Loading...
HomeMy WebLinkAbout71-20 RESOLUTIONOF FpYETTF 9RKANSpS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 71-20 File Number: 2020-0083 TOWNE WEST CAPITAL PARTNERS I, LLC: A RESOLUTION TO APPROVE A COST SHARE AGREEMENT WITH TOWNE WEST CAPITAL PARTNERS I, LLC FOR THE CONSTRUCTION OF A REGIONAL SEWER LIFT STATION, SEWER FORCE MAIN AND UPSIZED SEWER MAINS FOR THE DEVELOPMENT OF TOWNE WEST SUBDIVISION WITH AN AMOUNT NOT TO EXCEED $2,475,440.89 TO BE PAID BY THE CITY OF FAYETTEVILLE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $247,544.09 WHEREAS, Towne West Capital Partners I, LLC is developing the 30 -acre Towne West Subdivision which will require the installation a sewer lift station in order to move wastewater towards the existing City sewer system; and WHEREAS, the design and sizing of this system will create a regional solution for the larger 415 -acre basin and avoid the need to build multiple smaller lift stations throughout the basin; and WHEREAS, § 5 1. 113 of the Fayetteville City Code provides that "the City shall pay the excess material cost of facilities of a size larger than required to service subdivisions when such excess size is specified and required by the water and wastewater director for the general benefit of the sewerage system." NOW, THEREFORE, 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 authorizes Mayor Jordan to sign a cost share agreement with Towne West Capital Partners I, LLC for the construction of a Page 1 Printed on 2119120 File Number.' 2020-0083 Resolution 71-20 regional sewer lift station, sewer force main and upsized sewer mains with an amount not to exceed $2,475,440.89 to be paid by the City of Fayetteville, and further approves a project contingency in the amount of $247,544.09. PASSED and APPROVED on 2/18/2020 Attest: GOER K j T�z,�� �.��,.• CITY .Fr' Kara Paxton, City Clerk Treasuret IIr �ON11o0� `e`b Page 2 Printed on 2119120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0083 Agenda Date: 2/18/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 3 TOWNE WEST CAPITAL PARTNERS I, LLC: A RESOLUTION TO APPROVE A COST SHARE AGREEMENT WITH TOWNE WEST CAPITAL PARTNERS I, LLC FOR THE CONSTRUCTION OF A REGIONAL SEWER LIFT STATION, SEWER FORCE MAIN AND UPSIZED SEWER MAINS FOR THE DEVELOPMENT OF TOWNE WEST SUBDIVISION WITH AN AMOUNT NOT TO EXCEED $2,475,440.89 TO BE PAID BY THE CITY OF FAYETTEVILLE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $247,544.09 WHEREAS, Towne West Capital Partners I, LLC is developing the 30 -acre Towne West Subdivision which will require the installation a sewer lift station in order to move wastewater towards the existing City sewer system; and WHEREAS, the design and sizing of this system will create a regional solution for the larger 415 -acre basin and avoid the need to build multiple smaller lift stations throughout the basin; and WHEREAS, § 51.113 of the Fayetteville City Code provides that "the City shall pay the excess material cost of facilities of a size larger than required to service subdivisions when such excess size is specified and required by the water and wastewater director for the general benefit of the sewerage system." NOW, THEREFORE, 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 authorizes Mayor Jordan to sign a cost share agreement with Towne West Capital Partners I, LLC for the construction of a regional sewer lift station, sewer force main and upsized sewer mains with an amount not to exceed $2,475,440.89 to be paid by the City of Fayetteville, and further approves a project contingency in the amount of $247,544.09. City of Fayetteville, Arkansas Page 1 Printed on 209/2020 City of Fayetteville Staff Review Form 2020-0083 Legistar File ID 2/18/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 1/24/2020 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends the approval of a cost share agreement with Towne West Capital Partners I, LLC in an amount not to exceed $2,475,440.89 for the construction of a regional sewer lift station, sewer force main, and upsized sewer mains to accommodate the development of Towne West Subdivision near South Rupple Road, and approval of a contingency in the amount of $247,544.09. 5400.720.5700-5815.00 Account Number 04039.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Water and Sewer Fund Water/Sewer Impact Fee Cost Sharing Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 3,849,049.00 $ 87, 571.20 $ 3,761,477.801 $ 2,722,984.98 $ 1,038,492.82 Previous Ordinance or Resolution # 73-19 Approval Date: V20180321 CITY OF FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 18, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: January 24, 2020 CITY COUNCIL MEMO SUBJECT: Cost Share Agreement with Towne West Capital Partners I, LLC for Construction of a Regional Sewer Lift Station, Sewer Force Main, and Upsized Sewer Mains within the Towne West Subdivision near South Rupple Road RECOMMENDATION: Staff recommends the approval of a cost share agreement with Towne West Capital Partners I, LLC in an amount not to exceed $2,475,440.89 for the construction of a regional sewer lift station, sewer force main, and upsized sewer mains to accommodate the development of Towne West Subdivision near South Rupple Road, and approval of a contingency in the amount of $247,544.09. BACKGROUND: Towne West Capital Partners I, LLC is developing the 30 -acre Towne West Subdivision on the west side of S. Rupple Rd., between N. Alberta St. and W. Tofino Dr. This subdivision must provide a sewer lift station in order to be able to move wastewater towards the existing City sewer system. The location of this lift station is strategically placed so that it can provide capacity for this subdivision, as well as a larger 415 -ac basin expected to be developed in the future. DISCUSSION: The design and sizing of this system will create a 'regional' solution for the larger 415 -ac basin and avoid the need to build multiple smaller lift stations throughout the basin. This is an advantage operationally for the city and keeps long-term operation/maintenance costs to a minimum. This regional lift station will pump directly to the Westside Water Resource Recovery Facility, avoiding costly re -pumping and capacity consumption were the developer to build a smaller lift station discharging to existing gravity sewers in the vicinity. Resolution 73-19 was passed on March 19tH 2019 expressing the City Council's intent to cost -share for this project, seeing the benefits listed herein. The developer received three bids for construction with Gene Nicholas, LLC being the lowest bidder. Staff recommends approval of a cost share agreement with Towne West Capital Partners I, LLC in an amount not to exceed $2,475,440.89 to pay the cost increase for a regional sewer system over that of a single subdivision system. