Loading...
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