HomeMy WebLinkAbout93-95 RESOLUTIONRESOLUTION NO. 93-95 A RESOLUTION AWARDING AN ENGINEERING CONTRACT IN 771E AMOUNT OF $210,725, PLUS A 10% CONTINGENCY OF $21,073 TO RJN GROUP, INC., FOR A PRELIMINARY ENGINEERING STUDY OF THE SANITARY SEWER SYSTEM, WHITE RIVER WATERSHED MINISYSTEMS 7A, 14 AND 15, AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards an engineering contract in the amount of $210,725, plus a 10% contingency of $21,073 to RJN Group, Inc., for a preliminary engineenng study of the sanitary sewer system, White River Watershed Minisystems 7a, 14 and 15, and authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council hereby approves a budget adjustment in the amount of $173,000 increasing Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 90012 by decreasing Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 95043. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 5th day of July , 1995. APPROVED: By 'Erect Hanna, Mayor Traci Paul, City Clerk EXHIBIT A AGREEMENT CITY OF FAYETTEVILLE, ARKANSAS AND RJN GROUP, INC. DALLAS, TEXAS THIS AGREEMENT made this Sfh day of jG �, 1995 by and between the City of Fayetteville, hereinafter Balled OWNER and RJN GROUP, INC., Dallas, Texas hereinafter called ENGINEER. WHEREAS, the OWNER has conducted a Sewer System Study for the White River Watershed and identified needed improvements to the Sewer System. NOW, therefore, the OWNER hereby engages the ENGINEER to provide the following professional services as set forth in this agreement. Section I - Basic Services of ENGINEER The ENGINEER agrees to furnish and perform various professional engineering services related to improvements to the Sewer System in Mini Systems 7A, 14, and 15 of the White River Watershed. Services shall include preliminary engineering design study for sewer improvements to City sewers located in the Mini Systems 7A, 14, and 15 as defined in the OWNER's Consultant's Report to the City of September 1991. Extent of improvements are described in the OWNER's Consultant's Report and further delineated in Exhibit A of this Contract. Services for this contract are also described in Exhibit A. Section II - Future Services for ENGINEER The ENGINEER is available to furnish and perform, under a separately negotiated agreement, future engineering services as desired and authorized by OWNER for additional planning work, design, construction, and testing with respect to extensions of this Project or others. May 15, 1995 1 AGREEMENT (Cont.) Section III - OWNER's Responsibility Mr. Dave Jurgens or other designee of the City of Fayetteville shall be the OWNER's Representative, and is authorized to act with authority on behalf of the OWNER with respect to all work tasks of the Project for which services are to be rendered by the ENGINEER. As responsible agent and beneficiary of the Project, the OWNER's responsibilities shall include the following: 1. Assist ENGINEER by placing at his disposal all available information pertinent to the Project including maps, records, and any other data relative to the ENGINEER's services. 2 Furnish to ENGINEER, as required for performance of ENGINEER's Basic Services, except to the extent provided by the ENGINEER's Basic Services, data prepared by or services of others, including without limitations any previous plans for the sewer system, TV tapes, field forms, maps, and other special data or consultations not covered in ENGINEER's Basic Services; all of which ENGINEER may rely upon in performing his services. 3 Arrange for access to and make all provisions for ENGINEER to enter upon public property, public easements, private property, as required for ENGINEER to perform his services. 4 Examine studies, reports, sketches, drawings, specifications, proposals and other documents presented by ENGINEER, obtain advice of any attorney, insurance counselor and other consultants as OWNER deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of ENGINEER. 5 Provide such accounting, independent cost estimating, and insurance counseling services as may be necessary for the Project, such legal services as OWNER may require or ENGINEER may reasonable request with regard to legal issues pertaining to the Project. 6 Give prompt written notice to ENGINEER whenever OWNER observes or otherwise becomes aware of any development that affects the scope or timing of ENGINEER's services. May 15, 1995 2 AGREEMENT (Cont.) 7. Bear all costs of advertising the construction bid request. B. Provide copies of all available as -built records for sewer lines in study area. 9. Location and exposure of missing or buried manholes as needed. 10. Perform flow meter servicing on a weekly basis and provide flow data to ENGINEER in a timely manner. City shall also provide to the ENGINEER a meter maintenance log that gives the manual depth and velocity readings versus the metered depth and velocity readings. 