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Water/Sewer Impact Fee Cost Sharing account within the Water and Sewer Fund. Attachments: Cost Share Agreement Exhibit A — Request Letter and Engineering Cost Estimate Vicinity Map Resolution 73-19 CONTRACTUAL AGREEMENT FOR COST SHARE OF REGIONAL SEWER LIFT STATION COSTS This Agreement, made and entered into on this lo— day ofrebYWLY't,2020, by and between the City of Fayetteville, Arkansas ("City") and Towne West Capital Partners I, LLC ("Towne West"), witnesseth: WHEREAS, Towne West has proposed a new 30 acre subdivision on the west side of South Rupple Road between Albert Street and Tofino Drive, an area that is part of a larger 415 acre basin; and WHEREAS, Towne West would be required to construct a lift station to provide sewer service for its development; and WHEREAS, rather than requiring multiple smaller lift stations to serve each development in this 415 acre basin, the City of Fayetteville Utilities Department recommends the construction of a regional lift station, force main, and upsized sewer mains to accommodate the increased flows to the regional lift station, with Towne West contributing a portion of the cost that can be attributed to the impact of its development; and WHEREAS, Towne West's engineer, Engineering Services, Inc. has estimated that the total cost of the work, excluding any project contingency, will be $5,150,089.90 as shown in the cost share request letter attached hereto as Exhibit A and made a part hereof. NOW, THEREFORE, the City of Fayetteville, Arkansas and Towne West agree as follows: 1. Towne West agrees to: A. Provide the necessary and normal project management, inspection, and testing as necessary for the complete and acceptable construction of a regional sewer lift station and force main, including upsized sewer mains to accommodate increased flows, in the locations specified by the City of Fayetteville Utilities Department. B. Complete construction of the regional lift station, force main, and upsized sewer mains on or before December 31, 2020. C. Provide a copy of the invoices for the construction of the regional sewer lift station and upsized sewer mains to the City. D. Pay for the construction of the regional lift station, force main, and upsized sewer mains (with reimbursement in the form of progress payments up to the amount of $2,475,440.89). Page 1 of 2 2. The City of Fayetteville, Arkansas agrees to: A. Reimburse Towne West for actual costs up to $2,475,440.89 which represents the City's portion of the cost to construct a regional sewer lift station and upsized sewer mains. B. Progress payments due to Towne West shall be remitted within thirty (30) days after receipt of valid invoices and pending successful inspection of the work by the City of Fayetteville Utilities Department. It is further understood that the contract for construction of these improvements is between Towne West and its Contractor and that the City has no contractual obligation with either the Contractor or any agent for Towne West. The City's only obligation shall be to participate in a contractual agreement with a not -to -exceed amount of $2,475,440.89 for the construction of the regional sewer lift station as indicated on the cost share exhibit. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: TOWNE WEST CAPITAL PARTNERS I, LLC B6B"ENIAAIRRIS, • •Member WITNESS: CITY OF FAYETTEVILLE. ATTEST: Page 2 of 2 KARA PAXTON, City Clerk v`oJil l I I 111r, !//. C; ER K / l ��i �y i Fq .G ; 1 ••�` 1VSNS ENGINEERING SERVICES INC. N %Nlk 1207 S. Old Missouri Rd. • P.O. Box 282 • Springdale, Arkansas 72765-0282 Ph: 479-751-8733 • Fax: 479-751-8746 Transmitted via electronic mail to cpranderson(cDfavetteville-ar..qov Cost Share Agreement Exhibit A January 15, 2020 Corey W. Granderson, P.E. Utilities Department City of Fayetteville 2435 S. Industrial Drive Fayetteville, AR 72701 Re: Cost Share Proposal Rupple Road Regional Lift Station Towne West Mr. Granderson: Please accept this letter as a formal request for the City of Fayetteville and Towne West Capital Partners I, LLC (the Developer) to share costs for the proposed Rupple Road Regional Lift Station and adjacent gravity sewer collection system. The City Council unanimously approved Resolution 73-19, expressing interest in cost sharing to construct a regional sewer lift station near Rupple Road. As design has progressed, we are now providing formalized cost share logic for your consideration. This letter includes a request for cost sharing to install a larger, more capable pumping facility adequate for regional -scale flows.' It also includes estimated City responsibility for the necessary changes to the gravity sewer collection system to serve the upstream properties in the region. The cost share was approved for forwarding to the Water, Sewer, & Solid Waste Committee on January 14, 2020, and we hereby submit this request to the City Council for consideration. A development -specific lift station was evaluated to provide a baseline cost to provide sewer service to the development. This scenario evaluated a smaller, Towne West -only lift station pumping wastewater to an existing 12" gravity line to the south along Martin Luther King Jr. Boulevard (US 62). Per the detailed construction cost estimate (Exhibit A), this alternative is estimated to cost $512,170.91. A regional station will provide opportunities to take advantage of economies of scale, as well as simplifying operations and providing capacity for the remainder of a large drainage basin in a rapidly growing area of the Fayetteville. Per the construction quote provided by Harris Company (Exhibit B), the proposed Rupple Road Regional Lift Station is estimated to cost $2,119,245.45. 