Loading...
HomeMy WebLinkAbout110-99 RESOLUTION• • RESOLUTION NO 110-99 A RESOLUTION APPROVING A CONTRACT WITH UNITED PLUMBING FOR THE RELOCATION OF WATER AND SEWER IN CONNECTION WITH THE DICKSON STREET ENHANCEMENT PROJECT IN THE AMOUNT OF $598,961; PLUS A PROJECT CONTINGENCY AMOUNT OF $61,039; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1 That the City Council hereby approves a contract with United Plumbing for the relocation of water and sewer in connection with the Dickson Street Enhancement Project, in the amount of $598,961, plus a project contingency amount of $61,039; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of $200,000 increasing Waterline Improvements, Acct. No. 4470 9470 5808 00, Project No. 99027 20 by decreasing Building Costs, Acct. No. 4470 9470 5804 00, Project 98076 20. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 17th day of August , 1999. APPROVE By ATTEST: " Heather Woodruff, City Cl . c^� 'e ._ - T N`\, Fred Hanna, Mayor ?Gast, ep f t-cs uw C x�- TVt'5 'es. Ilo -ok 'its 11 1004. i 6 DV1 �a i Gdl -LJ 00 4 13. -1;1 IDickson Street Improvement Project 7/28!99 Water and Sewer Modifications Il DOCUMENT 00510 AGREEMENT EXHIBIT A II THIS AGREEMENT is dated as of the/7 day of in the year 19 99by and between I The City of Fayetteville, Arkansas (hereinafter called OWNER) and (Anrep Pcu.M.si.4, L.C.C. 1 (hereinafter called CONTRACTOR) 1 OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. 1 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Placement of approximately 1,530LF of 17 ductile iron or PVC water main, connection of existing branch lines to the new 12' main using 6' DI or PVC water main, installation of new services to serve existing buildings from new and existing 12' main, replacement of fire hydrant piping and valves, butterfly valves, gate valves, fittings, and other appurtenances; with affiliated pavement, sidewalk, and curb repair. Also included will be replacement of [ approximately 602 LF of 8' sanitary sewer main, replacement of approximately eight sanitary sewer services, and construction of one manhole on an existing sewer line; with affiliated pavement, sidewalk, and curb repair. 1 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Dickson Street Improvement Project, also known as Dickson Street Enhancement Project Artide2. ENGINEER. The Project has been designed by The Benham Group, Inc., who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will 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 complete on or before November 19, 1999 for the westem portion of the project and on or before February 15, 2000 for the eastem portion of the project. The dividing line for the eastem and westem portions of the project is Rollston Avenue, as indicated on the drawings. Bidder further agrees that the work will be completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions on or before March 1, 2000. 00510-1 • Dickson Street Improvement Project 7/28199 Water and Sewer Modifications 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time Accordingly, instead of requiring such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Seven Hundred Fifty Dollars ($750.00) 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 Contract Time or any proper extension thereof granted by the OWNER, CONTRACTOR shall pay OWNER Seven Hundred Fifty Dollars ($750.00) for each day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as folsws• Total of Unit Pnces�H /"74 ot< Dollars $ SiB, `�(� t oo Unit prices are as listed in the attached bid form. Article 5. PAYMENT PROCEDURES. Contractor shall submit Applications for Payment in accordance with Article 14 of the General 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, within 30 days after receipt of Contractor's Application for Payment. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in Paragraph 14.1 of the General Conditions. 5.1.1 Prior to completion of work in excess of 50% of the contract price, progress payments will be an amount equal to: Ninety percent of the Work completed, and Ninety percent of materials and equipment not incorporated in the Work but delivered and suitably stored, less in each case the aggregate of payments previously made. 5.1.2 Upon completion of a minimum of 50% of the contract price in work completed, and upon a detemrination by the ENGINEER that satisfactory progress is being made, and upon approval by the Contractor's surety, progress payments will be in an amount equal to: Ninety -Five percent of the Work completed, and Ninety -Five percent of the materials and equipment not incorporated in the Work but delivered and suitably stored, less in each case the aggregate of payments previously made. 00510-2 • • Dickson Street Improvement Project 7/28/99 Water and Sewer Modfications 5.1.3 Provided at any time ENGINEER shall determine that satisfactory progress is not made, progress payments shall be made in accordance with paragraph 51 1 above until said lime that ENGINEER shall make a new determination that progress is again satisfactory. 