HomeMy WebLinkAbout144-18 RESOLUTIONfart rrfl
�r
�Rka775t., .
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 144-18
File Number: 2018-0314
INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1:
A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH INSITUFORM
TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL PIPE SEGMENTS
TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE CURED -IN-PLACE
PIPE METHOD
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order
No. 1 to the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe
segments to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method.
PASSED and APPROVED on 7/3/2018
Attest:
Sondra E. Smith, City Clerk Treasurer
Page 1 Printed on 715118
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2018-0314
Agenda Date: 7/3/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 7
INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1:
A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH
INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL
PIPE SEGMENTS TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE
CURED -IN-PLACE PIPE METHOD
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to
the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe segments
to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method.
City of Fayetteville, Arkansas Page 1 Printed on 71512018
City of Fayetteville Staff Review Form
2018-0314
Legistar File ID
7/3/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 6/6/2018 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable) contract with
Insituform Technologies, LLC to add additional pipe segments to the 2018 proposed sewer rehabilitation work
plan, increasing the contract cost from $248,501.00 to $528,693.55.
5400.720.5700-5815.00
Account Number
02017.2018
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Budget Impact:
Water and Sewer
Fund
Sanitary Sewer Rehabilitation
Project Title
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
$ 6,267,912.00
$ 470,732.40
I $ 5,797,179.60
$ 280,192.55
�$ 5,516,987.05
V20180321
Purchase Order Number: 2018-00000348 Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number: 2018-00000017
Comments:
Approval Date:
CITY OF
rAd
FAYETTEVILLE
ARKANSAS
MEETING OF JULY 3, 2018
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Water & Sewer Committee June 12, 2018
FROM: Tim Nyander, Utilities Director
DATE: June 5, 2018
CITY COUNCIL MEMO
SUBJECT: Insituform Technologies, LLC — Change Order No. 1
RECOMMENDATION:
Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable)
contract with Insituform Technologies, LLC to add additional pipe segments to the 2018
proposed sewer rehabilitation work plan, increasing the contract cost from $248,501.00 to
$528,693.55.
BACKGROUND:
The contract with Insituform Technologies, LLC was approved by the City Council on April 3,
2018 by Resolution 84-18. The contract allows for as -needed rehabilitation of sanitary sewer
mains and service connections using the cured -in-place pipe method for the prices set forth in
the bid documents, with the option to renew for up to four additional one-year terms and price
increases upon renewal not to exceed 5%.
DISCUSSION:
Staff requests adding additional lengths and diameters of pipe into the 2018 sewer
rehabilitation work plan. The proposed pipe rehabilitation is based upon Sanitary Sewer
Evaluation Survey (SSES inspections) and City field work.
The proposed Change Order No. 1 includes:
Additional quantities to the as -needed 2018 Bid Unit Prices for 6", 8", 10" and 12"
diameter sewer pipe,
Adding diameters and quantities for 15", 18" and 24" diameter sewer rehabilitation.
Based upon the additional diameters and quantities, the proposed 2018 contract cost will be
increased from $248,501.00 to $528,693.55.
BUDGET/STAFF IMPACT:
Funds are available in the Sewer System Rehabilitation project.
Attachments:
Proposed Change Order 1 with attachments
Copy of Resolution 84-18 (Page 1)
Copy of previous Bid Tab
Redlined copy changed agreement pages (00500-3, 00500-5, and 01110-4)
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
i
CITY OF
FAYETTEVILLE
ARKANSAS
Contract Modification
PROJECT DATA
Project Name:
2018 Sanitary Sewer Cured in Place
Pipe
Date of Request: 06/04/2018
Project No.:
Bid 18-22 Construction
Modification Date: Date Signed
by the Mayor, City of Fayetteville
Ordinance/Resolution
Resolution no. 84-18
Resolution Date 04/03/2018
CONTRACT MODIFICATION DATA
® Change Order
❑ Written Amendment
Modification
No.:
CO 1
To:
Insituform Technologies, Inc.