1 Since gravity flow to the West Side Wastewater Treatment Facility is impracticable, only pumping alternatives were considered. Brian J. Moore, P.E. Tim J. Mays, PE. I Jason Appel, EE. Jerry W. Martin President Nice President Srccetary /Treasurer ( Chairman of the Board • • • • • •• • ENGINEERING SERVIIIES INC. Mr. Granderson January 15, 2020 Page 2 Including the professional services for engineering design and construction engineering and observation on the project (which we've quoted in Exhibit C), the total price to construct the facility is $2,373,554.91. On a flow basis, we tabulated cost responsibilities on a pro rata basis in the table below. Table 1. Pro rata Cost Sharing, Design Flow Basis. The costs above include professional services through construction, and do not include easement acquisition. The total City responsibility for the Rupple Road Regional Lift Station and force main is estimated as $2,017,380.89. While developing a cost estimate for this project, we have identified a few opportunities to reduce cost. The following items could be purchased and/or installed by the City at reduced costs. Additional research is needed to determine what cost savings, if any, may be available. Table 2. Potential Cost Savings Items. - Generator and Appurtenances • Cost $200,000.00 SCADA Connection $8,195.45 10" Flow Meter at WWTF including SCADA connection) $15,000.00 Water Meter & Backflow Assembly $1,500.00 Yard Hydrant $750.00 Total Cost of Items with Potential City Cost Savings $225,445.45 In our letter of August 15, we mentioned cost sharing to upsize gravity mains through the proposed Towne West development to accommodate flows to the regional station. Comparing the costs to construct the sewers based on only Towne West's needs versus a regional approach, the Developer is requesting a cost share of $458,060.00. The sources of cost differences are tabulated below from the detailed estimates provided in Exhibits D & E. Table 3. City Responsibility, Gravity Sewers. Item Manholes City Responsibility $17,900.00 Gravity Sewer Pipe $62,385.00 Rock Excavation $372,000.00 _ Service Connections, Other $5,775.00 Total $458,060.00 2 Prices included for two corrosion prevention alternatives (concrete admixture and coating system). Includes the SCADA system cost per the Standard Specifications, Section 2002.1.06.B.1.b and professional services through construction and acceptance. Does not include land acquisition. 3 Nearby project currently under review by City of Fayetteville. Mr. Granderson January 15, 2020 Page 3 The Developer hereby requests $2,475,440.89 in a cost-sharing agreement with the City Council to construct the Rupple Road Regional Lift Station, force main, and adjacent gravity ' sewers sized for full buildout of this basin, pending necessary approval from the City of Fayetteville Utilities Department and the Arkansas Department of Health Engineering Section. We believe this cost share represents a smart opportunity to improve the development potential of at least 415 acres of land in the City of Fayetteville by proactively planning for future growth, and feel this cost share is a "win, win" deal. Thank you for your consideration. Very truly yours, t�_ Ft� Brandon Rush Enclosures Z:\Engineers\00 -Engineer Projects\18951 - RUPPLE ROAD\04 Regional Lift Station\Cost Sharing\Granderson 2020-01-15 Cost Share Request.docx Rupple Road Regional Lift Station Towne West EN6NEEIiW6 6ERVICE6 fNC. Exhibit A - Towne West -Only Conceptual LS Cost Est. No. Qty Unit Item Description Unit Price Total Amount 1 2 LS 8' Diameter Wetwell $17,500.00 $35,000.00 2 2 EA Pumps & Control Panel $25,000.00 $50,000.00 3 5 EA 10" Gate Valve $3,200.00 $16,000.00 4 2 EA 6" Gate Valve $2,200.00 $4,400.00 5 2 EA 6" Air Release Valve $750.00 $1,500.00 6 2 EA 6" Swing Check Valve $1,250.00 $2,500.00 7 1 LS Pump Chain Hoist & Frame $3,500.00 $3,500.00 8 1 EA Valve Vault Structure $10,000.00 $10,000.00 9 1 LS Site Electrical $12,500.00 $12,500.00 10 1 LS Running 3-phase power to LS site $46,000.00 $46,000.00 11 1 LS Generator and Appurtenances $15,000.00 $15,000.00 12 1 LS SCADA Connection (By City, $7,500 in 2017$) $8,195.45 $8,195.45 13 200 SY Concrete Paving $40.00 $8,000.00 14 700 SY Gravel Paving $10.00 $7,000.00 15 1 LS Lift Station Site Work incl. fencing) $7,500.00 $7,500.00 16 1 LS ITrench Excavation & Safety $1,000.00 $1,000.00 17 30 LF 6" Class 350 DI Discharge Piping $55.00 $1,650.00 18 4750 LF 6" PVC Force Main $27.00 $128,250.00 19 1 LS Connect Force Main to Existing Manhole $1,200.00 $1,200.00 20 3250 LB Ductile Iron Fittings $7.00 $22,750.00 21 60 LF 20" Steel Encasement by Open Cut $175.00 $10,500.00 22 20 LF 20" Bored Steel Encasement $275.00 $5,500.00 23 6 EA ITracer Wire Port $350.00 $2,100.00 24 2 EA Air Release Valve Assembly $500.00 $1,000.00 25 1 EA Yard Hydrant $1,500.00 $1,500.00 26 20 LF Class 7 Aggregate Base Course backfill $50.00 $1,000.00 27 1 LS Site Restoration along Force Main incl. sidewalk $4,250.00 $4,250.00 28 1 LS Erosion Control $3,000.00 $3,000.00 29 1 LS IMobilization $2,500.00 $2,500.00 30 1 LS Standard Arkansas Performance & Payment Bond $12,500.00 $12,500.00 31 1 LS Two -Year Maintenance Bond $6,500.00 $6,500.00 32 100 ock Excavation(Expected at 4 $250.00 $25,000.00 a uprorar Engineering (8%) Construction Engineering & Observation (4%) $457,295.45 $36,583.64 $18,291.82 TOTAL Engineer's Conceptual Estimate $5121170.91 Exhibit B - Rupple Road Regional LS Cost Estimate Item Approx. No. Qty Unit Item Description Unit Price Total Amount 1 300 CY Reinforced Wetwell Concrete $925.00 $277,500.00 1A 300 CY Xypex Concrete Admixture $28.50 $8,550.00 18 3000 SF Wetwell Coating System (Raven 405 or Warren 5301) $14.75 $44,250.00 2 1 LS Standard Excavation for Wetwell (not including rock) $92,500.00 $92,500.00 3 1 LS Dewatering for Wetwell $75,000.00 $75,000.00 4 2 EA Pumps & Control Panel $140,000.00 $280,000.00 5 5 EA 10" Gate Valve $4,000.00 $20,000.00 6 2 EA 8" Gate Valve $5,000.00 $10,000.00 7 2 EA 8" Air Release Valve $5,000.00 $10,000.00 8 2 EA 8" Swing Check Valve $7,000.00 $14,000.00 9 1 LS Pump Chain Hoist & Frame $27,500.00 $27,500.00 10 1 EA Valve Vault Structure $18,000.00 $18,000.00 11 1 LS Site Electrical $50,000.00 $50,000.00 12 1 LS Running 3-phase power to LS site $46,000.00 $46,000.00 13 1 LS Generator and Appurtenances $200,000.00 $200,000.00 14 1 LS SCADA Connection (By City, $7,500 in 2017$) $8,195.45 $8,195.45 15 350 SY Concrete Paving $75.00 $26,250.00 16 500 SY Gravel Paving $10.00 $5,000.00 17 1 LS Lift Station Site Work (incl. fencing) $15,000.00 $15,000.00 18 1 LS Trench Excavation & Safety $25,000.00 $25,000.00 19 120 LF 8" Class 350 DI Discharge Piping $50.00 $6,000.00 20 4600 LF 10" PVC Force Main $45.00 $207,000.00 21 170 LF 10" DI Force Main $225.00 $38,250.00 22 4000 LB Ductile Iron Fittings $11.00 $44,000.00 23 80 LF 20" Steel Encasement by Open Cut $250.00 $20,000.00 24 55 LF 20" Bored Steel Encasement $500.00 $27,500.00 25 7 EA Tracer Wire Port $750.00 $5,250.00 26 11 EA Sewer Line Marker $500.00 $5,500.00 27 3 EA Air Release Valve Assembly $6,000.00 $18,000.00 28 1 EA Water Meter & Backflow Assembly $1,500.00 $1,500.00 29 1 EA Yard Hydrant $750.00 $750.00 30 1 LS Coordination/Work Involving 20" Gas Transmission Line $50,000.00 $50,000.00 31 80 LF 20" Heavy Wall PVC Encasement $200.00 $16,000.00 32 20 LF Class 7 Aggregate Base Course backfill $25.00 $500.00 33 1 LS Site Restoration along Force Main (Seed & Watering) $5,000.00 $5,000.00 34 300 LF 5' Sidewalk $35.00 $10,500.00 35 1 LS Remove & Dispose Ex. Concrete Cap at WWTF $10,000.00 $10,000.00 36 1 EA 10" Flow Meter at WWTF (including SCADA connection) $15,000.00 $15,000.00 37 1 LS Connect to Existing WWTF Influent Line $75,000.00 $75,000.00 38 1 LS Erosion Control $15,000.00 $15,000.00 39 1 LS Mobilization $20,000.00 $20,000.00 40 1 LS WWTF Site Restoration $10,000.00 $10,000.00 41 1 LS Standard Arkansas Performance & Payment Bond $30,000.00 $30,000.00 42 1 LS Two -Year Maintenance Bond $30,000.00 $30,000.00 43 1000 CY Rock Excavation (Expected at 4') $250.00 $250,000.00 Total $2,11-9,245.43 * Item 1B shown for reference only, not included in total cost. ENGINEERING SERVICES INC.�t 1207 S. Old Missouri Rd. • P.O. Box 282 9 Springdale, Arkansas 72765-0282 Exhibit C — ESI Services January 15, 2020 Towne West Capital Partners I, LLC c/o Bransen Harris 1211 Woodland Creek Circle Van Buren, AR 72956 Re: Engineering Services Estimate Rupple Road Regional Lift Station Towne West Bransen, Ph: 479-751-8733 9 Fax: 479-751-8746 Please find below an estimate of our services on the Rupple Road Regional Lift Station, based upon the quoted construction price of $2,119,245.45 from Harris Company of Fort Smith, Inc. Table 9. Professional Services Estimated Amount. Very truly yours, Brandon Rush Z:\Engineers\00 - Engineer Projects\18951 - RUPPLE ROAD\04 Regional Lift Station\Cost Sharing\ESI Estimate.docx s7i EWGUVELMNG SERVICES INC. Brian J. Moore, RE President Exhibit D - Gravity Sewer Price List Gravity Sewer Participation Item No. Unit Item Description Unit Price I EA 4' Manhole 0-6' De th $ — 4,000.00 2 VF 4' Manholes, Extra Depth $ 250.00 3 EA Epoxy Lining for Manholes $ 1,000.00 4 EA Manhole Drop Connection $ 750.00 5 LF 15" PVC SDR -26 Gravity Sewer 6-8' Dee $ 100.00 6 LF 12" PVC SDR -26 Gravity Sewer 0-6' Dee $ 90.00 7 LF 12" PVC SDR -26 Gravity Sewer 6-8' Dee $ 95.00 8 LF 12" PVC SDR -26 Gravity Sewer 8-10' Dee $ 100.00 9 LF 10" PVC SDR -26 Gravity Sewer 0-6' Dee $ 75.00 10 LF 10" PVC SDR -26 Gravity Sewer 6-8' Dee $ 80.00 11 LF 10" PVC SDR -26 Gravity Sewer 8-10' Dee $ 85.00 12 LF 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00- 13 LF 1.8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 14 LF 8" PVC SDR -26 Gravity Sewer 8-10' Dee $ 75.00 15 EA 15" x 4" Service Wye $ 500.00 16 EA 12" x 4" Service Wye $ 400.00 17 EA 10" x 4" Service Wye $ 350.00 18 EA 8" x 4" Service Wye $ 300.00 19 CY Rock Excavation $ 250.00 20 LF Class 7 Aggregate Base Course $ 25.00 21 LF 30" Steel Encasement $ 250.00 22 LF 24" Steel Encasement $ 225.00 23 LF 20" Steel Encasement $ 200.00 24 1 LF 16" Steel Encasement $ 150.00 * Rock expected at 4' Exhibit E - Gravity Sewer Participation Cost Estimate As Designed I WI No Participation Dev. Responsibility City Responsibility Description Price Qty I Unit I Total Oty I Unit Total Difference Interceptor 1 4' Manhole 0-6' De th 4' Manholes, Extra Depth $ 4,000.00 $ 250.00 12 EA 34.3 VF I S 48,000.00 1 $ 8,575.00 11 EA 33.6 VF $ 44,000.00 $ 8,400.00 $ 4,000.00 $ 175.00 Epoxy Lining for Manholes $ 1,000.00 4 EA $ 4,000.00 0 EA $ $ 4,000.00 Manhole Drop Connection $ 750.00 4 EA $ 3,000.00 0 EA $ $ 3,000.00 15" PVC SDR -26 Gravity Sewer 6-8' Deep) $ 100.00 810 VF $ 81,000.00 0 VF S $ 81,000.00 12" PVC SDR -26 Gravity Sewer 0-6' Deep $ 90.00 120 LF $ 10,800.00 0 LF $ $ 10,800.00 12" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 95.00 370 LF $ 35,150.00 0 LF $ $ 35,150.00 12" PVC SDR -26 Gravity Sewer 8-10' Deep $ 100.00 LF IS 0 LF $ S 10" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 75.00 LF $ - 0 LF $ $ 10" PVC SDR -26 Gravity Sewer 6-8' Deep) $ 80.00 390 LF $ 31,200.00 800 LF $ 64,000.00 $ 32,800.00 10" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 85.00 420 LF $ 35,700.00 0 LF $ $ 35,700.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 20 LF $ 1,300.00 0 LF $ $ 1,300.00 8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 140 LF $ 9,800.00 1090 LF $ 76,300.00 $ 66,500.00 8" PVC SDR -26 Gravity Sewer (8-10' Dee) $ 75.00 0 LF $ - 380 LF $ 28,500.00 $ (28,500.00 15" x 4" Service Wye $ 500.00 28 EA $ 14,000.00 0 EA $ $ 14,000.00 12" x 4" Service Wye $ 400.00 5 EA $ 2,000.00 0 EA $ $ 2,000.00 10" x 4" Service Wye $ 350.00 12 EA $ 4,200.00 28 EA $ 9,800.00 $ 5,600.00 8" x 4" Service Wye Rock Excavation S 300.00 S 250.00 0 EA 960 CY $ $ 240,000.00 17 EA 890 CY $ 5,100.00 $ 222,500.00 $ 5,100.00) $ 17,500.00 30" Steel Encasement $ 250.00 30 LF $ 7,500.00 0 LF $ $ 7,500.00 24" Steel Encasement 20" Steel Encasement S 225.00 $ 200.00 25 LF 0 LF $ 5,625.00 $ - 0 LF 21 LF 1 $ $ 4,200.00 $ 5,625.00 $ 4,200.00 16" Steel Encasement Class 7 Aggregate Base Course $ 150.00 S 25.00 0 LF 246 LF 1 $ S 6,150.00 15 LF 246 LF 1 $ 2,250.00 $ 6.150.00 $ 2,250.00 $ Interco tot 2 4' Manhole 0-6' Depth) $ 4,000.00 11 EA $ 44,000.00 11 EA $ 