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