Loading...
HomeMy WebLinkAbout88-94 RESOLUTIONMENNE- • • RESOLUTION NO. 88-94 A RESOLUTION APPROVING AN AGREEMENT WITH THE UNIVERSITY OF ARKANSAS FOR A SEWER STUDY AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 1 TO THE ENGINEERING CONTRACT WITH RJN GROUP, INC. TO INCLUDE THE UNIVERSITY OF ARKANSAS SEWER STUDY. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Council hereby approves an agreement with the University of Arkansas setting forth provisions for a sewer study. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council hereby authorizes the Mayor and City Clerk to execute Amendment No 1 to the engineering contract with RJN Group. Inc. to include the University of Arkansas study in the amount of $73, 858.59 and maintain the current project contingency of $36,804.00. A copy of the change order is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 2nd day of August , 1994. ATTEST: /A• By: �,, :" , J './ Traci Paul, City Clerk APPROVED: By: .. w% Fred Hanna, Mayor FAYETTEVR LF THE C TY OF FAYETTEVILLE. ARKANSAS • DEPARTMENTAL CORRESPONDENCE To: Fayetteville Mayor and City Council Thru: Kevin Crosson, Public Works Director Don Bunn, City Engineer c ) 1^ � II From: David Jurgens, Water/Sewer'L/41,!,Irr Date: July 22, 1994 I 1 Re: Agenda Request- August 2 Council Meeting, Sewer Rehabilitation Agreement Between University of Arkansas and City of Fayetteville, and Change Order 1. Background. The sewer system in the University of Arkansas campus belongs in part to the University and to the City. Due to the interconnections, the City's lines cannot be investigated without also investigating the University's lines as well. These lines contribute a great deal of inflow and infiltration which contribute directly to several downstream overflows. After 18 months of negotiations, we have reached an agreement with the University to have these systems studied in conjunction with City projects in these areas. 2. Contracting Method. The City will have the contracts with the Engineering firm, and the University will pay the City the cost for work performed on the University systems. Thus, contract management will all remain with the City, which will ensure a consistent and quality study while the University pays for their share. 3. City Projects Affected. This work will be performed in conjunction with two City projects which already have executed contracts: White River minisystem 18B/C rehabilitation and Illinois River basins 12-14/17/20-22 rehabilitation. Both contracts are with RJN Group. 4. Changes in Contract Prices. Current contracts, as approved, will experience minor net cost changes, as shown below. These net cost changes add only what the City will have to pay; University costs are deducted. The University area investigation was included in the original Illinois River basins 12-14/17/20-22 contract; there is a change order (attached) to add the work to the White River minisystem 18B/C. Net Effect on Contract Cost Project Change Illinois Basins 12-14/17/20-22 White River minisystem 18B/C Net Cost to City - $ 7,512.00 + 11,903.49 + $ 4,391.49 L • • • 5. Intergovernmental Cooperative Purchasing Agreement with University of Arkansas. The agreement with the University is their committment of $$69,552.53 plus a 10% contingency of $6,955.25 for their share of the sewer study work which will be performed on their system. 6. Minisystem 18B/C Change Order. The change order for the work in the Minisystem 18B/C area is for $73,858.59, of which $11,903.49 is City system work and $61,955.10 is University system work. As this work is not associated with the minor changes for which contingency funds are approved, this change order approval should not affect the contingency funds of $36,804 which was approved with the original RJN Group Engineering contract. The contingency fund should remain intact for the project. 7. Timing. If possible, we should try to execute the work during the August break between classes. The study will involve smoke, dye and television tests and numerous building and manhole inspections. 8. Staff Recommendation. The Staff recommends approving the contract with the University of Arkansas; approving the associated change order to the Engineering Contract to RJN Group, Inc. in the amount of $73,858.59; and maintaining the minisystem 18B/C contingency at its current amount of $36,804. Enclosures: Agenda Review Request Proposed Contract with University of Arkansas RJN Group Proposed Change Order, Minisystem 18B/C RJN Group Original Contract, Minisystem 18B/C XS1B-13.