44,000.00 $ 4' Manholes, Extra Depth Manhole Drop Connection $ 250.00 $ 750.00 14.7 VF 1 EA $ 3,675.00 $ 750.00 13.4 VF 0 EA $ 3.350.00 $ $ 325.00 $ 750.00 10" PVC SDR -26 Gravity Sewer 0-6' Deep) $ 75.00 0 LF S 0 LF $ - $ - 10" PVC SDR -26 Gravity Sewer 6-8' Dee 8" PVC SDR -26 Gravity Sewer 0-6' Deep 8" PVC SDR -26 GravitySewer 6-8' Dee) 8" PVC SDR -26 Gravity Sewer (8-10' Deep) 16" Steel Encasement 10" x 4" Service Wye is S 80.00 $ 65.00 $ 70.00 $ 7.5120 S 150.00 350.00 480 LF 480 LF 840 LF LF 15 LF 20 EA S 38,400.00 $ 31,200.00 $ 58,800.00 $ 9,000.00 $ 2,250.00 $ 7,000.00 0 LF 1330 LF 610 LF 0 LF 0 LF 0 EA $ $ 86,450.00 S 42,700.00 $ $ $ $ 38,400.00 $ 55,250.00 $ 16,100.00 $ 9,000.00 $ 2,250.00 $ 7,000.00 L1_ r+s uesigneo W/ No Participation Dev. Responsibility City Responsibility Description 8" x 4" Service Wye $ ON I Unit I Total Unit Total Difference Rock Excavation $ 300.00 250.00 31 EA S 9,300.00 51 EA S 15,300.00 $ (6,000.00 ClassA re ate Base Course $ 25.00 670 CY, $ 167,500.00 350 CY $ 87,500.00 $ 80,000.00 Interceptor 3 4,A 90i LF $ 22,525.00 901 LF $ 22,525.00 $ 4' Manhole (0-6' Depth) $ 4,000.00 10 EA 1 $ 40,000.00 10 EA $ 40,000.00 $ 4' Manholes, Extra Depth $ 250.00 13.9 VF $ 3,475.00 16.1 VF $ 4,025.00 $ 550.00 Manhole Drop Connection $ 750.00 3 EA $ 2,250.00 0 EA $ $ 10" PVC SDR -26 Gravity Sewer 0-6' Dee) $ 75.00 180 LF $ 13,500.00 0 LF $ $ 2,250.00 10" PVC SDR -26 Gravity Sewer 6-8' Dee $ 80.00 300 LF $ 24,000.00 0 LF $ $ 13,500.00 8" PVC SDR -26 Gravi Sewer (0-6' Dee $ 65.00 0 LF $ 360 LF $ 23,400.00 $ 24,000.00 23,400.00 8" PVC SDR -26 Gravity Sewer (6-8' Dee $ 70.00 380 LF $ 26,600.00 1330 LF $ 93,100.00 $ 66,500.00 8" PVC SDR -26 Gravity Sewer 8-10' Deep) $ 75.00 1490 LF $ 111,750.00 660 LF $ 49,500.00 $ 62,250.00 16" Steel Encasement $ 150.00 26 LF I $ 3,900.00 0 LF $ $ 3,900.00 8" x 4" Service Wye $ 300.00 260,800.00 $ 10,800.00 36 $ 10,800.00 $Rock Excavation $ 250.00 1140 CY $ 285,000.00 885 �EA $ 221,250.00 S 63,750.00 Class 7 Ag re ate Base Course $ 25.00 165 LF $ 4,125.00 165 $ 4,125.00 $ Lateral 4 4' Manhole 0-6' Depth $ 4,000.00 1 1 EA $ 4,000.00 1 EA $ 4,000.00 S 4' Manholes, Extra Depth $ 250.00 0.8 VF $ 200.00 0 VF $ S 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00 143 LF $ 9,295.00 143 LF $ 9,295.00 $ 200.00 Rock Excavation $ 250.00 20 CY $ 5,000.00 10 CY $ 2,500.00 $ 2,500.00 Class 7 Aggregate Base Course S 25.00 31 LF $ 775.00 31 LF S 775.00 $ Lateral 5 4' Manhole 0-6' Depth S 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ 4' Manholes, Extra Depth $ 250.00 1 VF S 250.00 1.3 VF S 325.00 $ 75.00) 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00 25 LF $ 1,625.00 25 LF $ 1.625.00 $ 8" PVC SDR -26 GravitySewer (6-8' Deep) $ 70.00 136 LF $ 9,520.00 136 LF $ 9,520.00 $ Rock Excavation 47ff S. 11,750.00 47 CY $ 11,750.00 $ Class 7 A re ate Base Course t�E 28$ 700.00 28 LF $ 700.00 $ 16" Steel Encasement 31$ 4,650.00 20 LF $ 3,000.00 1 $ 1,650.00 Lateral 6 4' Manhole 0-6' Depth $ 4,000.00 1 EA I $ 4,000.00 1 EA $ 4,000.00 $ 4' Manholes, Extra Depth $ 250.00-2 ' 2VF $ 550.00 0 VF $ 8" PVC SDR -26 Gravity Sewer (0.6' Deep) T-65 00 0 LF $ - $ 550.00 8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 174 LF $ 12,180.00 174 LF $ 11,310.00 $ 11,310.00 8"x4"Service Wye $ 300.00 5 EA $ 1,500.00 0 LF 5 EA $ $ $ 12,180.00 Rock Excavation $ 250.00 80 CY $ 20,000.00 20 CY 1,500.00 $ 5,000.00 $ $ Lateral 7 15,000.00 4' Manhole (0-6' Depth) $ 4,000.00 1 t EA $ 4,000.00 1 EA $ As Dim esianal 1 wi N., P,.ei'i-fi.... I no., o-.,..-kII:.., I r:.., o......___:- Descri tion Oty Unit Total Oty Unit Total Difference 4' Manholes, Extra Depth $ 250.00 3.1 VF $ 775.00 3.1 EA $ 775.00 $ 8" PVC SDR -26 Gravity Sewer 0-6' Dee) $ 65.00 50 LF $ 3,250.00 50 EA $ 3,250.00 $ 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 90 LF $ 6,300.00 90 LF $ 6,300.00 $ 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 60 LF $ 4,500.00 60 LF $ 4,500.00 $ 8" x 4" Service Wye $ 300.00 4 EA $ 1,200.00 4 EA $ 1,200.00 $ Rock Excavation $ 250.00 75 CY $ 18,750.00 75 CY $ 18,750.00 $ Class 7 Aggregate Base Course 1 $ 25.00-1 30 LF $ 750.00 1 30 LF $ 750.00 $ Lateral 8 4' Manhole (0-6' Depth) 1 $ 4,000.00 1 1 EA $ 4,000.00 1 EA 1 $ 4,000.00 $ 8" PVC SDR -26 Gravity Sewer (0-6' Deep) 1 $ 65.00 277 LF $ 18,005.00 277 EA $ 18,005.00 $ 8" x 4" Service Wye 1 $ 300.00 9 EA $ 2,700.00 9 EA $ 2,700.00 $ Rock Excavation $ 250.00 25 CY $ 6,250.00 25 CY $ 6,250.00 1 $ Lateral 9 4' Manhole 0-6' Depth $ 4,000.00 31 EA 1 $ 12,000.00 3 EA $ 12,000.00 $ 4' Manholes, Extra Depth $ 250.00 7.2 VF $ 1,800.00 7.2 VF $ 1,800.00 $ 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 120 LF $ 7,800.00 120 LF $ 7,800.00 $ 8" PVC SDR -26 Gravity Sewer 6-8' Dee) $ 70.00 360 LF $ 25,200.00 360 LF $ 25,200.00 $ 8" PVC SDR -26 Gravity Sewer 8-10' Deep) $ 75.00 365 LF $ 27,375.00 365 LF $ 27,375.00 $ 8" x 4" Service Wye $ 300.00 21 EA $ 6,300.00 21 EA $ 6,300.00 $ Rock Excavation $250.00 350 CY $ 87,500.00 350 CY $ 87,500.00 $ Class 7 Aggregate Base Course $ 25.00 52 LF $ 1,300.001 52 CY 1 $ 1,300.00 1 $ 16" Steel Encasement $ 150.00 20 LF $ 3,000.00 2011-F I b 3,000.00 1 $ Lateral 10 4' Manhole (0-6' Depth) $ 4,000.00 1 EA 1 $ 4,000.00 1 1 lEA I S 4,000.00 I $ 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00 55 LF $3,575.00 55 LF $ 3,575.00 $ 8" x 4" Service Wye $ 300.00 1 EA S 300.00 1 EA b 300.00 $ Rock Excavation $ 250.00 8 CY 1 $ 2.000.001 81 CY I $ 2,000.00 1 $ Lateral 11 4' Manhole 0-6' Depth $ 4,000.00 1 2 EA $ 8,000.00 2 EA $ 8,000.00 $ 4' Manholes, Extra Depth S 250.00 4.1 VF b 1,025.00 2.9 VF $ 725.00 $ 300.00 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00 160LF $ 10,400.00 200 LF $ 13,000.00 $ 2,600.00 8" PVC SDR -26 GravitySewer 6-8' Deep) Rock Excavation Class 7 Aggregate Base Course $ $ $ 70.00 250.00 25.00 40 LF 60 CY 81 LF $ $ $ 2,800.00 15,000.00 2,025.00 0 LF 15 CY 81 LF $ $ $ - 3,750.00 2,025.00 $ $ S 2,800.00 11,250.00 16" Steel Encasement $ 150.00 18 LF $ 2,700.00 18 LF $ 2,700.00 $ Lateral 12 4' Manhole 0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ 4' Manholes, Extra Depth $ 250.00 1 2.9 VF 1 $ 725.00 0.21 VF 1 $ 50.00 $ 675.