Loading...
HomeMy WebLinkAbout37-98 RESOLUTION• RESOLUTION NO 3 7 - 9 8 A RESOLUTION AWARDING BID NO. 98-14 IN THE AMOUNT OF $80,050 TO UNITED PLUMBING AND APPROVAL OF A 15% CONTINGENCY AMOUNT OF $12,000, FOR THE WATER LINE RELOCATION FOR MUD CREEK STRUCTURES AND APPROACHES. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 98-14, in the amount of $80,050 to United Plumbing; and approval of a 15% contingency amount of $12,000, for the water line relocation for Mud Creek structures and approaches; and authorizes the Mayor and City Clerk to execute an agreement with the contractor for said amount. A copy of the agreement and bid tabulation are attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7th day of April , 1998. APPROVED. By. Fred Hanna, Mayor ATTEST: B • EXHIBIT A AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 744 day of p pry'/ in the year 1998 by and between the City of Fayetteville, Arkansas (hereinafter called OWNER) and United Plumbing. L.L.C. (hereinafter call CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows. Project - Water Line Relocation for Mud Creek Str & Apprs.(S) Construction of eighteen (18) inch water line and eight (8) inch water line with associated ductile iron fittings, gate valves, butterfly valves, tapping sleeve and valves, sixteen (16) inch steel encasement, fire hydrant, seeding and mulching, existing pavement repair, and all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 City of Fayetteville Page 00500-1 who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1 The Work will be substantially completed within 40 calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within 70 calendar days after the date when the Contract Time commences to run. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: City of Fayetteville Page 00500-2 4.1 for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. PAYMENT ITEMS NO ITEM UNIT ESTIMATED QUANTITY UNIT PRICE TOTAL ESTIMATED 1 Clearing and Grubbing Trees Lump Sum 1 2500 $2,500.00 $1,000.00 2 Site Preparation Lump Sum 1 1000 Rock Excavation Cu Yd 50 1.00 $50.00 14.00 $1,050.00 4 Aggregate Base Course (under Pvmt,waterline trench) Ton 75 ACHM Surface Course w/concrete (Patching) Sq Yd 30 50.00 $1,500.00 $1,000.00 Erosion Control Lump Sum 1 1000 16" O.D. Steel Encasement Lin Ft 200 50.00 $10,000.00 8 Fencing Lin Ft 50 20.00 $1,000.00 9 Maintenance of Traffic Lump Sum 1 1000 $1,000.00 10 Seeding and Mulching Acre 0.75 2000 $1,500.00 384.00 $768.00 11 Planting Trees Each 2 $512.00 12 Transplanting Trees Each 2 256 City of Fayetteville Page 00500-3 As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5, PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1.Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1., 5.1.2, 5.1.3., and 5.1.4 below. City of Fayetteville Page 00500-4 13 18" PVC C905(DR 18)or Ductile Iron(Class 250)Water Line Lin Ft 955 34.00 $32,470.00 14 8" PVC C900(Dr 14)or Ductile Iron(Class 350)Water Line Lin Ft 275 12.00 $3,300.00 15 Fire Hydrant Assembly Each 1 1500 $1,500.00 3.00 $9,000.00 Pound 3000 16 Ductile Iron Fittings 2 1400 $2,800.00 17 8" x 8" Tapping Sleeve and Valve Each 18 8" Gate Valve Each 2 550.00 $1,100.00 3500 $7,000.00 Each 2 19 18" Butterfly Valves 20 Excavation Safety Lump Sum 1 500.00 $500.00 1 500.00 $500.00 21 Reconnection of water services Each TOTAL BASE BID $80,050.00 As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5, PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1.Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1., 5.1.2, 5.1.3., and 5.1.4 below. City of Fayetteville Page 00500-4 All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.7 of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. City of Fayetteville Page 00500-5 • Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.2 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional City of Fayetteville Page 00500-6 examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 6.5 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages 1 to 10 , inclusive). 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). 7.3 Certificate of Insurance, (Exhibit C). 7.4 Documentation submitted by CONTRACTOR prior to Notice of Award (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive and Exhibit GC -A pages 1 to 2, inclusive). 7.6 Supplementary Conditions (pages 1 to 17, inclusive). 7.7 Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. City of Fayetteville Page 00500-7 7.8 Addenda numbers A1, inclusive. 