by CIPP of existing sewer pipe
6 mainline,complete in place
%EUTY VR.CC dollars 100 LF $ 3Q0 . Ocl
Z.e9A W-9
Internal reinstatement of Service
7 Laterals
6N6 cew( •4e4ars 60 EA $ of
Trenchless rehabilitation by CIPP of
8 existing 4" Service Lateral
Two 77�ouSAA1D _ dollars 30 EA $ ZOOO.Oo C)O 00
zepR Ceur!7 -
Standard Mobilization(within 15
9 working days)
7�66 mu5mat> dollars 2 EA $ Z600•00 $ 060. 0y
zan cEur5
Emergency Mobilization(within 3
10 working days)
( en 7rfau5AN9 dollars 1 EA $ S«D0,00 $ j/000. 00
4:44, ctw5
CIPP Point Repair,6"- 12"
I 1 Diameter, 10 LF
OW T'/-buS'.Mp dollars 5 EA $ JOW.c>0 $ ppp , op
4foo r@'NI> .
W-S Committee Agenda Page 24
TOTAL BID AMOUNT $- Z`IS 750. (90 _
Two NUUD)te� tJwrY. ElkN�_ faUSwR SEVE�J lauu��2eD 1 r>7`( .t>t1JP 5�X7Y CC�r�
(In Writing)
The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary
sewer mainlines throughout Fayetteville, Arkansas and that the City here may choose to purchase more,
less, or none of the rehabilitation, depending upon its needs. The City is under no obligation to purchase
a minimum amount of any item awarded. This contract is generally for miscellaneous and unidentified
rehabilitation of sanitary sewer mains and service connections using the cured-in-place pipe method.
The bidder understands that the City reserves the right to reject any or all bids, and to waive informalities in
the bidding.
The undersigned further agrees that the proposal guaranty may be retained by the City of Fayetteville,
Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said
proposal guaranty shall remain with the City until the contract has been signed, and the bond required for
the faithful performance of the contract has been made by one of the lowest responsible bidders; otherwise,
proposal guaranty may be obtained from the City after forty-eight hours from the time of opening of the
bids.
The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive
at an intelligent estimate of the cost of doing the work, and has carefully examined the specifications and
documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no
representation made by the City are in any sense a warranty, but are mere estimates for guidance of the
CONTRACTOR.
Upon receipt of notice of the acceptance of the bid, we will execute the formal contract attached in
quintuplicate,within ten days,and will deliver a Surety Bond for the faithful performance of the contract, and
such other bonds as may have been required in the specifications. The bid security attached in the sum of
5%of the greatest amount of the total bid is ($5%) is to become the property of the City if a cashier's check,
and if a bond, the principal amount shall be paid to the City of Fayetteville, in the event the contract and
bond are not executed within the time set forth, and to be considered as liquidated damages because the
delay and additional work caused thereby are incapable of accurate ascertainment.
RESPECTFULLY SUBMITTED : //Insituform Technologies, Inc.
Bidder -�:y_ �� Seal If bidder is a corporation)
SIGNATURE AND TITLE
H. Douglas Thomas
V.P.-Global Procurement/Ops.Suppo t
SIGNATURE AND TITLE
Business Address 17988 Edison Avenue
Chesterfield, MO 63005
Telephone Number 636-530-8000
FAX Number 636-530-0751
Arkansas Contractors License Number 0072030409
NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. Fill Bid Form in with ink and
submit complete with all other papers bound in this document
W-S Committee Agenda Page 25
5.0 CONTRACT AND BOND DOCIJMENI'S
5.1 AGREEMENT
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD
THIS AGREEMENT, made This _C�0`_k day of_- ��, 2008, by and between the City of
Fayetteville, Arkansas, and V
Insituform Technologikesz
doing business as a Corporation, Hereinafter called "Contractor
WITNESSETI I: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence and complete the projects selected for rehobilitation under this Term
Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in
accordance with the conditions and at the prices stated in the Bid Proposal which are a part of
these Contract Documents attached hereto and made a part 1-iereof.
2. The Contractor will furnish all materials,supplies, tools, equips lent, labor, and other services necessary
for the construction and completion of the projects selected for rehabilitation.
3. The C:ontracfor will commence the work required under this term maintenance contract for the
rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timely manner as
projects are selected.The Contractor shall furnish City of Fayetteville a limeline for each project as
preparation for the work begins.
4. The iirneline for this contract shall end December 31,2008. Upon approval of the City of Fayetteville,
the contract may be extended on a yearly basis for up to four years,through December 31, 2012,
5. The Contractor shall be entitled to receive up to Three Hundred Thousand Dollars ($330,000). City
of Fayetteville is under no obligation to purchase a minimum amount of any iters awarded and
City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending
upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of
sanitary sewer mains and service connections using the cured-in-place pipe method, The City of
Fayetteville will pay the Contractor in the manner and at such times as set forth in the General
Conditions such amounts, as required by the Contract Documents.
6. The Contractor agrees to perform the wok described in the Contract Documents and comply
with the terms therein for fhe amounts shown in the Bid Proposal.