11. Provide any water and water meters necessary for field inspection activities at no cost to the ENGINEER. 12. Should the City elect to provide field support personnel during the manhole inspection and resident engineering activities, the City agrees to provide the same personnel throughout the project, to the greatest extent possible. 13. Service the pump station event recorder at the North Street Lift Station on a weekly basis and provide the data to the ENGINEER in a timely manner. The ENGINEER shall provide training to the City staff in the proper operation of the event recorder. 14. Bear all costs incident to compliance with the requirements of this Section III. Section IV - Schedule of Service The schedule of services is described in Exhibit B attached hereto. The work described shall be carried out as expeditiously as weather and other physical conditions permit. The ENGINEER shall not be liable to the OWNER, if delayed in, or prevented from performing the work as specified herein through any cause or causes beyond the control of the ENGINEER, and not caused by his own fault or negligence including acts of God, or the public enemy, inclement weather conditions, acts, regulations, or decisions of the Government or regulatory authorities after the effective date of this Agreement, fires, floods, epidemics, strikes, jurisdictional disputes, lockouts, and freight embargoes. May 15, 1995 3 AGREEMENT (Cont.) Section V - Fees and Payments Compensation to the ENGINEER by the OWNER for work set forth in this Agreement will not exceed $210,725.00 without prior written approval of the OWNER. Compensation to the ENGINEER shall be as detailed in Exhibit C. Payments to the ENGINEER shall be made monthly upon receipt of the combined status report and invoice to be submitted to the OWNER by the ENGINEER. Invoices shall be due and payable to the ENGINEER within thirty (30) days of each billing. It is understood that the estimated level of effort and cost for Final Engineering Design and Construction Resident Engineering are estimated based on the Phase I recommendations contained in the 1991 report prepared by the City's Consultant. The estimated level of effort and cost may need to be reestimated at the completion of the Preliminary Design Study, should the actual level of rehabilitation and/or relief differ substantially from those given in Exhibit A, Table 1, hereto and made part of this Agreement. The estimated cost for Resident Engineering Services may also need to be modified at the completion of final engineering design should the extent of construction differ substantially from those given ir. Exhibit A, Table 1. Section VI - General Considerations Standards of Performance The ENGINEER shall perform all services under this Agreement in accordance with the standards of the engineering profession. Estimate of Probable Cost Since the ENGINEER has nc control over the cost of labor, materials, or equipment, or over the contractor's method of determining prices, or over competitive bidding or market conditions, his opinions of preliminary or probable construction cost or total project cost provided for herein are to be made on the basis of his experience and qualifications. These opinions represent his best judgement as an experienced and qualified professional engineer. However, the ENGINEER cannot and does not guarantee that actual project cost will not vary from opinions of cost by him. May 15, 1995 4 AGREEMENT (Cont.) Reuse of Documents All data and documents including drawings, forms, computer programs, and specifications furnished by the ENGINEER pursuant to this Agreement are instruments of service with respect to the Project. They are not intended or represented to be suitable for reuse by the OWNER or others on extensions of this Project or on any other project. Any reuse without written verification or adaptation by the ENGINEER will be at the OWNER's sole risk and without liability or legal exposure to the ENGINEER. Verification or adaptation by the ENGINEER may entitle ENGINEER to further compensation at a rate agreed upon by the OWNER and the ENGINEER. Termination of Services This Agreement may be terminated by either party in the event of substantial failure. Termination may not be effected unless the other party is given not less thar. ten (10) days written notice (delivered by certified mail, return receipt requested) of intent to terminate and an opportunity for consultation with the terminating party. Upon receipt of a termination action, the ENGINEER shall promptly discontinue all services affected (unless the notice directs otherwise) and deliver or otherwise make available to the OWNER (subject to "Reuse of Documents" provisions) all data, other information and materials accumulated by the ENGINEER in performing this Agreement, whether completed or in process. The OWNER shall compensate the ENGINEER for any termination settlement costs the ENGINEER incurs related to commitments which had become firm prior to the termination. Controlling Law and Disputes If any of the provisions of this Agreement are invalid under any applicable statute or rule of law, they are, to that extent, deemed omitted This Agreement shall be governed by the laws of the State of Arkansas. Successors and Assigns The OWNER and the partners, successors, legal representatives covenants, agreements May 15, 1995 ENGINEER each binds itself and its executors, administrators, assigns and of such other party, in respect to all and obligations of this Agreement. 