Loading...
HomeMy WebLinkAbout108-99 RESOLUTION• • RESOLUTION NO. 108-99 A RESOLUTION APPROVING CHANGE ORDERS TO SEWER REHABILITATION CONSTRUCTION CONTRACTS WITH INSITUFORM, TEXARK; JONES BROTHERS, INC.; AND T -G EXCAVATING, FOR ANET 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 thisit day of August , 1999. Y E'43/4 APPROV .• A/ 11 • • ATTEST:_' C Heather Woodruff, City Cler By red Hanna, Mayor • AGENDA REQUEST _XXX_ CONTRACT REVIEW GRANT REVIEW For the City Council meeting of FROM: David Jurgens Water/Sewer Public Works • STAFF REVIEW FORM RECEIVED JUL 3 0 1999 CITY OF FAYETTEVILLE CITY CLERK'S OFFICE Name Division Department ACTION REQUIRED: Mayor approve the attached change orders to sev(C��,y�rehabthtatton construction contracts with InsituforieTexArk (increase of $69,370.50), Jon&trothers, Inc. (reduction of $75,495.30), and T -G Excavating (reduction of $21,498.64), for a net reduction of t97,671 44 LP5D COST TO CITY: $ (27.623.44) $1,097,934.35 Sewer Rehabilitation Cost of this request Project/Contract Budget Project Name 4470-9470-5815.00 Account Number $1.097.934.35 Sewer Mains Const Funds used to date Program Name 96012-8320 $ 0 Water • d Sewer Project Number Remaining Balance (excluding contingency) Fund BUDGET REVIEW Budgeted Item Budget Adjustment Attached r sat B . • et Coordinator i Administrative Services Director CONTRACT/GRANT/LEASE REVIEW• GRANTING AGENCY: 7 aB-9y Date Date "a9 19 Date COMMENDATION: Approve change orders as stated above. OVANfu 2.i__iq on / Date (-ol« <) (J.2.t att. 7-3) -49 Date Admini Date Mayor Cross Reference: New Item. ¥es 11.4 Previous Ord/Res #: 74-98. 72-98 73-98. 88-98 Orig Contract Date: June 2. 1998 FAYETTEVILLE THE CITY OP FAYETTEWIE, ARKANSAS WATER AND SEWER MAINTENANCE DIVISION DEPARTMENTAL CORRESPONDENCE To• Mayor Fred Hanna Thru: Charlie Venable, Public Works Director Thru: Don Bunn, Asistant Public W From: David Jurgens, Water/Sewer Date: July 26, 1999 Re: Minisystem 15 Trenchless Sewer Rehabilitation Construction Contract Change Orders 1. GeneraL Attached are three change orders for the vanous construction projects performed under the minisystem 15 sewer trenchless rehabilitation construction projects- one for each contractor. The net cost is a decrease of $27,623.44. Each change order is described in some detail below. The construction contracts were with Insituform, Jones Brothers, T -G Excavating, and Building Utilities. 2. Summary of changes. Incit ifnrm Innn4 Rrnc T -G Frrav Tntalc Amount of contract w/ 228,937.50 645,080.85 223,916.00 1,097,934.35 previous change orders Amount of this C.O. 69,370.50 (75,495.30) (21,498.64) (27,623.44) Final contract amount 298,308.00 569,585.55 202,417.36 1,070,310.91 3. Details of changes. A. Insituform Technologies. This change order involves an increase of $69,937.50, most of which reflected work which was moved from the Jones Brothers contract to the Insituform contract. Jones Brothers had