Project:
2018 Sanitary Sewer Cured In Place Pipe
Owner:
City of Fayetteville
Engineer:
City of Fayetteville
The Contract is Changed/Modified as follows:
A. Add quantities and sizes/diameters of sanitary sewer main for cured in place pipe
rehabilitation as documented in the attached schedule labeled Change Order no.1 for
the 2018 Work Plan.
B. Revise the Language in Section 00500 AGREEMENT as indicated on attached pages
00500-3, and 00500-5.
C. Revise the Language in Section 01110 SUMMARY OF WORK AGREEMENT as indicated on
attached page 01110-4.
Reason for Change/Modification:
A. The requested additional sanitary sewer pipe rehabilitation will be utilized for increased
pipe quantifies and pipe size/diameter.
Attachments (list Supporting Documents):
Page 1 of 2
r
cl rY of
FAYETTEVILLE
ARKANSAS
Contract Modification
A. Attached pages as noted above.
Contract Amount or Price
Contract Times (Calculate Days)
Original
$248,501.00
Original Duration
Annual
2018
Previous Contract
$0
Previous Contract
0 Days
Modification(s)
Date:
Modification(s)
(Contractor):
(Add/Deduct)
(Add/Deduct)
Recommendation:
This Contract Modification C01
$280,192.55
This Contract Modification
0 Days
(Add/Deduct)
(Add/Deduct)
Revised Contract
$528,693.55
Revised Contract Time
Annual
2018
SIGNATURE RECORD
Mayor, City of
Date:
Fayetteville, (Owner)
Insituform Technologies
Laura M. Andreski, Contracting and Attesting
Date:
June 5, 2018
(Contractor):
Officer
Recommendation:
44hP
Date:
i J+rNe 20I
Utilities Director
3
Page 2 of 2
DOCUMENT 00550. --NOTICE TO PROCEED (REVISED 04/23/2018)
TO: Insituform
17988 Edison Avenue
Chesterfield, MO 63005
Via email to:
Tim Peterie, Insituform
Contract Name/Title: 2018 Sanitary Sewer Cured In Place Pipe, Bid 18-22, Construction.
Owner: City of Fayetteville, Arkansas
You are notified that the Contract Time(s) under the above Contract will commence to run on a date
mutually acceptable to Insituform and the City of Fayetteville,
By that date, you are to start performing your obligations under the Contract Documents. In accordance
with the Agreement between Owner and Contractor, the date of completion ready for final payment is
calendar year 2018.
The proposed/draft work plan is attached to this notice to proceed for your review.
A preconstruction meeting, or telephone conference is requested to review the proposed work plan prior
to any work performed by Insituform.
Before you may start any work at the Site, the General Conditions provide that you and Owner must each
deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of
insurance, which each is required to purchase and maintain in accordance with the Contract Documents
(this has been received and is acknowledged).
Also, before you may start any work at the Site, you must submit the following:
1. Acknowledgment of the Work Plan.
2. Construction progress schedule.
3. Schedule of any remaining Submittals.
4. Satisfactory evidence of insurance in accordance with the requirements of the General
Conditions.
5. Maintenance of Traffic as specified.
You are required to return an acknowledgement copy of this Notice to Proceed to the Owner.