5 AGREEMENT (Cont.) Neither the OWNER nor the ENGINEER shall assign, sublet or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other, and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release this Agreement. Nothing contained in this paragraph shall prevent the ENGINEER from employing such independent consultants, associates, and subcontractors as he may deem appropriate to assist him in the performance of services hereunder. Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than the OWNER and the ENGINEER. Insurance ENGINEER shall procure and maintain insurance for protection from claims under Workers' Compensation Acts, claims for damages because of bodily injury including personal injury, sickness, cr disease or death of any and all employees or of any person other than such employees, and from claims or damage because of injury to or destruction of property including loss of use resulting therefrom. ENGINEER shall procure and maintain professional liability insurance for protection from claims arising out of performance of professional services caused by any negligent error, omission or act for which the insured is legally liable; and certification indicating that such insurance is in effect will be submitted to the OWNER within three (3) days of contract execution by both parties. Certificates shall provide for not less than 30 days prior notice to the ENGINEER of any cancellations or in the amount of coverage in the policies for the ENGINEER. May 15, 1995 6 AGREEMENT (Cont.) IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed and their seals to be hereto affixed, this S/A day of 3744/y , 1995. For the OWNER: CITy9OF.FAYETTEVILLE Name Title AT*T : n //llJ�'L Attachments: For the ENGINEER: RJN GROUP, INC. Name Regiora Title Vice President Exhibit A — Work Plan Exhibit B - Work Schedule Exhibit C - Compensation Schedule May 15, 1995 7 EXHIBIT A SCOPE OF SERVICES CITY OF FAYETTEVILLE MINI SYSTEMS 7A, 14 AND 15 SEWER IMPROVEMENTS This section is a detailed description of the Work Plan that would be implemented for this 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 will many similar projects. The Mini Systems 7A, 14, and 15 of the Wastewater Collection System contain approximately 155,000 L.F. of sewer and 654 manholes. A Sewer System Study of Mini Systems 7A, 14, and 15 was conducted in 1989 and 1991 by a Consultant retained by the City of Fayetteville. The Sewer System Study included flow monitoring, physical inspection, smoke testing, and television inspection. The draft final report of the Sewer System Study dated September 1991 contained recommendations for Phase I, Phase II, and Phase III sewer improvements to reduce the I/I entering the wastewater collection system. The Work Plan for this project includes preliminary design services to develop a plan to reduce the occurrence of I/I in Mini Systems 7A, 14, and 15. Work Plan The Work Plan for the City of Fayetteville includes all the necessary engineering, planning, and survey work for developing an I/I Reduction Plan in Mini Systems 7A, 14, and 15. I. Preliminary Design A. Project Administration 1. Mobilize project team 2. Perform general administration and project management including meetings with City staff as necessary. 3. Provide monthly status reports for the project. 4. Procure subcontractors for such work as television inspection. May 15, 1995 A-1 EXHIBIT A (Cont.) B. Data Management Program/Hydraulic Computer Model A hydraulic model will be developed for all City owned sewer lines in the Mini Systems 7A, 14, and 15 study areas. For all sewer lines 8 -inches in diameter and larger, the model will reflect pipe elevations as obtained from City "As -Built" drawings or from City survey. For all sewer lines 6 -inches in diameter, minimum slope will be used for model development. The hydraulic model will be used to evaluate the capacity of the existing sewer system in the study area Specific work tasks include the following: 1. Obtain preliminary sewer segment distances, sewer diameters, sewer slopes, available invert elevations for 8 -inch and larger sewers from existing "As -Built" records. The same information will be obtained for 6 -inch sewers except elevations where minimum slope will be used. City will be notified of any missing elevations data or questionable data. (139,000 linear feet are estimated). Data obtained during the Illinois River Phase 11 project will be used in the parallel interceptors between South School Avenue and Happy Hollow Lift Station. 