significant difficulty internally remstatmg taps in 6" mains, so a section of 6" was added to the Insituform job. There were two specific contract changes, as follows: 1) The unit quantities set forth in the contract documents are changed to reflect the actual quantities installed which are reflected on Exhibit A to the change order; and 2) A new line item is added for Cured -m -Place Pipe lining of 10" pipe. The actual quantity installed is reflected on Exlubit A to the change order. B. Jones Brothers, Inc. This change order involves a decrease of $75,495.30, most of which was moved from the Jones Brothers contract to the Insituform contract. The rest reflects unit quantities actually installed. C. T -G Excavating. This change order reflects unit quantities actually installed. 4. Budgeting. These change orders complete these projects. The contracts should be closed out upon payment of the amounts shown. A small retainage is pending for Jones Brothers and T -G Excavating, and the balance of the change order remains for Insituform The balance remaining in the contracts, and the contingency, should be released back to the sewer rehabitation project, number 96012. 5. Staf Recommendation. The Staff recommends that the Mayor approve the three attached change orders. Enclosures: Contract Review Request Proposed Change Order for Insituform (3 copies) Proposed Change Order for Jones Brothers (I copy) Proposed Change Order for T -G Excavating (1 copy) City Council Resolution for Insituform #74-98 City Council Resolution for Jones Brothers # 72-98 City Council Resolutions for T -G Excavating (1 for the contract, 1 for C. O. # 1) # 73-98, 88-98 \REHAB-SVAMS15a01. WPD • CHANGE ORDER OWNER: CITY OF FAYETTEVILLE PROJECT NAME: SANITARY SEWER MAIN REHABILITATION, WHITE RIVER WATERSHED; CONTRACT II, UNIT 3; MINISYSTEMS 13B, 15 & 1813/C BASINS 10, 12, 20 & 21. EXHIBIT A Sheet 1 of 2 Change Order 1 LOCATION: FAYETTEVILLE, ARKANSAS Project No. 96012-8320 CONTRACTOR: Insituform Technologies, Inc. Date: June 16, 1999 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are made to the Contract Documents: A) The unit quantities set forth in the contract documents are changed to reflect the actual quantities installed which are reflected on Exhibit A which is attached hereto and made a part of this change order. B) A new line item is added for Cured -in -Place Pipe lining of 10" pipe. The actual quantity installed is reflected on Exhibit A which is attached hereto and made a part of this change order. ADJUSTED CONTRACT PRICE -INCREASE II.CHANGE ORDER CONDITIONS 1) The total contract sum is increased to a total contract sum of. TWO HUNDRED NINETY-EIGHT THOUSAND THREE HUNDRED EIGHT DOLLARS AND 00/100 ($298,308.00) 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 1) There is no adjustment in contract time. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract $228,937.50 2) Net (Addition)(Deduction) due to all previous Change Orders $ 0. 