7.9 Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 3, inclusive with each sheet bearing the following general title: Water Line Relocation Gregg Avenue/Mud Creek 7.10 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1 Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal City of Fayetteville Page 00500-8 • • • representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. City of Fayetteville Page 00500-9 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. This Agreement will be effective on 5/- 7— ib' the Effective Date of the Agreement). PAL CONTRACTOR : Ljncyy--zt / AL44.(r4‘1, j..1. By. rZtaat' Pletsulp Title OWNER: City of Fayetteville By: Mayor [CORPORATE SEAL] Attest ;;fd 444 i4, o, Address for giving notices ,19)7 (which is [CORPORATE SEAL] Attest Address for giving notices (If OWNER is a public body, attach License No. evidence of authority to sign and resolution or other documents Agent for service of process: authorizing execution of Agreement.) City of Fayetteville (If CONTRACTOR is a corporation, attach evidence of authority to sign) Page 00500-10 .C. ❑18 3SVS 111101 N 8 + NO m m V O N a W N+ O m N 4: N a W N+ ngpNm %emmm OTm m 57 4n1Ee2R 0>my,Eas020-m°.cmonc-00m0.Tm n Cvmonnm0dom<Ba@n-mnmN3m5 0"Zp00Ed0-my•o.,ON<mmnp N E g;=mco �cllmScpm < N3AOZy @ @ CI Q `m m m R (0�O N0 < ?-p - Enn v0 ^m Z 0:-- 0 OE 00 rC mg + N N N O+ m-40 N 88888888888888888888 DyDDDmDT-71DDng;c71 (A ttpp�� NpWN NN+SSNN{{��88 8+N O§ O O W O N a 0 0 0 0 0 g + 0 888888888888888888888 (p(pnn (p(pTT 8Vp+mpNmp0,4!-,N +8+88O++t+tpp��pN�pN 8+N 0 0 0 0 0 0 0 p O N m O 0 0 0 0 0 0 p 0 0 888888888888888888888 8 8• a — mpmp p p(pn� Opppp pp� oppp NNpp O—Op9pO (a�pOpANppOpOOpOVpO. GpEpA p+pO p§ 888888888888888888888 - Wau in+Wu+ N+ + 888888888888888888888 W + NP 888888888888888888888 + V+Nm+CYV+++W W+W+ 888888888888888888888 +8ap (p4��+NN + P&P Np� tt (p� tpT 4Vi �ONOINJ pOpm pNpOgpp00p-pl�0TcIW p0p00p 888$8Ui888888888888888 Np_ O aW+4fO+14 (aca -+N+ N++ 8 888888888888888888888 M gildm A N , BN pg prgipoopsIpgpp8pe(��p8ppg 8 8 8 8 8 O O g s 0 0 0 O O O O O O O O 8 V m m+ W a+ N O N V W+ N _ I §§§gsss§tib 15 §A§+8g 8 88888880888888888888 3 3 Z O 3 D c c .�T 2 Pepuepg aoPd pun Bulgwnld PaUufl uopongsuoO o1Seg aoPd Pufl POPualx3 PePueyc3 aoPd Pufl youell g sail eneAe j • rim D jDi0 mirrir <Z • FrIP mm0 ymo No 0 0 m m 0-4 y0y 1 AGENDA REQUEST XxXX CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM For the Fayetteville's City Mayor's signature. Res. 37- 93 chn ye a -n< / 5-7 `8 /_nj. MICROFILMED FROM: Wayne Ledbetter Enaineerina Name Division ACTION REQUIRED: Approval of Change Order of Waterline Relocation for Mud Creek Str. in the amount of $ -10,285.00. Public Works Department 1 to the Contract for Construction & Apprs. (S) with United Plumbing COST TO CITY: $ (10,285) Cost of this Request 4470-9470-5817-00 Account Number 93078-0020 Project Number $ 678,269 Category/Project Budget $ 617,640 Funds Used To Date $ 60,629 Remaining Balance Mud Creek/Greaa Brid. Category/Project Name Brid. & Drain, Impr. Program Name Sales Tax Fund BUDGET REVIEW: Budge Coordinator xxxx Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: 5-7-4 Acc City Attor'ey Purchasing Officer STAFF RECOMMENDATION: Staff recommends that the Mayor approve the Change Order with United Plumbing for Waterline Relocation for Mud Creek Str. & Apprs. (S). Date GRANTING AGENCY: A C•ordinator / 1A/al Ce3V Date 5--7-9% Date nal Auditor Date Date Division Head G J )epartment Director I v Mayor Date S-8 Date Date 5 qt D to Cross Reference New Item' Yes Prey Ord/Res #: Orig Contract Date: FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor Fred Hanna Thru: Kevin Crosson, Public Works Director Charles Venable, Assistant Public Works Director Don Bunn, City Engineer From: Wayne Ledbetter, Engineeringpis Date May 7, 1998 RE Water Line Relocation for Mud Creek Str. & Apprs.