2. Fill out Hydraulic Network forms for all City main and collection sewers and input to ENGINEER's computer system. 3. Obtain Hydraulic Network Output reports for mains and collection sewers; review, correct as necessary. 4. Obtain IDM (inch -diameter -miles) figures for mains and collection sewers in the study area; review, correct as necessary. 5. Review and modify hydraulic network as differences are found during field survey activities. 6. Obtain capacity output reports; review and correct as necessary. C. Intensive Manhole Inspection A comprehensive below ground inspection of manholes will be performed in the project area. All subsurface components from the frame seal, walls, cleanout risers, and bench and trough are inspected. The rim to invert dimension for all connecting lines will be recorded. The ENGINEER shall notify the CITY of any inaccessible, or unlocated manholes. The ENGINEER shall commit a May 15, 1995 A-2 EXHIBIT A (Cont.) minimum of 15 minutes to searching for manholes in order for the manhole inspection to be counted for payment. Once the CITY has located or provided access to these manholes, the ENGINEER will complete all necessary inspections at no additional cost to the CITY. The data management/computer model is used to process and analyze the inspection data. Flow rates for major sources of I/I in each of the manholes inspected will be estimated. Specific work tasks include the following: 1. Perform inspection at manholes and cleanouts and record data on computerized data form. (567 manholes/cleanouts are assumed in the cost proposal.) 2. Perform computerized analysis of I/I inspection data with quantification of observed defects. D. Rainfall Simulation This task will specifically identify sections of sewer lines and sources where excessive infiltration and inflow may be expected to occur during wet -weather periods including locations of stormwater transfer into the sanitary sewer system. work will include spoke testing and dyed water flooding using comprehensive testing techniques developed by ENGINEER for such studies. A dual blower intensified smoke technique will be utilized to test sewer lines in the selected study areas. This enhanced method uses two smoke blowers for each test segment instead of the conventional technique of one blower, and partial plugging of the segment. The objective is to identify connections from typical sources such as catch basins, roof leaders, yard drains, area drains, and detectable main line and lateral defects. Smoke testing will be performed only during dry periods to maximize the effectiveness of the smoke testing program. Inflow sources will also be identified by means of dyed water flooding of storm sewer sections and suspected overflows, stream sections, ditch sections, and ponding areas that nay be contributing to inflow. Some of the test areas are based on results of the ENGINEER'S smoke testing program. Positive dye tests are quantified for leakage rate. Feld test data are input to the computerized data management system and analyzed. May 15, 1995 A-3 EXHIBIT A (Cont.) Specific tasks to be included are the following: 1. Perform dual blower smoke testing with partial plugging on adjacent manholes, secure photographs of defects, and record results on computerized data form. (155,000 linear feet assumed for the cost proposal). 2. Perform computerized analysis of smoke testing data and select dyed water flooding locations. 3. Perform dyed water flooding at selected locations and record data on computerized data forms and perform computerized analysis of data. (40 locations are assumed in the cost proposal.) 4. Perform computerized data analysis of smoke test and dyed water data with quantification of observed defects. D. Dyed Water Flooding/TV Inspection A remote-controlled television camera will be placed in the sewer line to observe the leakage of water from simultaneous dyed water flooding of defects along the main sewer lines. This inspection will allow the proper identification of each defect and selection of the correct rehabilitation method. Cleaning and television inspection will be provided by a subcontractor to the ENGINEER. Heavy cleaning of sewers is not included in the scope of work. (7,750 linear feet of television inspection are assumed in the cost proposal) ENGINEER will provide coordination of the inspection, provide simultaneous dyed water flooding of the suspect defects, and on-site recording of test data. E. Analysis and Report This part of the project includes performing an engineering analysis of field survey data and developing recommendations for cost-effective I/1 source repairs. A description of field investigations, engineering analysis, and recommended action to reduce I/I in Mini Systems 7A, 14 and 15 will be included in the report. 