➢6P • • Amendment No. 1 WHEREAS, on the first day of March, 1994 the City of Fayetteville, Arkansas and RJN Group, Inc. made and entered into a contract for Engineering Services for Sewer Improvements in Mini System 18 B/C of the White River Watershed and WHEREAS, it has become necessary to expand the engineering service contract covering the Project and WHEREAS, the City of Fayetteville and RJN Group, Inc. desire to amend said Contract, so as to include therein the necessary scope of work; NOW THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That the City of Fayetteville, a municipal corporation situated in Washington County, Arkansas, hereinafter called "City" and RJN Group, Inc. hereinafter called "Engineer", hereby make and enter into the following agreement: The March 1, 1994 contract between the City of Fayetteville, Arkansas and RJN Group, Inc. is hereby amended to include additional services required to investigate the Phase I/II University of Arkansas Wastewater Collection System as identified in the Engineer's Proposal dated May 9, 1994. The scope of services for this portion of the Project is included in Exhibit A, attached hereto and made part of this amendment. The contract entered into on March 1, 1994 is hereby amended by increasing the cost not -to -exceed ceiling in Section V, Fees and Payments to $441,899. A breakdown by unit cost for the additional services included in this Amendment No. 1 is included in Exhibit B, attached hereto and made part of this Amendment. All other provisions, covenants, recitals, terms and conditions of the Contract, which are not expressly amended herein, shall remain in full force and effect. • Exhibit A WORK PLAN • This section is a detailed description of the Work Plan that would be implemented for this portion of the project. Specific work items were developed based on our understanding of the project needs, our familiarity with the City of Fayetteville's wastewater collection system, and our experience with many other similar projects. The current sewer system in the University of Arkansas campus is estimated to contain approximately 60,585 linear feet of sewer and 297 manholes. Approximately 42,700 linear feet of sewer and 223 manholes are owned and maintained by the University of Arkansas while 17,885 linear feet and 74 manholes are owned and maintained by the City of Fayetteville. This project will include investigation of approximately 40,000 linear feet of University of Arkansas owned sewer and 8,365 of City owned sewer identified as the Phase I and Phase II Study Area in the Engineer's proposal dated May 9, 1994. The remainder of the system is being investigated as part of the Illinois River Watershed Phase II Sewer Improvement Project. The purpose of this project is to identify sources of Infiltration/Inflow (I/I) that is entering the wastewater collection system and contributing to overflowing manholes during wet -weather periods. The study will include comprehensive manhole inspection, dual blower smoke testing, dyed water flooding, television inspection, building inspection, and data analysis and reports. The scope of services is further described in the following sections. Phase I/II Work Plan Phase I/II I/I Reduction Study Major phases of the work program for Phase I/II are listed below with work item details shown on the following pages. A-1 • • Item I - Project Initialization, Administration, and Management Item II - Physical Survey Item III - Rainfall Simulation Item IV - Interim Report/Cleaning and Internal Television Inspection Item V - Analysis and Report The Phase I/II Work Plan for the City of Fayetteville includes all the necessary engineering, planning, and survey work for evaluating the Phase I/II University of Arkansas and City of Fayetteville sewer system as defined in the Engineer's May 9, 1994 proposal to the City. Item I. Project Initiation, Administration, and Management A. Project Initiation 1. Review all existing materials, reports, etc., as needed for the study and developed for or by the City and provided by the City. 2. Meet, initially, with the City staff and University of Arkansas staff to give briefing on the investigation strategy and to introduce key personnel. B. Project Administration 1. Meet with City/U of A staff on a periodic basis to update previous investigative work, to coordinate upcoming work, and to receive any input from staff. 