00550 Notice to Proceed 00550-1
DOCUMENT 00550 - NOTICE TO PROCEED: (continued)
Dated April 23, 2018
City of Fayetteville
By (signature)
Jim Beavers, Utilities Engineer
i (Type or print)
ACCEPTANCE OF NOTICE TO PROCEED
Insituform Technologies, LLC
u
Contractor
By (signature)
Laura M. Andreski
(Type or print)
Title Contracting and Attesting Officer
Date June 5 , 20 18
Copy to Engineer
(Use Certified Mail Return Receipt Requested, or hand deliver)
END OF DOCUMENT 00550 (REVISED 04123/2018)
i
i
00550 Notice to Proceed 00550-2
i
DOCUMENT 00500 — AGREEMENT (continued)
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 The Contractor and the City of Fayetteville shall negotiate the annual work plan
based upon the City's needs and the Contract Unit Prices as specified within the
Contract Documents. The work plan and the proposed annual contract amount shall
be approved by the City of Fayetteville City Council. The City of Fayetteville is ,
under no obligation to purchase a minimum amount of any item awarded and City of
Fayetteville may choose to purchase more, less, or none of the rehabilitation,
depending upon its needs. This contract is generally for miscellaneous and
unidentified rehabilitation of sanitary sewer mains and service connections using the
cured -in-place pipe method. The City of Fayetteville will pay the Contractor in the
manner and at such times as set forth in the General Conditions such amounts, as
required by the Contract Documents.
4.03 As provided in the Contract estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the Contract Documents.
4.04 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor and
the City Council in advance of the change in scope, cost or fees.
1. There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
00500 Agreement 00500-3
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 6 - CONTRACT RENEWAL
6.01 Contract Renewal.
A. The contract may be renewed for additional periods up to four (4) additional
annual contract periods beyond the original bid and will be based solely upon
the option and agreement between both the City of Fayetteville and the
CONTRACTOR. The prices and rates bid by the successful bidder shall be
firm throughout the initial one year period of the contract. Prices and rates
may only be increased or decreased for the next or subsequent contract
extension period, and only if the parties agree to extend the contract. If the
City of Fayetteville seeks to decrease or Contractor seeks to increase any
price or rate, each party shall give the other party written notice thereof at
least ninety (90) days prior to the end of the contract year, together with a
justification for each proposed rate of price change. City of Fayetteville and
Contractor shall negotiate in good faith the amount, if any, in the increase or
decrease in the price or rate; provided, however, in no event may any specific
unit cost change more than five percent (5%) of the preceding year's value.
If the parties are unable to agree on the extension of the contract, then the
contract shall terminate at the end of the contract year, subject to the City of
Fayetteville's right to unilaterally extend the contract of the same terms and
conditions, for a period not to exceed four (4) months to enable the City of
Fayetteville time to rebid this document.
B. Purchase orders may be issued to the successful bidder with a contract period
not to exceed one (1) year.
C. Payment for work shall be made upon completion and acceptance of the
work by the City of Fayetteville.
ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
00500 Agreement 00500-5
SECTION 01110 — SUMMARY OF WORK (continued)
I . Purchase orders may be issued to the successful bidder fwith a contract
period not to exceed one (1) calendar (inclusive) year.
2. Payment for work shall be made upon completion and acceptance of the
work by the City of Fayetteville.
1.10 COPIES OF DOCUMENTS:
A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no
cost, a maximum of three (3) sets of Contract Documents consisting of full-size
Contract Drawings including revised Drawings and the Project Manual, in addition to
those used in execution of the Agreement.
B. Additional Copies: Additional copies of above documents will be supplied by
Engineer upon request of Contractor and approval of Owner.
1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS:
None.
PART 2 - PRODUCTS — NOT APPLICABLE.
PART 3 - EXECUTION — NOT APPLICABLE.
