HomeMy WebLinkAbout74-98 RESOLUTION•
•
RESOLUTION NO 7 4- 9 8 •
A RESOLUTION ACCEPTING THE RECOMMENDATION OF
RJN GROUP, INC. AND AWARDS BID NO. 98-34, UNIT 3, CUPP
WITH IN-HOUSE DESIGN, IN THE AMOUNT OF $228,937,
PLUS A CONTINGENCY AMOUNT OF $22,893, TO
INSITUFORM TEXARK, INC. FOR SEWER LINING FOR THE
WHITE RIVER MINISYSTEM 15 SEWER REHABILITATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby accepts the recommendation ofRJN Group, Inc.
and awards Bid No. 98-34, Unit 3, CIPP with in-house design, in the amount of $228,937, plus a
contingency amount of $22,893, to Insituform Texark, Inc. for sewer lining for the White River
Minisystem 15 sewer rehabilitation; and authorizes the Mayor and City Clerk to execute a
construction agreement for said amount. A copy of the agreement is attached hereto marked Exhibit
"A" and made a part hereof.
B
PASSED AND APPROVED this 2nd_ day of June , 1998.
` APPROVE
Heather Woodruff, i ' Clerk
By. /16,0444G1
Fred Hanna, Mayor
Or 11,96 F' le
�.� Res 7; •
CITY OF FAYETTEVILLE, ARKANSAS
AGREEMENT
EXHIBIT A
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED
MINISYSTEMS 13B, 15 & 18B/C AND BASINS 10, 12, 20, & 21
CONTRACT II
UNIT 3
THIS AGREEMENT, made this"- day of tai , 1998,
by -and between the City.of Fayettev lle, Ark sas, a municipal
corporation, hereinafter called the Owner, and Insituform Texark, Inc.
.tea `xar. ract _' )CW-"' --Thereinafter called the Contractor:_ntaer :..:cs
WITNESSETH:
WHEREAS, the Owner has heretofore solicited Bids for all the work
and improvements for the doing of all things included within the
hereinafter specified Sanitary Sewer Main Rehabilitation, White
River Watershed, Minisystems 13B, 15 & 18B/C and Illinois River
Watershed, Basins 10, 12, 20, & 21, Contract II.
WHEREAS, the Owner did on the''
that the Contractor was the lowest
for the hereinafter specified work
Contract for said work.
NOW, THEREFORE, for and in consideration of their mutual
promises, covenants, undertaking and agreements, the parties
hereto do hereby agree as follows:
- - -
ARTICLE I - WORK TO BE DONE BY CONTRACTOR
day of , 1998 find
responsive, responsible Bidder
and did award the Contractor a
The Contractor agrees, at his own cost and expense, to do all the
work and to furnish all the labor, materials, equipment and other
property necessary to do, construct, install and complete all the
works and improvements included in Sanitary Sewer Main
Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C
and Illinois River Watershed, Basins 10, 12, 20, & 21,
Contract II. All in full accordance with and in compliance with
and as required by the hereinafter specified Contract Documents
and any addenda for said work, and to do, at his own cost and
expense, all other things required of the Contractor by said
Contract Documents for said work.
ARTICLE I7 - CONTRACT DOCUMFNTN
The Contract Documents are defined in the General Conditions.
1
Agreement
City of Fayetteville
Sewer System Improvements
ABTICLEIII - CONTRACT AMOUNT
The Contractor agrees to receive and accept the attached contract
unit prices and/or lump sum prices as full compensation for
furnishing all materials and equipment for doing all the work
contemplated and embraced in this Agreement; also for all loss or
damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the
prosecution of the work until its acceptance by the Owner, and
for all risks of every description connected with the work; also
for well and faithfully completing the work, and the whole
thereof, in the manner and according to and in compliance with
the Contract Documents and the requirements of the Engineer under
them, also for any and all things required by the Contract
Documents.
