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