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) 1 $ 65.001 310 LF 1 $ 20,150.00 1 350 LF 1 $ 22,750.00 Is (2,600.00) LA Descri tion VVI r o ra icipation Dev. Responsibility City Responsibility 8" PVC SDR -26 Gravi Sewer 6-8' Dee Unit LF $ Total Qt Unit Total Difference 8" x 4" Service Wye EA $ 2,800.00 0 LF $ $ 2,800.00 Rock Excavation M-250.00 CY :390 $ 4,200.00 14 EA $ 4,200.00 $ Class 7 A re ate Base Course - LF $ 16,250.00 8750.00 0 CY 350 LF16" $ $ 16,250.00 Steel Encasement LF $ 6,600.00 44 LF Lateral 13 $ 6,600.00 $ Not Used Lateral 14 4' Manhole 0-6' Depth $ 4,000.00 4 EA $ 16,000.00 4 EA $ 16,000.00 $ 4' Manholes, Extra Depth S 250.00 3.3 VF $ 825.00 0 VF $ 8" PVC SDR -26 Gravity Sewer (0-6' De e $ 65.00 330 LF $ 21,450.00 570 LF $ $ 825.00 8. PVC SDR -26 Gravit Sewer 6 8' Dee $ 70.00 520 LF $ 36,400.00 520 LF $ 37,050.00 $ 15,600.00) 8" PVC SDR -26 Gravity Sewer8-10' Deep S 75.00 240 LF -T-18.000.00 0 LF $ 36,400.00 $ 8" x 4" Service Wye 300.00 24 EA $ 7,200.00 24 EA $ $ 18,000.00 Rock Excavation LS 250.00 590 CY $ 147,500.00 240 CY $ 7,200.00 60,000.00 $ $ Class 7 Aggregate Base Course 25.00 68 LF $ 1,700.00 68 LF $ 87,500.00 16" Steel Encasement $ 150.00 0 LF $ 1.700.00 $ Latera, 15 20 LF $ 3,000.00 $ 3,000.00 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA 4' Manholes, Extra Depth $ 250.00 0.9 VF $ 225.00 0 VF $ 8" PVC SDR -26 Gravi Sewer 0-6' Dee $ 65.00 0 LF $ $ 225.00 8" PVC SDR -26 GravitySewer (6 8' Dee $ 70.00 85 LF $ 85 LF $ 5,525.00 $ 5,525.00 Rock Excavation $ 250.00 30 CY $ 5,950.00 7,500.00 0 LF $ $ 5.950.00 Lateral 16 0 CY $ $ 7,500.00 4' Manhole (0-6' Depth $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ 4' Manholes, Extra De th $ 250.00 2.8 VF $ 700.00 2.8 VF $ 8" PVC SDR -26 Gravi Sewer 0-6' Deep $ 65.00 120 LF $ 7,800.00 120 LF $ 700.00 $ 8" PVC SDR -26 Gravi Sewer 6-8' Dee $ 70.00 207 LF $ 14,490.00 207 LF $ 7,800.00 $ 8" x 4" Service W e $ 300.00 18 EA $ 5,400.00 18 EA $ 14,490.00 $ Rock Excavation Class 7 A $ 250.00 -25.00 140 CY $ 35,000.00 140 CY $ 5,400.00 35,000.00 $ $ re ate Base Course Lateral 17 IT 627 LF $ 15,675.00 611h $ 15,675.00 $ 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 8" PVC SDR -26 Gravit Sewer 0-6' Dee $ 65.00 78 LF $ 5,070.00 4,000.00 $ 8" x 4" Service Wye $ 300.00 3 EA $ 78 LF $ 5,070.00 $ Ti_Excavation $ 250.00 14 CY $ 900.00 3,500.00 3 EA 14 CY $ $ 900.00 $ Lateral 18 3,500.00 $ 4Manhole (0-6' Depth $ 4,000.00 2 EA $ 8,000.00 2 EA $ $ 4' Manholes, Extra Depth $ 250.00 1.2 VF $ 300.00 -- 8,000.00 $ 300.00 0 $ LA AcAc rl�u� I %All Mi D-;..;-;- I n.... D,,...,,,,"..a:r,., I -.. Description City Unit Total city Unit Total Difference 8" PVC SDR -26 Gravity Sewer (0-6' Dee $ 65.00 59 LF $ 3,835.00 420 LF $ 27,300.00 $ 23,465.00 8" PVC SDR -26 Gravity Sewer (6-8' Dee $ 70.00 361 LF $ 25,270.00 0 LF $ $ 25,270.00 8" x 4" Service Wye $ 300.00 11 EA $ 3,300.00 11 EA $ 3,300.00 S Rock Excavation $ 250.00 142 CY $ 35,500.00 22 CY $ 5,500.00 $ 30,000.00 16" Steel Encasement $ 150.00 0 LF $ - 20 LF $ 3,000.00 S 3,000.00 Class 7 Aggregate Base Course $ 25.00 38 LF $ 950.00 1 38 LF $ 950.00 $ Lateral 19 4' Manhole (0-6' De th) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ 8" PVC SDR -26 Gravity Sewer 0-6' Deep) $ 65.00 40 LF $ 2,600.00 128 LF $ 8,320.00 $ 5,720.00) 8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 88 LF $ 6,160.00 0 LF $ $ 6,160.00 8" x 4" Service Wye $ 300.00 3 EA $ 900.00 3 EA $ 900.00 $ - Rock Excavation $ 250.00 33 CY $ 8,250.00 20 CY $ 5,000.00 S 3,250.00 16" Steel Encasement $ 150.00 0 LF $ 20 LF $ 3,000.00 $ 3,000.00) Class 7 Aggregate Base Course S 25.00 31.1-F S 775.00 31.1-F $ 775.00 $ Lateral 20 4' Manhole 0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ 4' Manholes, Extra Depth $ 250.00 0.1 VF $ 25.00 0.1 VF $ 25.00 $ 8" PVC SDR -26 Gravity Sewer 0-6' Deep) S 65.00 200 LF $ 13,000.00 0 LF $ - $ 13,000.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 40 LF $ 2,800.00 569 LF $ 39,830.00 $ 37,030.00 8" PVC SDR -26 Gravity Sewer 8-10' Deep) $ 75.00 369 LF $ 27,675.00 40 LF $ 3,000.00 S 24,675.00 8" x 4" Service Wye $ 300.00 17 EA $ 5,100.00 17 EA $ 5,100.00 $ Rock Excavation $ 250.00 340 CY $ 85,000.00 235 CY $ 58,750.00 $ 26,250.00 Class 7 Aggregate Base Course $ 25.00 9217 $ 2,300.00 92 LF $ 2,300.00 $ Lateral 21 4' Manhole 0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 1 $ 8" PVC SDR -26 Gravity Sewer 0-6' Dee $ 65.00 360 LF $ 23,400.00 360 LF $ 23.400.00 S 8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 40 LF $ 2,800.00 40 LF S 2,800.00 $ 8" x 4" Service Wye $ 300.00 13 EA $ 3,900.00 13 EA $ 3,900.00 1 $ Rock Excavation $ 250.00 10 CY $ 2,500.00 10 CY $ 2,500.00 I $ Lateral 22 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 1.8 VF $ 450.00 0 VF $ S 450.00 8" PVC SDR -26 Gravity Sewer 0-6' Dee S 65.00 280 LF $ 18,200.00 280 LF $ 18,200.00 $ 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 120 LF $ 8,400.00 120 LF $ 8,400.00 $ 8" x 4" Service Wye $ 300.00 13 EA $ 3,900.00 13 EA $ 3,900.00 $ Rock Excavation $ 250.00 45 CY $ 11,250.00 45 CY $ 11,250.00 $ Lateral 23 4' Manhole 6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ .O 4' Manholes, Extra Depth $ 250.00 1 2.9 VF 1 $ 725.00 2.91 VF 1 $ 725.00 1 $ Description 8" PVC SDR -26 GravitySewer 0-6' Dee 8" PVC SDR -26 Gravity Sewer 6-8' Dee) $ $ 65.00 70.00 -.+ -- Qt Unit 210 LF 190 LF $ $ --••-� Total 13,650.00 13,300.00 .............. v.. Qt Unit 210 LF 190 LF vc�. $ $ ,"c�Nv�,v,,.Y Total 13,650.00 13,300.00 -Y RCJIJ-wumty Difference $ $ 8" x 4" Service Wye $ 300.00 13 EA $ 3,900.00 13 EA $ 3,900.00 $ Rock Excavation $ 250.00 97 CY $ 24,250.00 97 CY $ 24,250.00 $ Lateral 24 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ 4' Manholes, Extra Depth $ 250.00 1.9 VF $ 475.00 1.9 VF $ 475.00 $ - 8" PVC SDR -26 GravitySewer (0-6' Deep $ 65.00 100 LF $ 6,500.00 100 LF $ 6,500.00 $ 8" PVC SDR -26 Gravity Sewer 6-8' Dee $ 70.00 58 LF $ 4,060.00 58 LF $ 4,060.00 $ 8" x 4" Service Wye $ 300.00 1 EA $ 300.00 1 EA $ 300.00 $ Rock Excavation $ 250.00 38 CY $ 9,500.00 38 CY $ 9,500.00 $ 16" Steel Encasement $ 150.00 14 LF $ 2,100.00 14 LF $ 2,100.00 $ Class 7 Aggregate Base Course $ 25.00 37 LF $ 925.00 37 LF $ 925.00 $ Lateral 25 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA 1 $ 4,000.00 S 4' Manholes, Extra