ARTICLE IV - LTOUTDAT D D MA OR ACT A D MAGES AND EXCESS
FNGTNFERING COSTS
The Contractor shall, and agrees to, pay excess engineering costs
as described in the General Conditions.
i?. .. S.�eii�. y Lig•.
The Contractor shall,- and agrees -to, pay for liquidated damages
or actual damages if the Contractor fails to complete the project
within the specified time in accordance with the General
Conditions.
ARTICLEARTIQLE_Y.naTARTIlia_MILLSSI2LE115211
The Contractor agrees to commence work under this Agreement
within ten calendar days of receipt of written Notice to Proceed
and to complete all work included in this Contract to the point
of substantial completion in 150 working days. The
contractor further agrees to complete all work to the point of
final acceptance by the Owner in 180 working days.
The Contractor shall, and agrees to, furnish and deliver to the
Owner, the Faithful Performance Bond, the Contractor's Labor and
Material Bond, the Maintenance Bond and the insurance
certificates and policies of insurance required of him by
provisions of the Contract Documents, and to do, prior to
starting work, all other things which are required of him by the
Contract Documents as a prerequisite of starting work.
Agreement
City of Fayetteville
Sewer System Improvements
2
•
ARTICLE VI - PAYMENTS TO CONTRACTOR
The Owner agrees with said Contractor to employ, and does hereby
employ, the said Contractor to provide the materials and do all
the work, and do all other things hereinabove contained or
referred to, for the prices aforesaid, and hereby contracts to
pay the same at the time, in the manner and upon the conditions
set forth or referred to in the Contract Documents; and the said
parties for themselves, their heirs, executors, administrators,
successors and assigns, do hereby agree to the full performance
of the covenants herein contained.
There shall be no measurement or separate payment for any items
not listed and all costs pertaining thereto shall be included in
the Contract unit prices for other items listed.
IN WITNESS WHEREOF, the parties hereto have caused this
Instrument to be executed in three original counterparts the day
and year first above written.
(SEAL)
INSITUFORM TEXARK, INC.
Attes
Name
(Contractor)
da
By
oann Smith
(please type)
(please type)
ame
Robert W. Af older
Title Assistant Secretary Title President
(SEAL)
CITY OF FAYETTEVILLE, AR
frt
By
Attest:
Name /4-ja ine t..)OoSvsoAC
(please type)
(please type)
Name
A5 E21 /14wAk4c
Title airy c2e)QK Title 4,040M4Mt
3
Agreement
City of Fayetteville
Sewer System Improvements
RESOLUTION NO 108-99
MICROFJ ME
A RESOLUTION APPROVING CHANGE ORDERS TO SEWER
REHABILITATION CONSTRUCTION CONTRACTS WITH
INSITUFORM, TEXARK; JONES BROTHERS, INC.; AND T -G
EXCAVATING, FOR A NET REDUCTION OF $27,623.44.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves change orders to sewer rehabilitation
construction contracts with Insituform, TexArk, for an increase of $69,370.50, Jones Brothers, Inc.,
for a reduction of $75,495.30; and T -G Excavating, for a reduction of $21,498.64, for a net
reduction of $27,623.44. A copy of the change orders are attached hereto as Exhibit "A"and are
made a part hereof.
PASSED AND APPROVED this17th day of August , 1999.
A
ATTEST:
B
Heather Woodruff, City Cleflt
APPROV
By
red Hanna, Mayor
•
•
RESOLUTION NO. 61-n0 MICROFILMED
A RESOLUTION APPROVING CHANGE ORDER NO. 2 IN THE
AMOUNT OF $388,158.50 AND A CONTINGENCY AMOUNT
$39,000 WITH INSITUFORM TECHNOLOGIES, INC., FOR
CITYWIDE SEWER REHABILITATION CONSTRUCTION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section 1. That the City Council hereby approves Change Order No. 2 in the amount of
$388,158.50 and a contingency amount of $39,000 with Insituform Technologies, Inc A copy of
the change order is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 16'" day of May , 2000.