5.1.4 Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to One Hundred percent of the Contract Price, less such amounts the ENGINEER shall determine in accordance with Paragraph 14.7 of the General Conditions. 5.2 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. Article 6. Article 7. Not used. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress or performance of the Work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.2 of the General Conditions, and accepts the determination set forth in Document 00200 of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3 CONTRACTOR has obtained and carefully studied (or assumes, responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or fumishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specificallythe provisions of Paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and In accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.3 of the General Conditions. 00510-3 Dickson Street Improvement Project 7/28/99 Water and Sewer Mod lfications 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. 8.1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to the Agreement, made a part hereof and consists of the following: A. This Agreement B. Exhibits to this Agreement C. Performance, Statutory, and Defect Bonds. D. Notice of Award. E. General Conditions. F. Supplementary Conditions (Document 00812). G. Certified Minimum Wage Rates (Document 00822). H. Specifications bearing the title Dickson Street Improvement Project — Water and Sewer Line Modifications. consisting of sections as listed on the attached table of contents. I. Drawings, consisting of a cover sheet and sheets listed on the attached Index with each sheet bearing the following general title: Water Line Modification — General Notes (W2) Water Line Modification (W1 through W8) Water Line Modification — Details (W9) Sewer Line Modification — General Notes Sewer Line Modification (551 through 883) a.26~7.04, J t�K K. CONTRACTOR's Bid (Attached). 00510-4 1 Dickson Street Improvement Project 7/28/99 Water and Sewer Modfrcations 1 1 1 1 1 1 1 1 1 1 1 1 1 L. Documentation submitted by CONTRACTOR prior to Notice of Award. M. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3 4 and 3.5 of the General Conditions. N. The documents listed in Paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 0. Information Available to Bidders (Document 00200). 8.2 There are no Contract Documents other than those listed above in Paragraph 8.1. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.4 and 3.5 of the General Conditions. Article 9. MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. 9.2 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. 9.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns and legal representafives in respect to all covenants, agreements and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. NI portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on the 17 day of ird, 19 99 00510-5 N !1 Dickson Street Improvement Project 7/28/99 • 1 By 1 Water and Sewer Modfications OWNER CONTRACTOR By c4Pyr17 Title Title '714--sult,t. g%YtewQ81n� Attest (CORPORATE SEAL) flaL Clerk 1 Address for Giving Notices: 1 113 W. Mountain Fayetteville, AR 72701 1 1 1 1 1 1 r 1 1 1 1 Attest (CORPORATE SEAL) Title Address for Giving Notices: Po all E r7 %n'r TawN /AP 9.2990 'END OF DOCUMENT 00510' 00510-6 • AGENDA REQUEST FORM FROM Don Bunn PW Admin Public Works Name Division Department ACTION REQUIRED Approval of a Contract with United Plumbing of Springdale, Arkansas for the relocation of water and sewer in connection with the Dickson Street Enhancement Project in the amount of $ 598,961,00, and contingency amount of $ 61,039.00, and a budget adjustment. COST TO CITY $ 660,000.00 Cost of this Request 4470 9470 5808 00 Account Number 99027 0010 Project Number B 'GE $ 500,000.00 Water and Sewer Category/Project Budget Category/Project Name $ 36,134.00 Funds Used to Date Program Name $ 463,866.00 Sales Tax Funds Remaining Fund Category NTRACT REVIEW XX Budgeted Item $.116199 udg t Coordinator Acc flntin• Mas ger City Atto e Purchasing Officer i8 /i-99 Date g,j7 c51 Date 8-1719 Date XX Budget Adj. Attached Admin Services Director APA Coordinator ernal Auditor STAFF RECOMMENDATION Staff recommends the approval of a Contract United Plumbing for the relocation of water and sewer in connect the Dickson Street Enhancement Project in the amount of $ 598,96 co i,-igency amount of $ 61,039.00, and a budget ad3ustment. 