END OF SECTION 01110
01110 -Summary of Work - Final 01110-4
f
k
k
ey16
\
-
\ )
\2
k }
\
\
\
\
\
\
\
k
\
\
][&
§
\/\
(F
�
_
\\
3}
\\
-
§z
\
<
<
z
i)
()
{
}
3) /
-
\
§
)_
#f'
!f'
}})
)
_:
/j:
/j:
)//
\
\\
/\
\
E:E
g 3
e
u,\
uj
/
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 84-18
File Number: 2018-0186
BID #18-22 INSITUFORM TECHNOLOGIES, LLC:
A RESOLUTION TO AWARD BID #18-22 AND APPROVE A ONE YEAR CONTRACT WITH
INSITUFORM TECHNOLOGIES, INC. WITH THE OPTION TO RENEW FOR UP TO FOUR
ADDITIONAL ONE YEAR TERMS FOR AS -NEEDED REHABILITATION OF SANITARY SEWER
MAINS AND SERVICE CONNECTIONS USING THE CURED -IN-PLACE PIPE METHOD
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-22 and
approves a one year contract with Insituform Technologies, Inc. for as -needed rehabilitation of sanitary
sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the
bid documents attached' to this Resolution, with the option to renew for up to four additional one
year terms and price increases upon renewal not to exceed 5%.
PASSED and APPROVED on 4/3/2018
Attest:
Sondra E. Smith, City Clerk T r*d;;F"qs�!i��
04
t�jf`'Sf ° • .. • int <'4�`
Page 1 Printed on 4/4116
Aft CITY OF
FAYETTEVILLE
ARKANSAS
Construction - 2018 Sanitary Sewer Cast in Place Pipe
Bid No. 18-22
Official Bid Tabulation
Bid No. 18-22
Date: 03.07.2018
Time: 2:00 PM
Lioneld Jordan, Mayor Certification of Funds: $350,000.00
Max Bid Award Limit: $437,500.00
Number of Addendums: 1
Insituform Technologies, LLC
Suncoast Infrastructure, Inc.
ITEM
ESTIMATED
UNIT
UNIT
NO.
DESCRIPTION
UNIT
QUANTITY
PRICE AMOUNT
PRICE AMOUNT
1
6" x 4.5mm trenchless
rehabilitation by CIPP of existing
LF
4,000
$ 38.00
$ 152,000.00
$ 45.00
$ 180,000.00
sewer pipe mainline, complete in
lace
2
8" x 6.Omm trenchless
rehabilitation by CIPP of existing
LF
1,500
$ 36.00
$ 54,000.00
$ 53.00
$ 79,500.00
sewer pipe mainline, complete in
place
3
10" x 6.Omm trenchless
rehabilitation by CIPP of existing
LF
500
$ 36.00
$ 18,000.00
$ 59.00
$ 29,SOO.00
sewer pipe mainline, complete in
place
4
12" x 6.Omm trenchless
rehabilitation by CIPP of existing
LF
500
$ 42.00
$ 21,000.00
$ 63.00
$ 31,500.00
sewer pipe mainline, complete in
place
5
Internal Reinstatement of Service
EA
100
$ 0.01
$ 1.00
$ 150.00
$ 15,000.00
Laterals
6
Standard Mobilization (within 15
EA
2
$ 1,000.00
$ 2,000.00
$ 5,050.00
S 10,100.00
.working days)
Emergency Mobilization (within 3
EA
1
$ 1,000.00
$ 1,000.00
$ 16,384.00
$ 16,384.00
working days)
F87
Trench Safety Comply with OSHA
Standards 29 CFR 1926 Safety
LS
1
$ 500.00
$ 500.00
$ 2,590.00
$ 2,590.00
and Health Regulations for
Construction Subpart P
TOTAL BASE BID
$ 248,501.00
1 $ 364,574.00
CERTIFIE
Andrea Rq�nieJCPPO, CPPB, Purchasing Manager Date
3/ /3
Redlined Copy
DOCUMENT 00500 — AGREEMENT (continued)
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 The Contractor and the City- of Egyette-ville .shall negotiate the annual work plan
based upon the Citv's needs and the Contract, Unit Prices as specified within the
Contract Documents. The work plan and the proposed annual contract amount shall
be approved bN the Ciq, of Fay-cttevillc Ciq, Council. Cent, aeteF Shall he eRtifled
. . The City of
Fayetteville is under no obligation to purchase a minimum amount of any item
awarded and City of Fayetteville may choose to purchase more, less, or none of the
rehabilitation, depending upon its needs. This contract is generally for miscellaneous
and unidentified rehabilitation of sanitary sewer mains and service connections using
the cured -in -place pipe method. The City of Fayetteville will pay the Contractor in
the manner and at such times as set forth in the General Conditions such amounts, as
required by the Contract Documents.