ATTEST:
By:
Heather Woodruff, City Clerk
AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
For the City Council meeting of: N/A- Mayor's Approval
FROM:
David Jurgens Water/Sewer Public Works
Name Division Department
ACTION REQUIRED: Mayor approve the attached change order number 3 to the construction
contract with Insituform Technologies, Inc., for city-wide sewer rehabilitation construction, reducing
the contract in the amount of ($123.50). This is a reconciliation change order which balances unit
quantities and closes the contract.
/,c/5/7k/FDeMl
W/5 Zj7/0/
Oy,✓ti0 a3
MICROFILMED
COST TO CITY:
$ (123.50) $ 39,000.00 Sewer Rehabilitation
Cost of this request Project/Contract Contingency Project Name
5400-5700-5815.00 $ 0.00
Account Number Contingency Funds used to date Program Name
Sewer Mains Const
96012-8320
Project Number
$ 39,000.00
Remaining Balance
Water and Sewer
Fund
B
GE
• •
VIEW: XXX Budgeted Item
udge Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
GRANTING AGENCY:
Dale ADA Coordinator Date
G/
Date Internal Auditor
Purchas ng Officer
Date
Qlja
Date
COMMENDATION: Approve change order as stated above.
30314 01
Date Cross Reference: Contract # 651
Division
z.Z_dc
Department if , or Date
k I2-4 A
!m'sistra,veS • Direao
di/
Mayor
INSITUOOAGROO-3.WPD
Date
ZWell
Date
New Item: fres No
Previous Ord/Res #: 108-99 •
Orig Contract Date: 2 June, 1998
Meeting Date: N/A- Mavor's Annroval STAFF REVIEW FORM Page 2
Description: Sewer rehabilitation contract change order number 3, Insitufoiin Technologies, Inc.
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor:
egleLE1V Cti1aLn a.
Lau 4388 )58, 50
e_na boosta-
P 47644it
INSITUOOAGROO-3.WPD
CHANGE ORDER
OWNER: CITY OF FAYETTEVILLE
PROJECT NAME: SANITARY SEWER MAIN
REHABILITATION, WHITE RIVER WATERSHED;
CONTRACT II, UNIT 3; MINISYSTEMS 13B, 15 &
BASINS 10, 12, 20 & 21.
LOCATION: FAYETTEVILLE, ARKANSAS
CONTRACTOR: Insituform Technologies, Inc.
I. DESCRIPTION OF CHANGES INVOLVED:
The following changes are made to the Contract Documents:
A) The unit prices from change order 2 (term 2 contract
renewal) are adjusted as shown below.
Sheet 1 of 2
Change Order 3
18B/C
Project No. 96012-8320
Date: January 17, 2001
Work Item
Line 6" Pipe
Line 8" Pipe
Line 10" Pipe
Line 12" Pipe
Internal Svc
Clean/Pre-TV
Post televise
Stand Mobiliz
Emer Mobiliz
Total
Unit Price
$46.00
44.00
52.50
61.00
400.00
3.50
1.00
1,000.00
1,000.00
B) This is
close this contract.
Unit of
Measurement
Linear Feet
Linear Feet
Linear Feet
Linear Feet
Each
Linear Feet
Linear Feet
Each
Each
a reconciliation
Estimated
Ouantitv
3,831 $
3,331
0
330
26
7,492
7,492
1
0
change
Extended
Cost
176,226.00
146,564.00
0.00
20,130.00
10,400.00
26,222.00
7,492.00
1,000.00
0.00
388,034.00
order which shall
ADJUSTED CONTRACT PRICE DECREASE
II. CHANGE ORDER CONDITIONS
1) The total contract sum for this term of the contract is
THREE HUNDRED EIGHTY-EIGHT THOUSAND THIRTY FOUR DOLLARS AND 00/100
($388,034.00) DOLLARS.
2) This Change Order unless otherwise provided herein does not
relieve the Contractor from strict compliance with the guarantee
provisions of the Original Contract, particularly with those
pertaining to performance and operation of equipment.