3) Amount of Contract not including this Change Order $228 937.50 $69,370 50 $298,308.00 4) Addition to Contract due to this Change Order 5) Amount of Contract Order RECOMMENDED FOR ACCEPTANCE: (Project Engineer) ACCEPTED: CONT By including this Change Sigifaturof Authorized Representative D_te OWNER: City of Faye evil e, Arkansas By %4�/ /% y� Sign ure of Authorized Representative Date • • Insitufonn Sewer Proiect List March 9. 1999 Project Location Total Taps Ext Pt Taps/ Repairs Internal Taps Length (Feet) Pipe Size Old/New Televised (Y or N) Map Page Project Description 11 W Ash/20 E Syca Ash/Green Valley ore 5 5/0 0 309 6 Yes 367 Easement (113) 104-103 Archibald Yell/East 2 2/0 0 380 6 Yes 523 (W2) 11A-11 Henry Eye/B&B BarBO S of Holly W of Shady 7 7/1 0 409 6 Yes 406 012) MH 170-169-168-224 Easement; 175'+28'+208' N of Maple Razorback 0 0/0 0 315 6 Yes 443 Made (W13)22-11 up MH #s W of Vandeventer N of Adams 7 7/2 0 300 6 Yes 445 Easement (112) 66-65 (Jones California Brothers) 3 3/0 0 401 6 Yes 445 MH 203-202-201-209 29+324+128 Navajo -Pawnee 7 4/0 3 310 6 Yes 372 MH 110-108 Cul -desacs, Easement Summary of 6" Pipe 2424 400 block S. College Ave 11 11/0 0 411 8 Yes 523 524 Street, external taps (W2) 35-33 900 block S. College Avenue 6 0/0 6 390 8 Yes 562 (W2) 146P -147P Street, internal taps Harmon Field 4 1/0 3 1122 8 Yes 445 (W13B) 915-2438 Easement; 7 segments N of Sycamore North Walnut 2 0/1 2 286 8 Yes 368 MH 48-45 Partially sliplined; pt rep required Summary of 8" Pi 2209 Lake Lucille Spillway 0 0/0 0 475 10 Yes 407 (14) MH 97-96-95-94 Through Dam Spillway, easemen Summary of 10" Pipe 475 302 S. Gregg 6 0 6 499 12 Yes MH 560-539 522 Internal taps Summary of 12" Pi 499 Grand Total: 60 20 5607 Cost of Work Pe -formed Work Item Cost per # of Unit Units Subtotal 6" Pipe $46.00 2424 $111,504.00 8" Pipe $44.00 2209 $97,196.00 10" Pipe $52.50 475 $24,937.50 12" Pipe $61.00 499 $30,439.00 The c'uantltles shown herein are Internal Taps (Estim-te) $400.00 20 $8,000.00 true and correct actual 1.37 ir it for what 1 fnr was this nm�at Wash and Televise $3.50 5607 $19,624.50 Post -Televise $1.00 5607 $5,607.00 %� 0-' l :en I Standard Mobilizatio 1,000.00 1 $1,000.00 C' . ayett ille Arkansas Emergency Mobilizat(on $1,000.00 0 $0.00 i M W 41 Project Total Cost: $298,308.00• la .n B. Washburn, S1• `_ P 'Igo. •• _ • G.\\123OATMSBNWio .wK4 E. , Inc. CHANGE ORDER OWNER: CITY OF FAYETTEVILLE PROJECT NAME• SANITARY SEWER MAIN REHABILITATION, WHITE RIVER WATERSHED; CONTRACT II, UNIT 1; MINISYSTEMS 13B, 15 & 18B/C BASINS 10, 12, 20 & 21. EXHIBIT A Sheet 1 of 2 Change Order 1 LOCATION: FAYETTEVILLE, ARKANSAS Project No. 18-1355-0 CONTRACTOR: JONES•BROS., INC. Date: February 10, 1999 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are made to the Contract Documents: A) The unit quantities set forth in the contract documents are changed to reflect the actual quantities installed which