(S) This project replaces a portion of an existing eight (8) inch sand cast water line. The new water line will be located on the eastern side of Gregg Avenue and will be up sized. There is approximately 955 feet of the new larger line with eight (8) inch crossings that connect back to the existing line. After some deliberation, it has been determined that the original replacement line intended to be an eighteen (18) inch could, in fact, be a twelve (12) inch diameter line. The changes from the Orignial Plans are as follows: Change Order No. I will delete 955 linear feet of eighteen (18) inch water line and two (2) eighteen (18) inch butterfly valves. It will add 955 linear feet of twelve (12) inch water line and two (2) twelve (12) inch butterfly valves. $ 92,050.00 was budgeted for the construction contract with United Plumbing. The original bid was $ 80,050.00 with a contingency of $ 12,000.00. This change order will revise the contract amount to $ 69,765.00 Staff Recommendation. The Staff recommends that the Mayor approve this Change Order to the construction contract with United Plumbing for the construction of Water Line relocation for Mud Creek Str. & Apprs. (S). This amount is ($ 10,285.00). CHANGE ORDER (Instructions on reverse side) No 1 PROJECT Water Line Relocation for Mud Creek STR & APPRS.(S) DATE OF ISSUANCE 5-5-9$ EFFECTIVE DATE OWNER City of Fayetteville OWNER's Contract No. • Bid #98.-14 CONTRACTOR ...United.Plvrobfng,..LLC.. ENGINEER ....City.. af..Faye.ttev.i 1e You are directed to make the following changes in the Contract Documents:" Description: Revising size and type of water line and butterfly valve Reason for Change Order: Owner preferred Attachments: (List documents supporting change) See Attached CHANGE IN CONTRACT PRICE: Original Contract Price $ 80, 050.00 CHANGE IN CONTRACT TIMES: Original Contract Times Substantial Completion 40 Ready for final payment: 70 days or dates Net changes from previous Change Orders No. to No Net change from previous Change Orders No. to No __ _ $ N/A _ N/A days Contract Price prior to this Change Order. 80 OSO.00 $ ' Contract Times prior to this Change Order Substantial Completion. 40 Ready for final paymertr 70 dap or dates Net Increase (decrease) of this Change Older $ (10,2R5 00) Net Increase (decrease) of this Change Order 10 days Contract Price with all approved Change Orders $ 69 765 00 Contract Times with all approved Change Orders Substantial Completion: 50 Ready lc; final payment: 80 days or dates RECOMMENDED: By: Engines (Au Date• Jfr V Date: EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. ACCEPTED: By 7--Vc mhorized wore) Date: s/7/gp FAYETTEVILLE- THE AYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS May 7, 1998 Mr. Terry Krug, Member Manager United Plumbing, L.L.C. P.O. Box 67 Tontitown, AR 72770 RE. Water Line Relocation for Mud Creek Str. & Apprs. (S) Fayetteville, Arkansas Change Order No. 1 Dear Mr. Krug: Please find enclosed revisions of the Plans for the above mentioned project. I respectfully request that you review these and confirm your prices of the construction items not included in the original quantities. These changes, which have been discussed with you, are as follows: 1. Item 13: Delete the 18" PVC C905 (DR 18) or Ductile Iron (Class 250) Water Line @ $ 34.00/ LF. The Plan quantity is 955 linear feet. 2. Item 19: Delete the 18" Butterfly Valves @ $ 3,500.00/ EA. There are two of these items in the Plan quantity.. 3. Item 13A: Provide 12" PVC C900 (DR 14) Water Line @ $ 27.00/LF. The Plan quantity of 955 would be used. 4. Item 19A: Provide 12" Butterfly Valves @ $ 1,700/ EA. The Plan quantity of two (2) would be used. The changes in pay quantities are as follows: No Item Unit Estimated Quantity Original Revised 13 18" PVC C905 (DR 18) or Ductile LF 955 0 Iron (Class 250) Water Line 19 18" Butterfly Valves EA 2 0 13A 12" PVC C900 (DR 14) Water Line LF 0 955 19A 12" Butterfly Valves EA 0 2 113 WEST MOUNTAIN 72701 501-521-7700 FAX 501-5754257 1 • ore Items 13 and 19 are in the "original " bid quantities. Items 13A and 19A are new items that you have quoted via fax. The quantities and prices of items before the Change Order are as follows: No. Item Unit Price Estimated Total ($) Quantity ($) 13 18" PVC C905 (DR 18) or Ductile 34.00 955 32470.00 Iron (Class 250) Water Line 19 18" Butterfly Valves 3500 2 7000.00 ORIGINAL TOTAL $ 39,470.00 Price and quantities of items after the Change Order is as follows: No. Item Unit Price Revised Total ($) Quantity ($) 13A 12" PVC C900 (DR 14) Water Line 27.00 955 25785.00 19A 12" Butterfly Valves 1700 2 3400.00 REVISED TOTAL $ 29,185.00 The Net Change Order Amount = Revised Total - Original Total of the items enumerated above. $ 29,185.00 - $ 39,470.00 = $ - 10.285.00 Please review this change order data and confirm by signing the accompanying EJCDC Change Order. Find enclosed a copy of your price quotes for the new items. Thank you for your cooperation regarding this matter. If you have any questions please contact this office at 501- 444-3417. Sincerely, Albert Wayne IbAt er, P.E. Staff Engineer Enclosures cc: Don Bunn, P.E., City Engineer File 2