III. ADJUSTMENTS IN CONTRACT TIME: NONE.
IV. ADJUSTMENTS IN AMOUNT OF CONTRACT
1) Amount of Term One of this Contract, including
all previous change orders
2) Amount remaining in Term One of this contract
3) Amount of Term Two (2), identified in Change
Order 2
4) Amount of reconciliation adjustment, identifi
in this Change Order number 3
RECOMMENDED FOR ACCEPTANCE:
(Project Engineer)
ACCEPTED:
CONTRACTOR: Insituform Technologies, Inc.
$298,308.00
$ 0.
aS64
088.1-5/C50
( 12.<50)
I$J'RN0(
Date
By 4% . C.0/ 1/26/01
Signature of Authorized Representative Date
Charles H. Nance, Area V.President-North America
OWNER: City of Fayetteville, Arkansas
Signature of Au
By
zed Representative
Date
•
FAYETTEVILLE
1HE CI 1Y OF FAYETIEVIL E ARKANSAS
WATER AND SEWER MAINTENANCE DIVISION
DEPARTMENTAL CORRESPONDENCE
To: Mayor Dan Coody
Thru: Don Bunn, Public Works Dir
From: David Jurgens, Water/Sewer
Date: January 18, 2001
Re: Reconciliation Change Order (Nuiliber 3), Insituform Technologies, Inc.
1. Project Description. This sanitary sewer rehabilitation project involved lining 6,915 feet of 6" -
12" sewer line repairs throughout the entire City. Some of these lines were identified in rehabilitation
projects, while others have been identified by City -crews. It involved a specialized and unique form
of construction, reinstating an existing sewer line to excellent condition while muum,zing digging.
This method costs more per foot than an average line replacement, but is used in areas where
excavation would be costly, impossible or extremely inconvenient to the public. The process is called
Cured -in-place pipe (CIPP). This repair method mvolves placing a resin -impregnated felt tube inside
the existing sewer line. The felt tube is expanded and then hardened using hot water or steam. The
newly lined pipe has all leaks sealed and gives up only a small portion of its diameter. Service lines
connecting to the pipe are either reinstated by digging up and manually attaching the service to the
new pipe, or by using a robotic cutter from inside the pipe. We have used this type of product in
several previous projects, the first of which was in 1992, with excellent results.
2. Project Engineering and Execution. All engineering and field work was performed in-house
by the Water/Sewer Department. Additionally, Water/Sewer crews performed all digging support
required for this project. These measures allowed us to save over 35% offof a consultant designed,
completely contracted project of this scope. This contract was written such that we could use this
method of repair in emergency situations, although we did not need to.
3. Previous Change Orders. There have been two previous change orders. Change order number
one shifted work from a different contract to this one. Change order number two invoked the second
term of the contract.
4. Change Order Number 3. This change order (number 3) is a reconciliation change order to
make the final unit quantities in contract term 2 (contract change order number 2) match what was
actually mstalled. This change order completes and closes out the contract.
5. Budgeting. This change order reduces the contract amount by $123.50. The $39,000 contingency
was not used These funds should all be transferred back into the sewer rehabilitation project
account, per the attached staff contract review form.
8. Stats Recommendation. The Staff recommends that the Mayor sign the attached construction
contract change order with Insituform Technologies, Inc., reducing the unit quantities by $123.50,
reconcihng the unit quantities, and completing the contract.
Enclosures.
Contract Review Request
Proposed Contract Change Order (3 ongmals)
\ REHAB -SW \INSITUOODEP-3. WPD
•
2000 Insttufonn Sewer Project List
updated J , 2001
roject
PLocatiai
jP
/• . -
Des tri • ion
^_-• m • •r:: s
W of Wools'
9
6/0
3
734
8
Yes
445
{. Y" `.