1. Compare monitored and source flows by basin using flow monitoring results and computerized listing of quantified defect flows. May 15, 1995 A-4 EXHIBIT A (Cont.) 2 Perform balancing of monitored flows and source flows based on evaluation of identified source flow rates and unaccounted remaining flow by basin. Adjust assigned rates with distribution by line segment. 3. Perform hydraulic analysis at base flow or dry weather conditions using the ENGINEER'S CASS WORKS program. 4. Perform hydraulic analysis at wet -weather conditions at one (1) storm frequency for existing conditions (no rehabilitation or relief sewers). 5. Develop rehabilitation and improvement costs for various types of infiltration/inflow defect repairs and sewer improvements including, but not limited to: a. Main Replacement b. Point Repair c. Chemical Grouting of Joints d . Sliplining e. Inversion Lining f. Expansion. Lining g . Access Structure Rehabilitation h . Access Structure Replacement i. Relief Main Construction j. Rerouting Sewage Flows 6. Perform cost-effectiveness analysis for infiltration rehabilitation plan based on applicable rehabilitation method, material, and costs. 7 Perform cost-effectiveness analysis for inflow rehabilitation and needed relief sewers to transport remaining wet -weather flew at one (1) design storm frequencies. Evaluation to be performed at multiple levels of inflow rehabilitation using the ENGINEERS' CASS methodology. Downstream transport and treatment costs to be provided by the CITY. Quantify all public and private I/I sources identified. May 15, 1995 A-5 EXHIBIT A (Cont.) 8. Develop 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. 9. Prepared and submit five (5) copies of a draft report which includes results of the I/I investigations, findings, cost estimates, recommended plan to reduce I/I, addition relief capacity, if required, and a preliminary schedule of implementation for sewer rehabilitation. The draft report will be presented and discussed with CITY staff. After comments are received, a final report will be prepared and submitted to the CITY. ENGINEER will provide ten (10) copies of the final report. May 15, 1995 A-6 EXHIBIT B AUTHORIZATION PROGRESS AND COMPLETION The City and ENGINEER agree that the project is planned to be completed according to the schedule below with anticipated Notice to Proceed in late June, 1995. Months from Notice to Proceed Major Tasks Phase I Preliminary Design Study 9 The ENGINEER shall employ manpower and other resources and use professional skill and diligence tc meet the schedule; however, he shall not be responsible for schedule delays resulting from conditions beyond his control. With mutual agreement, the City and the ENGINEER may modify the project schedule during the course of the project and if such modifications affect the ENGINEER's compensation, it shall be modified accordingly, subject to City Council approval. For Special Services, the authorization by the City shall be in writing and shall include the definition of the services to be provided, the schedule for commencing and completing the services and the basis for compensation therefore, all as agreed upon by the City and ENGINEER in writing. May 15, 1995 B-1 EXHIBIT C SUMMARY OF COST City of Fayetteville Mini Systems 7A, 14 and 15 Sewer Improvements Unit Cost Cost Task Description $ $ I. Preliminary Engineering Design A. Project Administration, Data Management L.S. 23,880 B . Manhole Inspection (567 Manholes) 61.50/EA 34,870 C. Smoke Testing (155,000 LF) 0.292/LF 45,260 D . Dyed Water Testing (40 test) 280/EA 11,200 E . Cleaning/TV Inspection (7,750 LF) 2.96/LF 22,940 F. Flow Monitoring/Analysis (300 M -D) 103.45/M -D 31,035 G . Data Analysis Report L.S 41,540 Total Cost Not -to -Exceed $210,725 May 15, 1995 C-1 • City of Fayetteville, Arkansas Budget Adjustment Form • Budget Year 1995 Department: Public Works Division: Water & Sewer Program: Sewer Mains Construction Date Requested July 5, 1995 Adjustment # Project or Item Requested: Additional funding is requested for sewer system rehabilitation. Approval of this request will provide the furcirg for tree sewer system study and engmeermg phases of this project to begin. Construction of this phase of the City's sewer system rehabilitation project is scheduled for 1996. Projec or Item Deleted: None: The adjustment proposes to utilize $173,000 of funding for project 95043. The project will have a remaining balance of $427.000. Justification of this Increase: Expansion of project scope of work on previous sewer system rehabilitation subprojects has resulted in more budgeted funds being utilized than ongmally planned. Justification of this Decrease: The I-IWY 16 West Sewer Force Main project is being deferred to 1996. Account