7. The term "Contract Documents" means and includes the Advertisement for Bids, Information for
Bidders,Technical Specifications, Bid Proposal, Agreement, General Conditions, Performance
Bond, Payment Bond, Notice of Award, Notice to Proceed, Change Orders and Addenda
prepared or issued by the City of Fayetteville.
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
W-S Committee Agenda Page 26
9. It is mutually agree<a that should ii appear to the City of FayetIeville of to the Authorized Agent in
charge,at any time during the existence of this Contract. Thai the surelios on the Contractor's
bond have become insolvent, bankrupt, or otherwise financially unable to protect the City of
Fayetteville under the torms of the Contract, the City of Fayetie-vitle may demand the Contractor
furnish additional security in some approved surety company satisfaclory to the City of
Fayetteville.The acts of the City of Fayetteville or the Agent with reference to dernanding new or
additional security shall never be construed to relieve the original sureties of their obligations
under the contract, or to relieve the Contractor. The City of Fayetteville may slop performance
under the Contract until additional security has been furnished by the Contractor, and the City of
Fayetteville shall in no case be liable to the Conlroctor on account thereof. In the event of the
refusal or failure of the Contractor to comply with the demands of the City of Fayetteville with
reference: to furnishing additional security, the City of Fayetteville may exercise its right as
provided herein to stop all payments under the Contract and to arrange for completion of the
Contract requirements obligating the Contractor for any and all additional expenses incurred.
10. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed
without a prior formal contract amendment approved by the Mayor and the City council in
advance of the change in scope,cost or fees.
11, City contracts and documents prepared while performing city contractual work are subject to the
Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et.
seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly
authorized officials, this Agreement in four (4) counterparts, each of which shall be deemed an original
on the date first above written.
THE CITY OF FAYETTEV -LE �afluannrhn
o�
L p\'(Y O,c , A
QY
Attest:-- � /My��° •a
Title: Mayor Title: ;FAYETTEVILLE*-
1 13 West Mountain Street
z'•
Fayetteville, AR 72701
s !kA NSI •J
dd�°y,NGT'ON C"o'
'�aunaroauv�
CONTRACTOR:
By: f --- _._ "Aifest: ._ -- .
TT.'Doug s TtTSmas Joan Smith
Title:V.P.-Global Procurement/0ps. Support Title:--,_. utractinz & Attesting Officer
Company__Insituform Technologies, Inc. (Corporate Seat)
Address 17988 Edison Avenue
Chesterfield, 10 63005
'If a corporation, the Secretary of the Corporation should Attest.
W-S Committee Agenda Page 27
2008 CIPP BidTabulation
April 16, 2008 al 2:00 p.m.
btsitullorm Technolagics SnnceaS1 Inllnstrucaure
Item
Almrrmx- Unit Price In Unit Price In
No Rui Description QtY Unit F Stucs Total Pfeures "total
6"x 4.5mm trenehless rehabilitation by CIPP
I of existing sewer pipe mainline,complete in
place 3500 LP $ 36.50 $ 127,750.00 .$ 30.60 $ 107,100.00
8"x 60nun trenehless rehabilitation by CIPP
2 of existing sewer pipe mainline,complete in
place 15001 LF $ 32.00 $ 48,000.00 $ 30.301 $ 45,450.00
10"x 6.0mm Uenchless rehabilitation by CIPP
3 of existing sewer pipe mainline,complete in
place 500 LF $ 34.00 $ 17,000.00 $ 31.00 $ 15,500.00
12"x 6.0mm trenehless rehabilitation by CIPP
4 of existing sewer pipe mainline,complete in
dace 500 LF $ 42.00 $ 21,000.00 $ 32.80 $ 16,400.00
15"x 7.5mm trenehless rehabilitation by CIPP
5 of existing sewer pipe mainline,complete in
lace 100 LF 1 $ 57.00 $ 5,700.00 $ 50.00 $ 5,000.00
18"x 9mm trenehless rehabilitation by CIPP
6 of existing sewer pipe mainline,complete in
Ince 100 LF $ 73.00 $ 7,300.00 $ 60.50 $ 6,050.00
7
Internal reinstatement of Service Laterals 60 EA $ 0.01 $ 0.60 $ 15000 $ 9,000.00
8 Trenchless rehabilitation by CIPP of existing
4"Service Lateral 301 EA 1$ 2,000.00 $ 60,000.00 $ 2,900.00 $ 87,000.00
9 Standard Mobilization(within 15 working
days) 2 EA $ 2,000.00 1.$ 4,000.00 $ 2,500.00 $ 5,000.00
10 Emergency Mobilization(within 3 working
clays) 1 EA $ 3,000.00 $ 3,000.00 $ 9,060.00 $ 9,060.00
II
CIPP Point Repair,6"- 12"Diameter, 10 LF 5 EA $ 1,000.00 $ 5,000.00 $ 3,320.00 $ 16,600.00
Total Bid $ 298,750.60 $ 322,160.00
W-S Committee Agenda Page 28