2. Perform general consultation with representative City/U of A staff on an as -needed basis. Provide general overview opportunities for City personnel for observing regularly scheduled field inspection and testing activities. 3. Perform administration and coordination of television inspection subcontractor including, but not limited to, contract finalization, performance coordination, and payment request verification. Item II. Physical Survey A. Below Ground Manhole/Visual Pipe Inspection The below ground manhole/visual pipe inspections will begin immediately after Item I project initialization. For the purpose of the cost estimate it is assumed that 248 manholes in the Phase I/II Study Area will require inspection. A-2 1 Perform comprehensive internal manhole and visual pipe inspection for manholes in the study area. Any manholes exposed or made accessible by the City or University within 60 days following notification by the Engineer will be inspected. 2. Input below ground/visual pipe inspection data to project computer files, assign flow rates, obtain output reports for I/I sources, I/I flows, and I/I rehabilitation costs. Item III Rainfall Simulation A. Smoke Testing For the purpose of the cost estimate it is assumed 100 percent of the wastewater collection system in the Phase I/II Study Area will require smoke testing. 1. Area resident inquiries will be handled by the City/ University of Arkansas. 2. Distribute smoke notices prior to performing field testing work in areas to be tested. Flyers will be distributed no more than five working days prior to the actual performance of the smoke testing. If weather conditions prevent smoke testing within this time frame, flyers will be passed out again. Notices will be provided by the Engineer. 3. Perform dual blower smoke testing with partial plugging of all sewers. Estimated 48,365 linear feet. 4. Input smoke data to computer files, obtain reports for potential cross connections or main sewer defects and develop recommendations for dyed water flooding. S. Dyed Water Flooding 1. Select locations for dyed water flooding based primarily on smoke testing results with supplemental locations based on the building inspections program. 2. Perform dyed water flooding on selective storm sewer sections; suspected overflows, stream and ditch sections, and other ponding areas in the public sector that may be contributing to inflow. It is estimated that 15 locations in the public sector will be dyed water flooded. A-3 • • 3 Perform dyed water flooding in private sector (drains, downspouts, etc.) with prior notification of the resident. It is estimated that 15 locations in the private sector will be dyed water flooded. 4 Input dyed water data to computer to obtain reports for cross connections and estimated flows. IV. Interim Report/Cleaning and Internal Television Inspection A. Interim Report 1. Perform analysis of dyed water data and smoke test data, for internal television (TV) inspection recommendations. 2. Prepare brief interim report summarizing the justification and locations of sewers to be TV inspected. Submit and discuss report with City/ U of A staff. B. Selective Clean and Television Inspection 1. Light Cleaning and TV inspection of selected sewer lines to be performed by subcontractor to Engineer with an Engineer's representative on location to observe the work and record the inspection data. It is estimated that approximately 6,000 linear feet will be cleaned and internally inspected as a result of dyed water flooding results. 2. Perform concurrent dye water flooding at selected locations during TV inspection. Item V. Building Inspection 1. Perform interior and exterior inspection of all buildings with basements on the U of A campus to determine if any sump pumps, area drains, or downspouts are connected to the sanitary sewer system. A total of 70 buildings are assumed in the cost estimate. Item VI. Analysis and Report 1. Prepare and submit a brief letter report, including, but not limited to: a. I/I investigation and findings. A-4 • • b. Recommendations for cost-effective rehabilitation of both public and private I/I sources in priority order, cost estimates by individual rehabilitation type, and estimated I/I reduction as a result of the recommendations. c. Submit ten (10) copies of "draft" rehabilitation report to City of Fayetteville and University of Arkansas for review and comment and