8/16/99 ' Public rks Director (14)Date At) t'4, artment/4irector Date Date Cross Reference New Item: Yes No Date Date Date with ion with 1.00, a Prev Ord/Res # 165-98 Orig. Contract # Orig. Contract Date 689 12/15/98 City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Sales Tax Capital Improvement Fund Division: Program: Date Requested 08/16/99 Adjustment # Project or Item Requested: Additional funding is requested for the Dickson Street Water & Sewer Line Replacement Project. Project or Item Deleted: Water & Sewer Operations Building project funds are proposed for this adjustment. Justification of this Increase: The low bid for the project is in excess of the budget approved for the project. Justification of this Decrease: The Water & Sewer Operations Center Project will be scheduled in the 2000-2004 CIP. Increase Expen e (Decrease Revenue) Account Name Amount Account Number Project Number Waterline Improvements 200,000 4470 9470 5808 00 99027 20 Decrease Expense (Increase Revenue) Account Name Amount Building Costs Account Number Project Number 200,000 4470 9470 5804 00 98076 20 Approval Signatures Date Budget Office Use Only Type: A B C l) E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester D:\DATA\99BUDGE7\BUDGTADJ\DCKSN_WS.WK4 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS August 5, 1999 To: Fayetteville City Council From: Don Bunn, Ass't Public Works Director ,a -L. Subject: Approval of Bids Dickson Street Water and Sewer Relocations A line item amount of $500,000.00 is in the 1999 Capital Improvements Program for the relocation and/or construction of water and sewer lines in Dickson Street. The purpose of the project is to relocate certain water and sewer lines so that they do not interfere with the street enhancement planned for Dickson Street and to construct a new 12 -inch water line prior to the enhancement work. The new 12 -inch water line will provide for additional fire protection along Dickson Street and for the general improvement of the water system in that area. On July 19, 1999 the City opened bids on the water and sewer relocations. We received two (2) bids, both of which were in excess of the amount certified for the project. Therefore the bids were rejected and a new bid date of August 16 was set. Some modifications were made in the bid documents which will tend to promote lower bid prices than we received in July. Also, we hope to have 4 or 5 bidders this time rather than only two. We are requesting that the Council approve the award of a contract for the work at their regular meeting on August 17. We are attempting to plan the construction such that it is substantially completed by Thanksgiving so that disruption will be minimized during the holiday season. In order to have a chance to accomplish this goal, we must get the contractor to work just as soon as possible. Information on the amount of the bid and the low bidder will be available to the Council sometime during the afternoon of August 16. Full information will be presented to the Council the evening of the August 17 meeting. 113 WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE August 16, 1999 To: Fayetteville City Council From: Don Bunn, Ass't Public Works Directoreti"-- Thru: Charles Venable, Public Works Director Mayor Fred Hanna Subject: Approval of Bids Dickson Street Water and Sewer Relocations A line item amount of $500,000.00 is in the 1999 Capital Improvements Program for the relocation and construction of water and sewer lines in Dickson Street. The purpose of the project is to relocate certain water and sewer lines so that they do not interfere with the street enhancement planned for Dickson Street and to construct a new 12 -inch water line prior to the enhancement work. The new 12 -inch water line will provide for additional fire protection along Dickson Street and for the general improvement of the water system in that area. On July 19, 1999 the City opened bids on the water and sewer relocations. We received two (2) bids, both of which were in excess of the amount certified for the project. Therefore the bids were rejected and a new bid date of August 16 was set. Some modifications were made in the bid documents which will tend to promote lower bid prices than we received in July. Also, we hoped to receive 4 or 5 bids this time rather than only two. At 11:30 PM on August 16, 1999 the City again opened bids on the project. Three bids were received: United Plumbing Basic Construction Building and Utilities $ 598,961.00 