are reflected on Exhibit A-1 through A-3 inclusive which are attached hereto and made a part of this change order. ADJUSTED CONTRACT PRICE - DEDUCT II CHANGE ORDER CONDITIONS 1) The total contract sum is reduced to a total contract sum of FIVE HUNDRED SIXTY-NINE THOUSAND FIVE HUNDRED EIGHTY FIVE AND 55/100 ($569,585.55) 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 1) There is no adjustment in contract time. IV ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract $645,080.85 2) Net (Addition)(Deduction) due to all previous Change Orders $0 3) Amount of Contract not including this Change Order $645,080.85 4) Reduction to Contract due to this Change Order $75,495.30 • • 4 5) Amount of Contract including thisnge 0 RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) ACCEPTED: CONTRACTO $569,585.55 "e--(0:3(99) Date 77C-77" Date Signature of Authorized Representative OWNER: City of Fayetteville, Arka as By gnature of Authorized Representative 7141 Date 5273 o2 Z i1 2 o OO c� -I ▪ v ADO 0 0 g3 m m c zicno- m -1m - m m-1�-II — z won C7i> rziT e"o• -1 --I<< •cii1z0 5 K m wzm1 Zm 63 _ • • XIF c" Z mm r 0 F Cmn �mD o m -4 O) Z z D O m Z co C F O N N n ^ mm.... Z T 0Z O inn Z1� co O C x cn m N .Z7 m 22 H z m L 0 0 • 2r Iti O O - 4 m(n Z ▪ Z I c -7,-:43z OD °1 -1 0 N nT _ C. —I - �1 oZ a)C --4 O m m m -4 L. cn x CJ O CT ACTI (0 i• O • 0 X A m`C < Z^ D r r Zr 0Z 0, Z -1 Ds. r C7 D C co 0CO Z w D AL Z C O -i r m = o V N 0 0 m m co ;, al O 0 L ..Q•'. w u 0 O cn Ni n > N O W O -a O -o D CONTRACT CONTRACT CONTRACT ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE COST (1) (2) (3) (4) (5) (6) CONTRACT SUMMARY j. A m > m D m D Tr1 r r m r r 1-- CT O N a N A CJ O a -" CO N JJ O -S O 0) CO C0 (0 NJ V 01 J. 0 0 EA CON3 O o 49 N O o Wi CI1 CT 0 O 69 Co (T 69 A N Eli CO 01 b9 A CT 69 A 0 69 CO 63 0 69 0 0 • Eli CO (J o O O O fn A O 0 b O Vi CT O 0 O O 69 - V CO 0 O O En 01 O V V N 69 A CO CJ CJ O O En V N (0 O (T 6i (0 0 O 0 01 al El) O CT - Na O O 69 (/1 b 0 o O O N (J V A 0) co NJ - 0 N (n a) CT WORK PERFORMED TO DATE NO. OF AMOUNT EARNED PERCENT UNITS TO DATE COMPLETE (7) (8) (9) EH , CO V A O 0 O 69 N 00) Co O (T V) O N O 0 O W CO N V A V 0 49 V (00 O O 0 EA 0 0) O W O ER O (J CO N (T 0 A 0 0 0 0 ) 0 0 O- 0 o coA 0 a m 0 o a 0•0 0 a 0 5273 o2 Z i1 2 o OO c� -I ▪ v ADO 0 0 g3 m m c zicno- m -1m - m m-1�-II — z won C7i> rziT e"o• -1 --I<< •cii1z0 5 K m wzm1 Zm 63 _ • • XIF c" Z mm r 0 F Cmn �mD o m -4 O) Z z D O m Z co C F O N N n ^ mm.... Z T 0Z O inn Z1� co O C x cn m N .Z7 m 22 H z m L 0 0 • 2r Iti O O - 4 m(n Z ▪ Z I c -7,-:43z OD °1 -1 0 N nT _ C. —I - �1 oZ a)C --4 O m m m -4 L. cn x CJ O CT ACTI (0 i• r 0 r D Z 2 rtAt -diG z -1 XI Z 0 cn T c- C) 0 Z Z 0 m m Z-1 Co23 a X10 w n) X0 C) m o O ; CZ) _ .0 y m C; ...:m m m m -I 0 m 1 D_ m A D 0 = D "i m D M 2 7J0 m m 0 -a A r CC) '� Z 0 C) r < O K to T Ni 0 cn < n z m m ? rn < C) z m m m a; X <n m < 71 C) r z Z 0 O N z. ? -1 cn 21 < Z O r z CONTRACT