_
Edna to Ash
6
610
0
566
6
No
368
368M
(19)162-161-160-155
1801+ 219' + 177'
•
Highland
3
2/0
1
171
6
Yes
484M
484
1 segment
Mission
We h:
0
•,�• - -iEl�
0®
446M
446
(111) 55- 4913
Where line crosses Mission
- plans
0
RJN.yam.'.
0
Esmt behind Conte •
Cliffside
ry
1
0
1
381
6
No
450
449M
segments, easement
186'+195'
0
0
Deleted
0
rom '
0
plea
6
No
407
1 segment, back yard, approx 54'
currently sliplined
0
0
4
0
6
Yes
Cut protruding rebar only
North of Holly
Gregg
7
7/1
0
354
6
Yes
406
405M
1 segment
easement. middle mh doesn't e>d
810 Applebury (RJN)
0
0
0
98
6
No
Tanebury
glebriar (RJN)
0
0
0
192
6
No
(RJN)
CalifomiaNirginia
15
13!2
2
613
6
Yes
easement
Eastwood(RJN)
5
5/2
0
474
6
Yes
.
1 - 70-36e
55'+319'
2
0/0
2
167
6
Yes
-
3 4-313-31
(116)M
62'ment 106' + 62'
easement
Summa of r Pi ,�
3831
—_---
2
2
0
400
8
Yes
__
-
•
5
5/0
5
589
8
Yes
2 • menta
173'+409'
E. Ridgeway (RJN)
14
8/0
8
1843
8
Yes
-r:M
409
(1 •)242-24 244-245-2 • 247-
246A-249
EERIE
0
02
0
499
8
Yes
408M
409
(116) mh
easement
213-212-211-
178' + 139'
r
+ 3V
F:
+ 15
PERRET,3331
No
10"
•-• -
�---_-
Summa
of 10" Pi
None
0
-" neonn
Lisa Lane
0/0
0
330
180'+150',
2 s>! ents
nota•
-
0
i_
330
—_-
Grand Total:
69
40/4
26
7492
�-
COM Of
Work Item
M'S
Subtotal
_.
—.
6" Pipe
$46.00
3831
3740
$176,226.00
8" Pipe
10" Pipe
12" Pipe
.
$44.00
$52.50
$61.00
3331
0
330
2675
0
500
$146,564.00
$0.00
$20,130.00
_..—
Iliiiiiiiiiiithail
sprz..h=-
the amounts shown in this
..;r inf.,. 1 l:1-• .
Internal Taps
.
$400.00
26
82
$10,400.00
gm
of th17 i 1
, tract. nc, un -r c
Wash and Televise
.
$3.50
7492
6915
$26,222.00-1111111
Post -Televise
$1.00
7492
6915
$7,492.00
r�
Ill
r �U
Standard Mobilization.
$1,000.00
1
3
$1,000.00
�
-
aintt j • _ - -
$1,000.00
0
1
$0.00
Ile, Arkansas
Pro
eel Total Cost:
-__-
$388 034.00
o11123DATAsEWFRoJ"NM
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
•
DEPARTMENTAL CORRESPONDENCE
•
To: David Jurgens, Water and Sewer Superintendent
From: Heather Woodruff, City Clerk
Date: March 8, 2001
Attached is a copy of the completed staff review form and change order no. 3 to the construction
contract with Insituform. I am also retuming two originals to you. The original will be
microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Auditor
Tryettevillle
ARKANSAS
WATER AND WASTEWATER DEPARTMENT
DEPARTMENTAL CORRESPONDENCE
TO: Whom it May Concern
FROM: David Jurgens, Water and Wastewater Director
DATE: 27 November 2006
SUBJECT: Paragraph Numbering Error on Reconciliation Change Order
(Number 3), Insituform Technologies, Inc Memorandum Dated January 18, 2001
I have reviewed the original document file, and confirm that there were only six
paragraphs on the memorandum, as shown in the City Clerk's files. The final paragraph
was incorrectly identified as paragraph number eight; it should have been paragraph
number six.
Insituform Chg Ordr 3 Jan I8 2001 Memo Explanation Nov06