613,221.00 675,685.00 It is the recommendation of the Staff that the Council approve the award of a construction contract with United Plumbing in the amount of $ 598,961.00 along with a contingency of 61,039.00 and a budget adjustment. • FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Donn Bunn, Assistant Public Works Director From: Heather Woodruff, City Clerk Date: August 23, 1999 Attached is the resolution approving the contract with United Plumbing for the relocation of water and sewer in connection with the Dickson Street Enhancement project. The original will be microfilmed and filed with the City Clerk. cc. Yolanda Fields, Internal Auditor Steve Davis, Budget Coordinator _Jr 0-gri MICROEflLME AGENDA REQUEST FORM Council Meeting of(N/A) ,2000 ;ere NVm\o"nc► 901±30 S3I1:1310 ).UO A3113AV3 30 Alto Cbo nc- orae( , IT 000a q z 93i Y°b►,e- war Ks piraRldnixiZo100 Mayor iaagi FROM Don Bunn Public Works Admin Public Works Name Division Department ACTION REQUIRED Mayor's approval of Change Order No. 1 with United Plumbing for $30,415.00 in connection with the water and sewer relocations on Dickson Street. COST TO CITY $ 30,145.00 Cost of this Request 4470 9470 5808 00 Account Number 99027 0010 Project Number �BjU/�DGEETT��/CONTRACT REVIEW tel udg get Coordinator Acco City it y1 'Atn �eiree Purchasing Officer STAFF RECOMMENDATION approve Change Order Relocations contract ala Public orks Director q,i $ 754,721.00 Water and Sewer Category/Project Budget Category/Project Name $ 693,682.00 Funds Used to Date Program Name $ 61,039.00 Sales Tax Funds Remaining Fund Category XX Budgeted Item Date 1-18D° Date Date 1-11`00 Date Budget Adz. Attached Admin Services Director It is the recommendation of No. 1 to the Dickson with United Plumbing 411 eI V; , ,, li I — , / -eri ic: s i i.d ment eU.G.``� D rector rector Ma •r Jan 17,00 Date Date Street in the Date Date Date the Staff that the Mayor Sewer $30,415.00 Water and amount of Cross Reference New Item: Yes No Prev Ord/Res #. ;aye Orig. Contract ate Orig. Contract # 726 Date Auq, 1999 P .t FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Mayor Fred Hanna From: Don Bunn, Assistant Public Works Director Thru: Charles Venable, Public Works Director Subject: Water and Sewer Relocations Contract Dickson Street United Plumbing January 14, 2000 Attached for your review and approval is Change Order No. 1 in connection with the City's contract with United Plumbing. The change order adds a total of $30,415.00 to the above referenced contract, making the total contract price $629,376.00. The largest change involves the addition of 195 feet of 6" PVC water line to be installed in Thompson Avenue. That cost is $25,615.00. The other changes represent minor modifications in materials, the addition or deletion of service line connections, and the addition of eight (8) unit price items to the contract. It is the recommendation of the staff that the Change Order No. 1 in the amount of $30,415.00 be approved as submitted. COMMENT SHEET Project: Water and Sewer Relocations, Dickson Street Contractor: United Plumbing Date: January 14, 2000 Notes to Reviewers: None • • The Benham Group TO: FROM: C: DATE: United Plumbing, LLC David A. Gilbert, P.E. Don Bunn, City of Fayetteville December 17, 1999 RE: Dickson St. Improvement Project — Water and Sewer Modifications TBG #119804300 Change Order#1 The following changes to the contract are hereby authorized by the owner. All quantities are approximate and subject to change. Final payment will be based on verified quantities of materials installed: Construction Plans 1. Sheet W6; Water Line Modifications: Install 1" services to existing meters at "ROTC" and "The Grill" in lieu of 2" previously shown. 2" tapping saddle with corp. stop & valve box 2" HDPE service line 2" curb stop 1" tapping saddle with corp. stop 1" HDPE service line 1" curb stop Net increase (decrease) [approximate] - 2 @ $700.00 ea. -26 I.f. @ $100.00 ea. - 2 @ $300.00 ea. 2 @ 300.00 ea. 26 II @ $50.00 / I.f. 2 @ $200.00 ea. ($2,300.00) Sheet W6; Water Line Modifications: Revise fire service to "3 Sisters" project from 6" to 8" as shown. 12" x 6" D.I. Tee 6" gate valve 6" PVC water main 12" x 8" D.I. Tee 8" gate valve 8" PVC water main Net increase (decrease) [approximate] - 1 @ $600.00 ea. -1 @ $1,000.00 ea. -15 I.f. @ $140.00 / I.f. 1 @ $600.00ea. 1 @ $1,000.00 ea. 15 I.f. (a $140.00/1.f. ($0.00) 210 Town Center SE Bella Vista, Arkansas 72714-4605 501/855-5055 FAX 501/855-5065 • 3. Sheet W6; Water Line Modifications: Install additional butterfly valve in 12" main just east of Thompson Avenue. 