SUMMARY m.0 TI D 0 O . m D z - PTION UNIT QUANTITY UNIT (3) (4) r -11 r 71 C) r r r r m m r m r m m m co N- 0)) 0 01 N al 01 01 O c0 W CO0 0) A CO 69 N 01 EA b O EA Q) 01 b O EA A 01 b O EA co (0 b O 69 -• 0 b O FA -& 0 b O 69 O 0 b O 69 T 01 O O EA 0) 0) b O 69 CO 01 O O EA O CO 0 b 0 69 0 O O 0 69 (A A 01 O O EA 0) 0 01 b O 69 co W O b O 49 N t0 N- N b O 69 N (O N N O O 69 01 N 0 0 b O 69 O (0 0 0 b O EA _. in 0 0 O O EA A CO 01 b O EA N W V 0) O O EA W N N O O O 69 V c0 N O O O EA N O O O O co Aco co N _o. O co CO _._ N N _. V EA O N W (1 VJ EA CO O O EA (0 O b O EA N O CO O b O 69 A N O O O EA W O b EA (O O 01 EA co O O EA O O IT EARNED . PERCENT (0 N - CO 0 CO -4 CO W Cl) VO) 0 N 0 N 01 0 CO A 0 • TOTALS 1L2 POST TV INSP. LF 9236 1M1 HYDROMULCH SEED LF 5651 1N1 ROCK EXCAVATION CY 1 EXTERNAL SERVICE RENEWAL - TRAILER PARK Per Paul Thompson, David Jurgens &I Steve Lindsey L ITEM NO. DESCRIPTION UNIT OUP (1) (2) (3) CONTRACT SUMMARY EA (0 0 O 69 o O O o EA O) b O EA -.V O O $ 645,080.85 fA N O O O O EA CO -CO (O 0 O O EA CO N CO O) O O al m A O CO NO. OF AMOUNT EARNED PERCENT UNITS TO DATE COMPLETE (7) (8) (9) WORK PERFORMED TO DATE EA c A O (O b 0 fA al a) O to co N N (n EA a O) O �I to 0 88% - CO N 0 . a o rr p ,. (p Materials Stored on Site Z n - n "'1.3/4 y 0 :n —.n .- Lyv N 0 ` 0 - n ..... z x x x X X x X CONTRACT QUANTITY (4) c 3 X > K X X X X X X X x x x x X x x CONTRACT UNIT PRICE (5) X X x x n 0 - n x x x x x x x NO. OF UNITS (7) _. 1 s. 0 In '_' fi = c=i' . 0' . _ O -I c C 7. o c • - > 1 v x;Ti: x x x x x x PERCENT COMPLETED ..._. (9)— I. C 'Q 1 • NO L I V(ItlaN4 •1 -C ro INC —0 r- —m rr d W r rr rr 0 '0 ;0 rr D - 71 C airNr r r r. (0 m 00 !•-•- H • r r r C 01 ' 0 3 r r n rr m r - r Y 1 n Y n c G r. G O.- -1- 5 F3 r 0 Y 0 r C..c c G r 0 0 0 r r m 0 r J r rr-rrr 0 r(0 rn0 M tr. rr 0 m O.-• C. 07 nC rr G 0 ' r rr r r G d 3 m T 3 rm m 0 r 3 (D rr ••1 1-3 •`ni ~ m rr +t 0 m r nr '7 01 m 0 0 •O n £ G r ~ ° m sP°t a crt x0 r-• C W G 0 m cm r0RzCrl 000nrr 0 d O a r^ �rCn3 7 3 0 rt-7Tm rr K m G 117 rr 03 r —1r3-.0 r =7a• Wa.:• G3 0 r rr 3 0'3 m 0 r+ 0 ' 1 T •= O m• m m 'Y < 3 r Tm 0 r 03 IT 9 c- r 0 0 m rrm r m rr G + C C 0 •Q m 'Q 03.••oa ire.• r co r 0 3 in 3033rr r G r3 r - (r) m ca C n s 0 G.3 0 3 •< rc-rx K nmr.0 77. 0- 0 r r T 0 C - y_•1... a Atom a r a G.3‘10 v 0 rt 0 0 - r Ga0 flt T rr a • 3 Y Q. r0 a X r -n 3 0 Y F+ 0 C9 0 rr n m G m m .4 0 p-• mrPC rr v £ 3•r m T r a. ter. mr•rr 3 �, rY Koz A m 0 C7 .C. 0. nn > (r T m CD 3 81122 rr (D G z m rr 0 m 3 n rt a02 mxi n 03r G D W 0 n r 0 (0 T ro r,v:. 0 z C rD+ 3 • n— G 0 gym.. oga rt ID G O rr (0 0 r0 0 rtC 7r -nn -0. m o o, m d o r 7 r r n` CCW rt7 �i M G .- W n m GOC 0 -• 'C rrr.- rt 0 r+- x 3 0 0 'D 0 0 r r . W O o rr3 m 9 C m C 01 03 03 CI r r rrM uv.. :.