4.03 As provided in the Contract estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the Contract Documents.
4.04 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
1. There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
00500 Agreement 00500-3
Redlined Copy
SECTION 01110 — SUMMARY OF WORK (continued)
I. Purchase orders may be issued to the successful bidder I'
all 8PPI-Oki"ARle 1.0tfll Of -with a contract period not to exceed one
(1) calendar (inclusive) year.
2. The cost.
i.e., 5. Payment
for work shall be made upon completion and acceptance of the work by the
City of Fayetteville.
1.10 COPIES OF DOCUMENTS:
A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no
cost, a maximum of three (3) sets of Contract Documents consisting of full-size
Contract Drawings including revised Drawings and the Project Manual, in addition to
those used in execution of the Agreement.
B. Additional- Copies: Additional copies of above documents will be supplied by
Engineer upon request of Contractor and approval of Owner.
1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS:
None.
PART 2 - PRODUCTS — NOT APPLICABLE.
PART 3 - EXECUTION — NOT APPLICABLE.
END OF SECTION 01110
01110-Summary of Work 01110-4
Redlined Copy
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACT RENEWAL
6.01 Contract Renewal.
A. The contract may be renewed for additional periods up to four (4) additional
annual contract periods beyond the original bid and will be based solely upon
the option and agreement between both the City of Fayetteville and the
CONTRACTOR. The prices and rates bid by the successful bidder shall be
firm throughout the initial one year period of the contract. Prices and rates
may only be increased or decreased for the next or subsequent contract
extension period, and only if the parties agree to extend the contract. If the
City of Fayetteville seeks to decrease or Contractor seeks to increase any
price or rate, each party shall give the other party written notice thereof at
least ninety (90) days prior to the end of the contract year, together with a
justification for each proposed rate of price change. City of Fayetteville and
Contractor shall negotiate in good faith the amount, if any, in the increase or
decrease in the price or rate; provided, however, in no event may any specific
unit cost change more than five percent (5%) of the preceding year's value.
If the parties are unable to agree on the extension of the contract, then the
contract shall terminate at the end of the contract year, subject to the City of
Fayetteville's right to unilaterally extend the contract of the same terms and
conditions, for a period not to exceed four (4) months to enable the City of
Fayetteville time to rebid this document.
B. Purchase orders may be issued to the successful bidder
HP to aii appfel*imate iota! of $350-000.9 ith a contract period not to
exceed one (1) year.
C. .
i.e•- Payment
00500 Agreement 00500-5
Tim Nyander
Submitted By
INSITUFORM TECHNOLOGIES,
INC. CHANGE ORDER NO. 2
City of Fayetteville Staff Review Form
2020-0314
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
4/8/2020 WATER SEWER (720)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order No. 2 to the contract with Insituform Technologies, Inc. to adjust the
linear footage and diameters of sewer lines to be rehabilitated in 2020.
N/A
Account Number
N/A
Project Number
Budgeted Item? NA
Does item have a cost? NA
Budget Adjustment Attached? NA
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
N/A
Fund
N/A
Project Title
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Previous Ordinance or Resolution # 1 4-18
Approval Date: 4/13/20
V20180321
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
FROM: Corey Granderson, Utilities Engineer
DATE: April 8, 2020
STAFF MEMO
SUBJECT: Approval of Change Order No. 2 for the 2020 Cured In Place Pipe Sanitary
Sewer Rehabilitation Project.
RECOMMENDATION:
Staff recommends approval of Change Order 2 to the contract with Insituform Technologies, Inc.
which will not change the current contract price.