12" butterfly valve 1 @ $1,850.00 ea. 4. Sheet W8; Water Line Modifications: Revise College Avenue connection of new 12" main to existing 8" main to include bore as shown. This item shall involve no cost in contract price, as planned bore beneath the railroad was not required. This bore shall be in lieu of the railroad bore. 5. Sheet W9; Water Line Modifications: Install approximately 195 L.F. of new 6" water main, with taps and service lines, in Thompson Avenue, as shown. Pavement removal Pavement repair 6" PVC water main 6" x 6" tapping sleeve and valve 6" x 1 " tapping saddle with corp. stop 1" 2 -way water service wye with fittings 1" HDPE water service tubing 1" D.I. cap Net increase (decrease) [approximate] 110 s.y. @ $28.00 / s y. 110 s.y. @ $6.00 / s y. 195 I.f. @ $75.00 / I.f. 1 @ $5,000.00 ea. 2 @ $200.00 ea. 1 @ $400.00 ea. 25 I.f. @ $50.00 / I.f. 2 (a) $100.00ea. $25,615.00 6. The following items are hereby added to the unit price schedule: 4" D.I. 45 degree bend for sanitary sewer 6" D.I. plug for water 8" Dresser coupling for sanitary sewer 2" gate valve 6" anchor coupling 2" compression coupling for water services 4" Foster adaptor Additional labor for sewer connection at railroad Net increase (decrease) [approximate] 2 @ $425.00 ea. 1 @ $250.00 ea. 2 @ $400.00 ea. 1 @ $475.00 ea. 1 @ $300.00 ea. 1 @ $275.00 ea. 1 @ $300.00 ea. 1 (a» $2,000.00 ea. $5,250 00 Contract price before change Cost of this change Contract price including change Substantial completion date before change Final completion date before change Contract extension included in this change New substantial completion date New final completion date $598,961.00 $30,415.00 $629,376.00 February 15, 2000 March 1, 2000 7 days February 22, 2000 March 8, 2000 End of Change Order #1 Change order is not valid unless countersigned by Contractor, Engineer, and Owner below. .46....`,tf,L✓e2fled.e. Contractor Engineer Owner The Benham Group TO: United Plumbing, LLC FROM: David A. Gilbert, P E C: Don Bunn, City of Fayetteville DATE December 17, 1999 RE: Dickson St. Improvement Project — Water and Sewer Modifications TBG #119804300 Change Order #1 The following changes to the contract are hereby authorized by the owner. All quantities are approximate and subject to change. Final payment will be based on verified quantities of materials installed: Construction Plans 1. Sheet W6; Water Line Modifications: Install 1" services to existing meters at "ROTC" and "The Grill" in lieu of 2" previously shown. 2" tapping saddle with corp. stop & valve box 2" HDPE service line 2" curb stop 1" tapping saddle with corp. stop 1" HDPE service line 1" curb stop Net increase (decrease) [approximate] - 2 @ $700.00 ea. -26 I.f. @ $100.00 ea. - 2 @ $300.00 ea. 2 @ 300.00 ea. 26 I.f. @ $50.00 / I.f. 2 Ca $200.00 ea. ($2,300.00) 2. Sheet W6; Water Line Modifications: Revise fire service to "3 Sisters" project from 6" to 8" as shown. 12" x 6" D.I. Tee 6" gate valve 6" PVC water main 12" x 8" D.I. Tee 8" gate valve 8" PVC water main Net increase (decrease) [approximate] - 1 @ $600.00 ea. -1 @ $1,000.00 ea. -15 I.f. @ $140.00 / I.f. 1 @ $600.00ea. 1 @ $1 000.00 ea. 15 I.f. @ $140.00/ I.f. ($0.00) 210 Town Center SE Bella Vista, Arkansas 72714-4605 501/855-5055 FAX 501/855-5065 1 3. Sheet W6; Water Line Modifications: Install additional butterfly valve in 12" main just east of Thompson Avenue. 12" butterfly valve 1 @ $1,850.00 ea. 4. Sheet W8; Water Line Modifications: Revise College Avenue connection of new 12" main to existing 8" main to include bore as shown. This item shall involve no cost in contract price, as planned bore beneath the railroad was not required. This bore shall be in lieu of the railroad bore. 5. Sheet W9; Water Line Modifications: Install approximately 195 L.F. of new 6" water main, with taps and service lines, in Thompson Avenue, as shown. Pavement removal Pavement repair 6" PVC water main 6" x 6" tapping sleeve and valve 6" x 1 " tapping saddle with corp. stop 1" 2 -way water service wye with fittings 1" HDPE water service tubing 1" D.I. cap Net increase (decrease) [approximate] 110 s.y. @ $28.00 / s y. 110 s.y. @ $6.00 / s.y. 195 I.f. @ $75.00 / I.f. 1 @ $5,000.00 ea. 2 @ $200.00 ea. 1 @ $400.00 ea. 25 I.f. @ $50.00 / I.f. 2 @ $100.00ea. $25,615.00 6. The following items are hereby added to the unit price schedule: 4" D.I. 45 degree bend for sanitary sewer 6" D.I. plug for water 8" Dresser coupling for sanitary sewer 2" gate valve 6" anchor coupling 2" compression coupling for water services 4" Foster adaptor Additional labor for sewer connection at railroad Net increase (decrease) [approximate] 2 @ $425.00 ea. 1 @ $250.00 ea. 2 @ $400.00 ea. 1 @ $475.00 ea. 1 @ $300.00 ea. 1 @ $275.00 ea. 1 @ $300.00 ea. 1 ( $2,000.00 ea. $5,250 00