provide a presentation of results and recommendations. d. Prepare "final" report based on review comments and submit to the City. Ten (10) copies of this report will be submitted to the City. A-5 • Task Description Exhibit B Compensationl/ Quantity • Unit Cost • Total Cost • Phase I/II U of A Administration Manhole Inspection Smoke Testing Dyed Water Testing TV Inspection Building Inspection Data Analysis/Report Subtotal Phase I/II City Administration Manhole Inspection Smoke Testing Dyed Water Testing TV Inspection Building Inspection Data Analysis/Report Subtotal 1 210 40,000 25 5,000 70 1 1 38 8,365 5 1,000 EA EA LF EA LF EA EA EA EA LF EA LF LS $55.31/EA $0.317/LF $ 280/EA $ 3.25/LF $ 85/EA LS LS $55.31/EA $0.317/LF $ 280/EA $ 3.25/LF 0 EA $ 85/EA 1 EA LS $ 1,000.00 $11,615.00 $12,680.00 $ 7,000.00 $16,250.00 $ 5,950.00 $ 7,500.00 $61,955.10 $ 500.00 $ 2,101.78 $ 2,651.71 $ 1,400.00 $ 3,250.00 $ 0.00 $ 2,000.00 $11,903.49 1/ The Engineer shall invoice the City of Fayetteville on a monthly basis and shall provide an invoice detailing work performed on the U of A system and City of Fayetteville system separately. B-1 UN!V RSITY OF ARKANSAS Fay et1.ev=lle (Lonati:)n) • INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT Icon:actservrccsarenecessarybetause City of Fayetteville under EPA Administrative Order are required to eliminate all sewage overflows. The University of Arkansas discharges into city sewers and under City Ordinance we are to identify sources of storm water run off that discharges that create sewer overflows. C Were University employees or other State agencies considered fo: these services? ]f not, why? No. Testing and inspection of .tnderground sewer lines requires specialized methods and procedures. E. Theq_aMicabonsofincrvduato:frmselecteda:cCity of Fayetteville conducted interviews and selected consulting engineering firm to perform evaluation of city sewer system. IV. W at was the method of p-ocurement choscn0 ;is' ceher con razcrs mi:d to subrrut proposa's and ame nt of each bid nore. why? List reason for not selecting rowest bid This work would be performed under City of Fayettevfl e contract with consulting engineering firm. University of Arkansas w7:11 contract with City of Fayetteville due to the need for consistent data collection and integrating into City's overall plan of renediation. Departmertt _ Physical Platt Date June 15, 1994 Company/Center Number: (702 20621 00 0000 C ty Sewer ]nspectinn Company Department Function P-oject Conte: Nate JustficationBy W.Michael Siegler (Name) Apprc.re] Assoc. Dir. Design. & Utilities 6/15/94 Date, 6-/6 -9` - e of Dean, Director or appropriate official) (Date) • • • UNIVERSITY OF ARKANSAS Fayetteville (Location) 1NTERGOVENMENTAL COOPERATIVE PURCHASING AGREEMENT CONTRACT 1'O 1 DATES PAH IIL.S 'l is ag-eement :s entered .n:c on :he \101 NO (Day (Mona:) Fear) Agency Code 135 the Board o' T•,.s:ees cf the Lnrversiry cf Arka-sas of the State cf A-kansas hereinafter re'ened to as the University and .SS Nu-tbei _ o- Ted :I) Number Iwtveen City of Fayettevile (Contra icr Name; 113 West Mountain, Fayettevi! e, AR (Address) hereinafter referred to as the Contractor. '-om: A -GM 056 Hist be used •o assign Social Secun•s nurrbe•s and Federa ID rumbers ;o ne system and br attached to the contrail antes! ::revicssly estabisbed I. OBJECT; VE.S AND SCOPE A The University and Ccn:ractor agrc e that the ofrective and se ox 9! In‘ agreemen' a -e aescres d herein or In attach melts. if so notec Identify all sources of store water run off that contribute to overflow conditions of City of Fayetteville sanitary sewer. Scope of services are outlined under separate attachment totiis contract. AAtiac hme t Nos • B This co -tract does ; does not me ude ;.^c providin5 0' sennces 'o" data p-ocessng. manaceme-.t systems or telecommunications equipment planning or services (If so attach a dctai ed descnation of those se-v.ces to be prcvidc d ) til C ALCLIATich 1 COMP.c.'n' ATf n' for work to be accomplished under this agreement. the Contractor agrees to provde the ; ersonriei at the rates scheduled for each levet of consu:ting personnel as listed ht rerr. Caicu'arens of compensa: on and reimbursable expenses shal only be listed in th.s section If additional space .s required. a continuation sheet may be used as an attachment LEVEL Of COMPENSATION TOTAL FOR PERSONNEL NUMBER RATE IFVEL Iota compersa'.o-i exclusive of expense reimbursement REIMBURSABLE EXPENSES ESTIMATED ITEM (Specify) RATF OF (LIMB TOTAL 10% contingency $ 6,955.25_ Total compensaticn in( brave of retmounab e expenses (Cannot be exceeded without amendment to co -tract ) $ 69.552 - TOTAL 76,5C7.78 ore • in . 