BACKGROUND:
2020 is year 3 of a 5-year renewable sanitary sewer rehabilitation contract with Insituform
Technologies. Bid #18-22 was awarded through Res. 84-18 and then amended through Change
Order No. 1 through Res. 144-18. The current annual contract amount is not to exceed
$528,693.55. This will not change with proposed Change Order No. 2.
DISCUSSION:
Each year a work -plan is developed by city staff to identify line segments most in -need of cured -
in -place liner installation under this contract. Change orders are necessary to adjust funds to
match the proper lengths and diameters of the lines receiving rehabilitation work. The 2020
work plan primarily focusses on a large segment of 24-inch diameter clay sewer pipe between
the Washington County Juvenile Detention Center and Cato Springs Road. This segment is a
priority as West Fork will soon be discharging all their municipal wastewater through this
segment of aging pipe.
BUDGET/STAFF IMPACT:
This project is already budgeted, and this Change order does not affect the contract price.
Attachments:
Change Order 2
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
`i
G
O
M
cC
�i
N
C
o
O
N
CL
0..
O
U
cl
a
G
N
00
U
oo O
I `V
M
O
0
N
R
O
O
�
tA
w
I,-
C)
li
C
�
p`--�
cn
L
q
z
2
C]
x
O
:J
y
N
of
0 UJ
U
ot
µ
jf r
a
z
J
.O
0
0
00
o
0
o
O
vi
O
O
O
O
000
fA
69
IA
C.
_
6�4
bN9
6G9
67
N
y
0
o
0
0
o
c
o
o
is
O
N
m
�D
o
Cl
CDC.o
U
o
r
o
0
N
64
6�9
69
6�4
I�
69
b
O
O
O
O
0
O
0
O
pa
69
64
GS
69
I.--+
69
69
'tl
a�
CC
O
_
N
a
N
/1
W
v
O
O
O
O
O
O
O
O
O
O
O
O
p
D1.0
r�
¢;
OMO
M
M
<-A
O
O
u
64
64
69
FA
w
w
Gr.
LT-
O
m
a
a
a
a
w
w
W
o
!
'+
C
kn
h
Cl)
00
�p
O
v
a
M
4-
ti O
4, C
h O
4, C"
w ❑
y O '^
4,
O
75
n
cd
c°
U
U cd
c U s!
c U `°
r
o
= cu
•D C
ate-. .O C3. C
aL+ A • O. [
' A • O,
+� A • ¢' ❑
iC
N bA
O .�
12,
y
'y
•� N N`
•� N N.
OC,5
O
C .� N
U
X
T
Q
R
k O
A
xLE 04 O
X p bA O
k Z bA O
`p
Vl
�fi
l�
O
o
,r,
N
O
O
eD
O
O
O
O
,O
O
N
6�9
69
69
r
FA
C)
�
69
C.
o
C)
n
C--
p
O
o
o
O
N
co
N
0
O
o
O
p
O
Cl61c)
In
N
O�
v'i
69
In
m
o
�n
�
o
c
O
00
IN
In,
69
GO
b4
CD
a
N
O
V1
CD
„�
CD
O
C)O
O
C)00
0
C)�
d'
M
O(D
cn
64
64
N
N
cl
C.
U
u_ o•
•C P+
U
C.
[ lJ
C
N
O\ i
N C
O. >
pa
w T N
i U O.
N Ll
(U o-
U O
G
C¢
a w
N c~d
U
w
C
.O N
C
O O
a
y O
CIO
E
v❑
N
.L' V]
hA O
U
N
O
�n Q7 in
N. v
N
.O
to a00
�•
r O
ai
(D
v
UW
00
G
O
p
O
C
Ci
U
U
U
U
z
0
N
O
N
O
'L7
M
0
O
N
a)
m
(U
a.
0
c�
M
0
0
M
N
rn
to
CL
r-
O
y
V
u
i
W