-F..a < rO Gz rr m y >> J m'D d Ga 3 r. 0 G 3 0 G 3 r r• q O 0 N m C C TJ C a d rr c 0 o c a rO rr C. rr rGn (1 - at a- O rt 3 e+(0 G DI O ED r �.O r G r riarl £.3 0. R 0 K T 3 r N C3 n •0 rm 3 0-3 ^'Q -- C. Y ca n m 3 7 n (D n 0'Q n m a rrr 3 rm < a m rn 0 3 Ul r W m -O G • HTOrmG Dc''Y GrCm 1-0 rr ^300 • mm rr� 0 £ _ r•< )a- r r.. r� W 3 O W r 3 (D ' • d G • . (D r • . 3 ^J K• (D m • • r 08 ?I m • • 'a r 3 j Y m r. z� • • rm • • m Ww r. 'II • • • O • 9 'n r (D .• • 0 $• • • • • • • . • Fs - 0 0 a a < D, m r rr m n GC m •< rr G n W 0. •rt ID K N 0 rr T 3 T rr m.rr9 3 Gm r • al. 0 T n r o — • al • n0 Tl• T • 0 K m ny n C. r_' r t rD N v 0 =0 cu 0 C c 01 0 a 0 rt C 11 COM.O rt r 3 (D `= i- (D •m 0 C. W m 9 O -• 0 = m a• 0 cs v rr3 ti0 r 01 rCn 0 3 -m rrm n H rti n 0 1.1 r-3 22 t7 n y_ n 0 0 - Q2 E 0 C. m Z. •r ".r. C S.nnd.. 1C • r C -- 'r . • .3 z Tr, 0. 0 m E. C[• m r !t i; i1; N m C. .. C 41..a.r (••-'. = mar*:.:•C' rD 0 N t] GEye• . r,:: t7 rj Z n 3 r _ 3 a -0 r.. > T: rr It •C r� 3 a .. O K 3 A r 3 1Q ON g - co no - r O J r G >'Q r G G 01 'U 3 N 0 rt. rt O r m O 0 r' C O G' or 0 .. G O 0 r0 T n ti,p m n.... •mr: • • • • CHANGE ORDER OWNER: CITY OF FAYETTEVILLE PROJECT NAME: SANITARY SEWER MAIN REHABILITATION, WHITE RIVER WATERSHED; CONTRACT II, UNIT 2; MINISYSTEMS 13B, 15 & 18B/C BASINS 10, 12, 20 & 21. EXHIBIT A Sheet 1 of 2 Change Order 2 LOCATION: FAYETTEVILLE, ARKANSAS Project No. 18-1355-0 CONTRACTOR: &G. EXCAVATING, INC. Date: February 10, 1999 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are made to the Contract Documents: A) The unit quantities set forth in the contract documents are changed to reflect the actual quantities installed which are reflected on Exhibit A attached hereto and made a part of this change order. ADJUSTED CONTRACT PRICE - DEDUCT II CHANGE ORDER CONDITIONS 1) The total contract sum is reduced to a total contract sum of TWO HUNDRED TWO THOUSAND FOUR HUNDRED SEVENTEEN AND 36/100 ($202,417.36) 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 1) There is no adjustment in contract time. IV ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract 2) Net Addition due to all previous Change Orders No.1 3) Amount of Contract not including this Change Order $186,543.00 $37,373.00 $223,916.00 • • 4) Reduction to Contract due to this Change Order 5) Amount of Contract including RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) ACCEPTED: CONTRACTOR: $21,498.64 $202,417.36 fro/Sp Date redid Sig..ure of Authoriz d Representative Date OWNER: City of Fayetteville, Ar ansas By Signature of Authorized Representative Date • : FINAL PAY ESTIMATE : NUMBER Kt : NAME OF CONTRACTOR: : T -G Excavating, Inc., 26016 E. Admiral PI. Catoosa, OK 74015 : NAME OF OWNER: : City Of Fayettville, 113 West Mountain, Fayettville, Arkansas, 72701 NAME OF CONTRACT: "Sanitary Sewer Main Rehabilitation White River and Illinois Watershed Contract II, Unit 2 : DATE OF COMPLETION: : Original October 1998 : Revised • AMOUNT OF CONTRACT Original 5186,543.00 Revised $223,916.00 DATE OF ESTIMATE From 10-03-98 To 12-09-98 : Item : No. Description : This Estimate : Previous