Name Amount Sewer Improvements Account Name Sewer Improvements Increase .Account Number 173,000 5400 5700 5815 00 Amount I)ecrease 173,000 Account Number 5400 5700 Approval Signatures Requeste 13 1 Admin. rvicos Director Mayan r 5815 00 Project Number 90012 Project Number Budget Office Use Only Type: A B C D Date of Approval Posted to General Ledger 95043 F Entered in Category Log Budget Office Copy STAFF REVIEW FORM AGENDA REQUEST XXX CONTRACT REVIEW (Change Order 1/ 1) GRANT REVIEW For the Fayetteville City Council meeting of N/A- Mayor Approval. FROM: David Jurgens Mme Engineer/Water&Sewer Divial on Public Works Department ACTION REQUIRED: The Mayor approve Change Order Number 1 to the Engineering Contract to RJN Group, Inc., for Preliminary Engineering Study of the Sanitary Sewer System, White River Minisystems 7A, 14 and 15, in the amount of $15,517, for engineering costs due to increased flow monitoring. Budget figures shown are for this contract only. COST TO CITY: $15 517.00 S 231,798 Sewer Rehabilitation Cost of this request Category/proect Budget Category/Project Nage 5400-5700-5815.00 5210,725.00 Ac..ourt Number Funds used tc date 90012-8310 $ 21,073.00 Project Number Remainino Ba:amce Sewer Mains Const Programa Name Water and Sewer Ford BUDGET REVIEW: X Budgeted Item Budget Coordinator Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: 2 t.»i:A. //-5 vA Accou cite ttorney r GRANTING AGENCY: Date Caordl rator C nate er al Auditor basing Officer Date Date I/ -k- 9� Date COMMENDATION: Staff recommends approve change order as ove. A Department D rector May RMGR\MS15-106.00 II 116 )eta 131440.6 Date 1 11 /011: Date nate Cross Reference: New Item: YES NO Prev Ord/Res i/: 93-95 Orig Contract Date:07J05/95 Nrr 1'111, I l El I LLE i THE GPS OF FAYrTEV..LE. ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Mayor Fred Hanna Thru: Kevin Crosson, Public WorkdlDitor From: David Jurgens, Water/Sewer \ Th. Date: October 29, 1996 Re: Sewer Rehabilitation Change Orders, RJN Group, Inc. 1. General. The attached change orders reflect changes in three sewer rehabilitation engineering contracts with the RJN Group, Inc. 2. Minisystem 18B/C. This is a no -cost change order which deletes sewer lining design and increases flow monitoring. a. The INSITUFORM`° type repairs are being deleted from this contract to consolidate all similar work under a different engineering contract. This will allow us to close out this contract and perform one unified INSITUFORM`m type design. b. Flow monitoring is increased because we were dry in the early spring and the monitors had to be in place for 30 extra days to get sufficient rain for accurate data. 3. Illinois River Basins 12-14/17/20-22. This is a $23,040 change order which reflects an increase in the flow monitoring period from 60 to 90 days and deletes one lift station evaluation. 4. White River Minisystems 7A, 14 and 15. This is a $15,517 change order which reflects an increase in the flow monitoring period from 60 to 90 days and an addition of one flow monitor site, which was not covered by the City's monitors. 4. Budgeting. a. Minisystem 18B/C. No cost incurred. The approved contract budget, including the change order with the University of Arkansas and contingency, is $478,703. $514.00 remains in the contingency. Resolutions 29-94 and 88-94 are attached. Base Contract C. 0. 1 ($73,859) C. O. 2 ($26,310) C. O. 3 ($ 9,980) C. O. 4 ($ 0) C. O. 5 ($ 0) Contract Amount $368,040.00 441,899 468,209 478,189 478,189 478,189 Contingency Remaining $36,804 36,804 10,494 514 514 514 b. Illinois River Basins 12-14/17/20-22. Funds are allocated in the contingency approved in Resolution 73-94 (attached), which contains $24,848.65. This change order will reduce that amount by $23,040, leaving $1,808.65 in contingency funds approved with this contract. Base Contract C. O. 1 ($21,585.35 C. O. 2 ($23,040.00 Contract Amount $464,344.00 485,929.35 508,969.35 Contingency $46,434 24,848 1,808 Remaining . 00 . 65 . 65 c. Minisystems 7A, 14, and 15. Funds are allocated in the contingency approved in Resolution 93-95 (attached). The contingency contains $21,073. This change order will reduce that amount by $15,517, leaving $5,556.00 in contingency funds. Contract Amount Base Contract $210,725.00 C. O. 1 ($15,517.00) 226,242.00 4. Staff Recommendation. orders be approved. Enclosures: Contingency Remaining $21,073.00 5,556.00 The Staff recommends that the change Minisystem 18B/C Documents Agenda Review Request with Staff Review Form Change Order Number 5, 3 original copies Resolutions 29-24, 88-94 Illinois River Basins 12-14/17/20-22 Documents Agenda Review Request with Staff Review Form Change Order Number 2, 3 original copies Resolution 73-94 White River Minisystems 7A, 14 and 15 Documents Agenda Review Request with Staff Review Form Change Order Number 1, 3 original copies Resolution 93-95 PESAH-SW\MS1P-26.0PA