1 n m.., • • • IV SOURCL Q!- FUND CAA ;FUND CODL) 2 00 (`UND CODE) l reasury I unds Other 1..nds Source of f edera' Gran 1 ;. nds /35 :AGENCY) /35 :AGENCY) 1 53y ,' IAPPROP4IATION) 1A:'PROi'RLATION) a3RAN1(;R AGI_N(-s'i /o ((-11ARAc ER -1 4115) _ (CHARACTLRI V .RENDERINQ-OT (:QMPLNS.A i,G;s rhe rielhod(s) of rerdenng corpensaticn and/or evatual o- oc tahsiacicry• actuvement toward attainment o: the agreement listed herein is as follov., o- n attachment re._____ - to this agreement Periodic payments upon receipt of invoices. Certified as to acceptable ..ompletion of that portion of work. VI TERMS Thc term of this agreement wul twain cn 1 St coy of AUgUSt , 19 94 . arid. shall extend for a period of apprcximatety 120 actual working cays. and shall end on the Z�tb day of July . 19 95 . aro/or as agreec tc scparate:y in writing by both part:es, but in no event shat the dui-at:on of such contract be for lenge- than one ca.endar yea- Provded, however. that n the unusua' event that he best interest of the state would be served by a contract wine h exceeds one yea-, the Ch•el 17rscal Officer may approve such contract, having Irst rece ved revsew by the Legislat•ve Council or the Jo.nl Budget Committee Provided further that in no evert shall the initial term o' a contract extend beyond the erd of the current hienn:al rx•rod unless the General Assembly- pnor to the expiration o: the bicrn.al pen•,c makes ari appropriation 'or such purpose Tits contract is subject to al! of the p-ovsio-s of the Genera! A<cuu-tir, a -id Budgetary Procedures :aw• (Ac: 876 of 1973, as amended) Amendments to contracts lint req..re review by Legislative ro.,nct o• Joint Budge: Committee pnor 10 approval by L'ie Department of Finance and Aaministrahon if the original contact was reviewed by Legislative Council or ncir.t Budge: Committee and the amendment increases the dollar amount a-d/or extends the terms and/or involves mator chant( s :n the objectives and scope of the co -tract Amendments (to contracts that originals cid rot motive review by Letislat1Qe Council or Jan: Budge: Comm:nee) whic`- extend the duration of the contract for longer than 20 ac;ua working days and/or increases the total compensation to exceed the sum o[ $5000, shall -equire review by the Legislat•ve Council or ,Joint Budget Committee. ;her to :Fc app•oval of the Depalt..ent of Fria-ce ant Ad-itnis;•at.o- and Iv'orf r the exec:tten date o' the arendmert This contract may be terminated by eller part) :.pen 3C Cay wrtten notice Contractor agrees that the Lnivcrsity, or any of its ouly authorized representatives. shall '•lave access to and the richt to auei: and examine, any pertine-t books. documents- papers. and records of Contractor relatee 10 Contractor s charges and performance under this agreement Such-ecords shall it' epi by Contractor for a perod of three c3) years after final payment undo- this agreement Cont -actor agrees to refund the Jniversiy any overpayments disclosed by any such audit VII UNiVERS17Y/CONTRACTQR R SPQNSJB!L-, i Y A The University agrees to make available advice. course:- Data and personnel. etc - desalted rm-nedately below or in attachment no. to this agreement 13. The University representative who will act fort W. Michael Siegler (Name) e University :s coordinating work of this Contractor wit be Assoc. Dir. Design & Util. 575-8472 Title) ;'hone; C The Contractor agrees to list below, or en anachrreu: hereto. Eames and sexist srrunly lumbers of pc-son-.cl supplying services to the Lrrveeily at the time of to execution o' the contract. If the names are not known at the h-ne of execution of the contract, he Contractor wit snhn is the name or nares ane social security numbers as they become known. Such persons shall, for all purposes, be employees, or independent contractors operating under the control of the Contractor, and nothing herein shal be construct to eate an employment relationship between the University and the persons 'fasted below NAME SOCIAL SE R:TY NUMBER D The University shall exercise no marageral responsibilities over the Contractor or his employees In canying nut his contract it is expressly agreed that there is nc employment relationship between the contracting parties • • • Vlll