Estimate Total to Date : Appra( Unit : Quantity : Unit : Price Amount Quart . Amount : Quant. Amount Quant. . Amount : • • 1 : 6' To 8" Pipe Burst :1674.00: If $47.00 78,878.00: 0.00: 2038.00: 95,786.00: 2038.00: 95,786.00 • 2 : 8" Ductile Iron Pipe 35.00: If : $60.00: 2,100.00: 000 ' 40.00: 2,400.00: 40.00: 2,400.00 : • 3 : 8" PVC Pipe : 510.00: If : $50.00: 25,500.00: 0.00: 452.00: 22,600.00: 452.00: 22,600.00 : • 4 : 4' Dia. Manhole (0 - 6 Deep) 10.00: ea :$2,300.00: 23.000.00: 0.00: 9.00: 20,700.00: 9.00: 20,700.00 5 : 4' Dia Manhole Additional Depth : 14.00: of 5220.00 3,080.00: 0.00: 9.00: 1,980.00: 9.00: 1,980.00 : .• 6 : Shallow Manhole Replacement 2.00: ea : $2,500.00. 5,000.00: 0.00: 0.00: 0.00: 0.00 : .• 7 : Install Cleanad 1.00: ea : $800.00: 800.00: 0.00: 0.00: 0.00: 0.00 : 8 : Manhole Insets 10.00: ea : $100.00: 1,000.00: 0.00: 9.00: 900.00: 9.00: 900.00 : 9 : Servide Connections ( Liners) 18.00: ea : 5900.00: 16,200.00: 0.00: 27.00: 24,300.00: 27.00: 24,300.00 : 10 : Service Connections ( Open Cut) : 7.00: ea : $300.00: 2,100.00: 0.00: 10.00: 3,000.00: 10.00: 3,000.00 : 11 : 6" Service Connectins (Uners) : 1.00: ea : $951.00: 951.00: 0.00: 0.00: 0.00: 0.00 : 12 : 4" Service Line : 200.00: If : $15.00: 3,000.00: 0.00: 47.00: 705.00: 47.00: 705.00 : 13 : 6" Service Line 4.00: If : $30.00: 120.00: 0.00: 800 ' 240.00: &00 : 240.00 : 14 : Clay Dams 4.00: ea : $100.00: 400.00: 0.00: 4.00: 400.00: 4.00: 400.00 : 15 : Obstruction Removal 2.00: ea : $1,500.00: 3,000.00: 0.00: 2.00: 3,000.00: 2.00: 3,000.00 : 16 : Asphalt Replacement 55.00 : If : $85.00: 4,675.00 : 0.00 : 81.00 : 6,885.00 : 81.00 : 6,885.00 : 17 : Curb & Gutta 25.00: If : $30.00: 750.00: 0.00: 0.00: 0.00: 0.00 : 18 : Sidewalk Replacement 15.00: If : $35.00: 525.00: 0.00: 19.00: 665.00. 19.00: 665.00 : 19 : Concrete Encasement 2.00: cy : $150.00: 300.00: 0.00: 0.00: 0.00: 0.00 : 20 : Trench Safety : 585.00: If : $1.00: 585.00: 0.00: 451.00: 451.00: 451.00: 451.00 : 21 : Cleaning & T.V. Inspection : 1674.00: If : $2.50: 4,185.00: 0.00: 2022.00: 5,055.00: 2022.00: 5,055.00 : 22 : Post T.V. Inspection : 2219.00: 8 : 51.00: 2,219.00: 0.00: 2530.00: 2,530.00: 2530.00: 2,530.00 : 23 : Hydromulch Seeding : 575.00: If : $3.00: 1,725.00: 0.00: 730.00: 2,190.00: 730.00: 2,190.00 : 24 : Pit Compaction Tests 10.00: ea : $75.00: 750.00: 0.00: 6.00: 450.00: 6.00: 450.00 : 25 : Sag Adjustments 20.00: If : $150.00: 3,000.00: 0.00: 10.00: 1,500.00: 10.00: 1,500.00 : 26 : Rock Excavation 2.00: cy : $200.00: 400.00: 0.00: 0.00: 0.00: 0.00 : 27 : Rip Rap 50.00: Ton : $50.00: 2,500.00: 0.00: 54.00: 2,700.00: 54.00: 2,700.00 : : CO -1 : Emergency Rate Per/Day 3.00: ea : $3,316.97: 9,950.91: 0.00: 1.20: 3,980.36: 1.20: 3,980.36 : : TOTAL: : 196,493.91 : 0.00 : : 202, 417.36 : : 202, 417.36 : ORIGINAL CONTRACT AMOUNT' $188,543.00 ADDITIONS' $37,373.00 DEDUCTIONS' $0.00 ADJUSTED CONTRACT AMOUNT TO DATE' $223,918.00 TOTAL AMOUNT EARNED TO DATE. $202,417.38 MATERIAL ON HAND $0.00 TOTAL COMPLETED 8 STORED TO DATE- $202,417.38 RETAINAGE .... $0.00 TOTAL EARNED LESS RETAINAGE $202,417.38 LESS PREVIOUS PAYMENTS. $200,917.36 AMOUNT DUE THIS ESTIMATE $1,500.00 CERTIFICATION OF CONTRACTOR ACCORDING TO THE BEST OF MY KNOWLEDGE AND BELIEF, I CERTIFY THAT ALL ITEMS AND AMOUNTS SHOWN ON THIS PERIODICAL ESTIMATE FOR PARTIAL PAYMENT ARE CORRECT THAT ALL WORK HAS BEEN PERFORMED AND/OR MATERIAL SUPPLIED IN FULL ACCORDANCE WITH THE REQUIREMENTS OF THE REFERENCED CONTRACT AND/ OR DULY AUTHORIZED DEVIATIONS, SUBSTITUTIONS. ALTERATIONS. AND/OR ADDITIONS, THAT THE FORGOING IS THAT NO PART OF THE BALANCE DUE THIS ESTIMATE, HAS BEEN RECEIVED, AND THAT T. E UNDERSIGNED D HIS SUBCONTRACTORS HAVE COMPLETED WITH ALL THE LABOR PROVISIONS OF SAID CONTRACT. T -G EXCAVATING, INC. CERTIFICATION OF_ENGINEER DATE: f!I - 7 9 / I CERTIFY THAT I HAVE CHECKED AND VERIFIED THE ABOVE AND FORGOING PERIODIC ESTIMATE FOR PARTIAL PAYMENT; THAT TO THE BEST OF MY KNOWLEDGE AND BELIEF IT ISA TRUE AND CORRECT STATEMENT OF WORK PERFORMED AND/OR BEEN INSPECTED BY ME AND/OR BY MY DULY AUTHORIZED REPRESENTATIVE OR ASSISTANTS AND THAT IT HAS BEEN PERFORMED AND/OR SUPPLIED IN FULL ACCORDANCE WITH REQUIREMENTS OF THE REFERENCED CONTRACT; AND THAT PARTIAL PAYMENT CLAIMED AND R ,-. 1 ED BY THE CONTRACTOR IS CORRECTLY COMPUTED ON THE BASIS OF WORK PERFORMED AND/OR MATERIAL SUPPLIED. L/ -p RJN GROUP BY: �1• _. _,` • DATE: 1 / /30 (q c CITY OF FAYETTEVILLE BY: L*Sj LLL 1 J _ DATE: 4426/41 CITY OF FAYETTEVILLE BY:/ / / ��C�nPle DATE: �(" l" / tvv� 1--1 RESOLUTION NO 7 2 - 9 8 A RESOLUTION ACCEPTING THE RECOMMENDATION OF RJN GROUP, INC. AND AWARDING BID NO. 98-34, UNIT 1, CIPP, CONTRACT ENGINEERING DESIGN IN THE AMOUNT OF $645,080.85, PLUS A CONTINGENCY AMOUNT OF $64,508, TO JONES BROTHERS, 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 of RJN Group, Inc. and awards Bid No. 98-34, Unit 1, CIPP, contract engineering design in the amount of $645,080.85, plus a contingency amount of $64,508, to Jones Brothers, 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. PASSED AND APPROVED this nd day of June 1998. APPROVED: ����j By /..G�///G:aGvw/ fred Hanna, Mayor ATTEST: 4C Heather Woodruff, Cit Clerk oto/5 RESOLUTION NO. 7 3- 9 8 A RESOLUTION ACCEPTING THE RECOMMENDATION OF RJN GROUP, INC. AND AWARDING BID NO. 98-34, UNIT 2, PIPE BURSTING, CONTRACT ENGINEERING DESIGN IN THE AMOUNT OF $186,543, PLUS A CONTINGENCY AMOUNT OF $18,654, TO T.G. EXCAVATING, FOR PIPE BURSTING 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 of RJN Group, Inc. and awards Bid No. 98-34, Unit 2, pipe bursting, contract engineering design in the amount of $186,543, plus a contingency amount of $18,654, to T.G. Excavating, for pipe bursting 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. PASSED AND APPROVED this day of June 1998. ATTEST: By.��•/AL Heather Woodruff, City Clerk APPROVED: By. Aerd41.nJ Fred Hanna, Mayor