CERTIF7CATION_OF CONTRACTOR "1, comfy ,rider penalty of (Contractor)• (Title) penury, to the best of my knowledge and belief no recula- f,Jl-ti-ne 01 part-time employee of any State Agency o' the State of Arkansae will receive any personal direct or indirect mo nctary benefits which would be c. violation of the law as a resit of the execution of this contract - Inhere the Cant-a..cr t., a wdcy-held public corporation, the :arm 'd nee' cr indirect monetary benefits' shat. not apply to any regular corporate d.sadcnds paio to a slock}clder o• said corporation who is also a State employee and w^n nws I>ss "an 'n- percert U 04) of the total outstaneng stock o' the contracting corporation IX EMPLOYMENT BY Ft STATE AGC.NCY 1, certify that I am not presently an employee of an Arkansas State Agency 1 have not been prevlous'y employed by a state agency foe the state cf Arkansas except as indicated below DATE CF EMPLOYMENT MAXIMUM AGENCY (FROMr'0; ANNUAL SALARY • X -ARCHITECTS AND DR ENGTNEER SERV CES The following ck.use appLes only to contract in which. the sen cos of architects cr engineers are requ.rec for construction, renovation, or repaid of bunjdrngs, fac:Lties, Cr ands owned cr operated by the State of Arkansas "In the evert the State of Arkansas tats to apprcpnate funds or make monies avatable `cr any biennial period covered by the ten -n of this contract for the services to be provided by the contra. -tor. this comae. shall be terminated on the last day cf L'nc las' biennial penod fo- which funds were appropnated or monies made available for such purposes. : his pr osis on shall not be construed tc aondge any ot.^er nght of ternuration the agenc, may .ave " XI AUTHORITY A This contract shall be governed by the laws of the Stara of Arkansas, as interpreted by the Attorney General of the State of Arkansas, ane shalt be in accordance with the intent cf Section 20 Act 876. of 1973 as amer.oed B Any legislation L'nat may be enacted subsequent to tic nate of this agreement which may cause all of any part of this agreement to be in conflict wth the laws of the Save of Arkansas will be riven proper consideration if and when this contract is renewed or extended- the contract wit tie altered to comply with the then applicable laws XI] CONDITION PRECEDENT TO PERFORMANCE A. Th.s agreemcr.t is subject to the condition that the lirmtersit9 wJ: not be obligated unit the Contractor Fas received a property ex -•n --led purchase omen prior tc per'ctmance of sonic. S:GNA rues i U •.-< i..G ! Lv1G. . CXNTRACtOR /VC .. 2" I TITT. %, 2• ti ADDRESS APPROVE:) D nririhuhon: (1; (2; 131 141 NEMO QI RD OF TRU iINIVERS-TY OF AS (DATE] Therms W. CTaprnan, Vice President ff•r Finance & Administrate- 1123 drrinisnabc- 1:23 5 crvcrs.ry Avenue. Sr is 60: LTJc Rock. Arkansas 72204 ADDRESS (SATE] (DEPARTMEST Of 1 N.A.NCE AN ; ADMINISTRATION Onsmal for Unnrryty Fust ropy 107 P -e -Audi Sector O'fi f o' Acca-,trvj. Dep: c rv+a:ur & Adren Second copy 'or Contractor Form PC 5 1 (Rev 10/92) rUnn*smy ;Trot rn Division) (DATE) • • • i-0 STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW (Change Order # 4) GRANT REVIEW 4,or:% 9' k..7- / ;# ../a 4 -i/ viICROF.ILMED For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Juraens Engineer/Water&Sewer Public Works Yam Division Department ACTION REQUIRED: The Mayor approve Change Order Number 4 to the Engineering Contract to RJN Group, Inc., for Engineering of Sanitary Sewer Main Replacement and Rehab., White River Minisystem 18B/C, at no additional cost to the City; for changes in contract amounts in this project. Budget figures are for this contract, including all change orders (including the U of A change). COST TO CITY: SO $ 478.702.59 Sewer Rehabilitation Oust of tide request Category/Project Budget Category/Project Name 5400-5700-5815.00 ACCAWt Number 50 iv 90012 8gIB S 513.59 S478.189.00 Sewer Mains Const P,.nds used to data Program Nem Water and Sewer Project Number N®elnlnq Belence Pond B REVIEW: X Budgeted Item Budget Adjustment Attached Bu Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Amauntinq Nan er tyatsprney (St - acing Officer Y6' GRANTING AGENCY: Date AOZ Coo nator Date o lest 7-U'%✓ Date int- al Auditor Date 5-2-96 Date TAFF stat 1 :e • MMEMDATION: Staff recommends bove. AL OA Divia an Need Department Director d Data Date approve change order as Cross Reference: New Item: YES �NJ Prev Ord/Res #: 2914, 88-94 Orig-Contract Date:03/01/94 110fGR\Ks18-2s.AGR •