Depth $ 250.00 6.5 VF $ 1,625.00 5.2 VF $ 1,300.00 S 325.00 8" PVC SDR -26 GravitySewer 0-6' Deep 8" PVC SDR -26 Gravity Sewer (6.8' Deep) 8" x 4" Service Wye $ $ S 65.00 70.00 300.00 0 LF 200 LF 4 EA $ $ $ 14,000.00 1,200.00 200 LF 0 LF 4 EA $ $ $ 13,000.00 - 1,200.00 $ 13,000.00 $ 14,000.00 $ Rock Excavation $ 250.00 55 CY $ 13,750.00 25 CY $ 6,250.00 $ 7,500.00 16" Steel Encasement Class 7 Aggregate Base Course $ $ 150.00 25.00 0 LF 28 LF $ $ 700.00 20 LF 28 LF $ $ 3,000.00 700.00 I $ (3,000.00) $ Lateral 26 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 5 VF $ 1,250.00 4.3 VF $ 1,075.00 $ 175.00 8" PVC SDR -26 Gravity Sewer 0-6' Dee 8" PVC SDR -26 Gravity Sewer 6-8' Dee 8" x 4" Service Wye $ $ $ 65.00 70.00 300.00 0 LF 200 LF 4 EA $ $ $ 14,000.00 1,200.00 30 LF 170 LF 4 EA $ $ $ 1,950.00 11,900.00 1,200.00 $ 1,950.00) $ 2,100.00 $ Rock Excavation 16" Steel Encasement Class 7 Aggregate Base Course $ $ $ 250.00 150.00 25.00 75 CY 0 LF 28 LF $ $ $ 18,750.00 700.00 60 CY 20 LF 28 LF $ $ $ 15,000.00 3,000.00 700.00 $ 3,750.00 $ 3,000.00 $ iocai Uty Kesponsibility $ 2,776,535.00 $ 458,060.00 N19 wowdeD, it+-. no rlr. PROJECT LOCATION i Proposed Lift Station Ort ` .. ,•, r.,, „si . 1w Car""IN r - E Pnea,wt M 7tunp_u §f �^ W CtxtJ i. Ij r) V� E cjr^•'r ter pC _ .h I�°� y r` I�(9:.t-�n-• III s Gel n'� E *tx-t.a ct.r �e T _„� I W A 0�•te t W � s u I An, W3!iQ+ Ct ... I E Canwv Or k � Ir . wsemce" VE Y VI I L ^J VICINITY MAP (MASTER STREET PLAN. N.T.S. 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 73-19 File Number: 2019-0145 RUPPLE ROAD REGIONAL SEWER LIFT STATION: A RESOLUTION TO EXPRESS THE CITY COUNCIL'S INTENTION TO SHARE IN THE COST OF CONSTRUCTING A REGIONAL SEWER LIFT STATION NEAR RUPPLE ROAD WHEREAS, City staff has determined that providing sewer service to the approximately 450 -acre basin between Centennial Park at Millsap Mountain and Broyles Avenue with one regional lift station, instead of multiple smaller lift stations as parcels in the area are developed will be in the City's best interest for long term maintenance and operational savings; and WHEREAS, the preliminary estimated cost of a regional lift station for this area is $2,087,400.00; and WHEREAS, the cost share is intended to give the developer and engineer confidence to move forward with a regional design approach knowing that the City has expressed an interest in participating in an appropriate future cost share; and WHEREAS, the City's portion of the cost share is not known at this time and may depend, in part, on how many developers and property owners participate in the cost share agreement. NOW, THEREFORE, 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 expresses its intention to share in the cost of constructing a regional sewer lift station near Rupple Road with property owners and developers in the lift station service area. Page 1 Printed on 3120119 Fite Number: 2019-0145 Resolution 73-19 PASSED and APPROVED on 3/19/2019 Attest: �o. Sondra E. )tyR S%tth! ,Qerk Treasurer ♦�'` ARK i �''�. ��� �o\ Y p�`.s ms's tics. .tir F AYETTEVl!_! Page 2 Printed on 3120119 AMENDMENT NO. 1 TOWNE WEST CAPITAL PARTNERS Tim Nyander Submitted By City of Fayetteville Staff Review Form 2020-0986 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/2/2020 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Amendment No. 1 and Change Order 1 to the contract with Towne West Capital Partners I, LLC which will increase the contract amount by $139,800.00. Budget Impact: 5400.720.5700-5815.00 Water and Sewer Account Number Fund 04039.1 Water/Sewer Impact Fee Cost Sharing Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 3,551,352.00 $ 2,753,149.68 $'-798,202.32 $ 139,800.00 $ 658,402.32 V20180321 Purchase Order Number: 2020-282 Previous Ordinance or Resolution # 71-20 Change Order Number: Original Contract Number: Comments: 1 2020-20 Approval Date: 11/04/20 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: October 30, 2020 STAFF MEMO SUBJECT: Approval of Amendment No. 1 and Change Order No. 1 to the Cost Share Agreement with Towne West Capital Partners I, LLC RECOMMENDATION: Staff recommends approval of Amendment No. 1 and Change Order No. 1 to the contract with Towne West Capital Partners I, LLC which will increase the contract amount by $139,800.00. BACKGROUND: In February 2020, the City Council approved a Cost Share Agreement with Towne West Capital Partners I, LLC for the construction of a regional sanitary sewer lift station in the vicinity of Rupple Road and Broyles Road, with associated gravity and force main sanitary sewers (Resolution 71-20). DISCUSSION: The original breakdown pricing for this construction was based on 100% of the scope being self - performed by the developer. However, due to the specialized nature of lift station construction, the developer and city worked together to bring a subcontractor on board to complete the lift station work and the tie-in at the wastewater facility. This subcontractor's quote is more detailed and accurate, resulting in an increased cost of $78,300.00. The subcontractor, JL Bryson, also requested to be added to the cost share agreement as an increased surety of their final payments. The City Attorney's office and Water/Sewer worked together to draft Amendment No. 1 adding JL Bryson to the cost share agreement. Additionally, after the cost share was approved for the project, Water/Sewer and the IT Department developed a plan to have direct fiber optic connectivity between this lift station and the nearby West Side Water Resource Recovery Facility which will eliminate our long term need for using a 3d party service provider for communications and monitoring. The added cost for this fiber optic conduit installation is $61,500.00. BUDGET/STAFF IMPACT: Funds for the $139,800.00 change order are available within the approved project contingency of $247,544.09. Attachments: Amendment No. 1 Change Order No. 1 Contractor Request letter & supporting quote Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 AMENDMENT NO. 1 TO CONTRACTUAL AGREEMENT FOR COST SHARE OF REGIONAL SEWER LIFT STATION COSTS This Amendment, made and entered into on this 4 day of November 2020 by and between the City of Fayetteville, Arkansas ("City"), Towne West Capital Partners 1, LLC ("Towne West"), and JL Bryson, Inc. ("Bryson"), witnesseth: WHEREAS, Towne West is developing a new 30 acre subdivision on the west side of South Rupple Road between Albert Street and Tofino Drive, an area that is part of a larger 415 acre basin; and WHEREAS, Towne West would be required to construct a lift station to provide sewer service for its development; and WHEREAS, on February 18, 2020, the City Council approved a contract with Towne West to share in the cost of constructing a regional sewer lift station with the portion paid by the City not to exceed $2,475,440.89; and WHEREAS, Towne West received competitive bids for construction of the sewer lift station and entered into a contract with Bryson which now seeks further assurance from the City regarding payment for the project; and WHEREAS, the City and Towne West agree that the original contract should be amended to include Bryson as a party and to address other matters. NOW, THEREFORE, the City of Fayetteville, Arkansas, Towne West Capital Partners 1, LLC, and JL Bryson, Inc. agree that the original contract between the City and Towne West shall be amended as follows: 1. Towne West agrees to: A. Acquire all water/sewer easements required for the construction of the lift station, force main, and gravity sewer lines, and any other infrastructure required to connect Towne West's development to the lift station and dedicate or grant those easements to the City. Towne West agrees that the City shall not be obligated to reimburse Towne West for any portion of the project not located within the Towne West development until all off -site easements have been dedicated to the City. B. Pay for the construction of the regional lift station, force main, and upsized sewer mains (with reimbursement in the form of progress payments from the City up to the amount of $2,475,344.31). Pagel of 3 C. Submit the City's standard Subcontractor Affidavit for Payment at the time of each pay draw request and prior to final payment D. Towne West authorizes the City to make direct payments to Bryson in the event Towne West ceases to operate in the ordinary course, has an assignment for the benefit of creditors or similar disposition of its assets or becomes the subject of any bankruptcy, reorganization, liquidation dissolution or similar proceeding and agrees that the cost share agreement is not for the benefit of Towne West but is for the sole benefit of water and sewer customers of the City of Fayetteville. 2. The City of Fayetteville, Arkansas agrees to: A. Reimburse Towne West for actual costs up to $2,475,344,31 which represents the City's portion of the cost to construct a regional sewer lift station and upsized sewer mains. Such payments shall be based on the schedule of values to ensure proportional allocation of funds between Towne West and Bryson. B. Progress payments due to Towne West shall be remitted within thirty (30) days after receipt of valid invoices and Subcontractor Affidavit for Payment and pending inspection and approval of the work by the City of Fayetteville Utilities Department. City reserves the right to withhold retainag`e of up to 5% on each progress payment. C. Submit payments directly to Bryson only in the event Towne West ceases to operate in the ordinary course, has an assignment for the benefit of creditors or similar disposition of its assets or becomes the subject of any bankruptcy, reorganization, liquidation, dissolution or similar proceeding. Such payments shall be made under the same terms as progress payments to Towne West as provided in subsection 2.B. In such circumstances. City shall make all reasonable efforts to seek an assignment of the contract between Towne West and Bryson to the City. 3. Bryson agrees to: A. Construct the sewer lift station in accordance with its contract with Towne West and seek payment directly from Towne West. B. Exhaust every available remedy with respect to payment from Towne West before seeking payment from the City. In the event Towne West ceases to operate in the ordinary course, has an assignment for the benefit of creditors or similar disposition of its assets or becomes the subject of any bankruptcy, reorganization, liquidation dissolution or similar proceeding, Bryson shall submit its requests for progress payments directly to the City along with invoices and the City's standard Subcontractor Affidavit for Payment at the time of each pay draw request and prior to final payment. In such an event, the Page 2 of 3 City and Bryson shall agree on a closeout point for the project based on the City's cost limitation provided in subsection 3.0 below. C. Accept payments from the City for the City's portion of the cost share, either directly from the City or through Towne West, in an amount not exceeding $2,475,344.31. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: TOWNE WEST CAPITAL CITY OF FAY TTEVILLE, PARTNERS I, LLC ARKANSAS r � By: SE IS, Member LI NE7JAN, MayorDate: �� ' �� ' Date: 11/04 WITNESS: ATTEST: By: By: ` Sv&vb0.. KARA PAXTON, City Clerk ; 6 ••`la a: �••,'y JL BR Date: /0,"ZZ "Z,�qzo WITNESS: Page 3 of 3 CITY OF FAYETTEVILLE ARKANSAS Change Order No. To Contractor: Towne West Capital Partners I, LLC The Contract is changed as follows: CHANGE ORDER Contract Title: Date of Issuance: RuppleBroyles Regional Lift Station Cost Share with Towne West ORDINANCE/RESOLUTION: 71-20 Effective: February 18, 2020 October 30, 2020 Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 1 Reinforced Wetwell Concrete 300 CY $ 925.00 0 $ - $ 277,500.00 $ _ 1A Xypex Concrete Admixture 300 CY $ 28.50 0 $ - $ 8,550.00 $ _ 3 Dewatering for Wetwell 1 LS $ 75,000.00 0 $ - $ 75,000.00 $ 4 Pumps & Control Panel 2 EA $ 140,000.00 0 $ - $ 280,000.00 $ _ 6 8" Gate Valve 2 EA $ 5,000.00 0 $ - $ 10,000.00 $ _ 7 8" Air Release Valve 2 EA $ 5,000.00 0 $ - $ 10,000.00 $ _ 8 8" Swing Check Valve 2 EA $ 7,000.00 0 $ - $ 14,000.00 $ _ 9 Pump Chain Hoist & Frame 1 LS $ 27,500.00 0 $ - $ 27,500.00 $ _ 10 Valve Vault Structure 1 EA $ 18,000.00 0 $ - $ 18,000.00 $ _ 35 Remove & Dispose Ex. Concrete Ca at WWTF 1 LS $ 10,000.00 0 $ - $ 10,000.00 $ _ 36 10" Flow Meter at WWTF (including SCADA connection) 1 EA $ 15,000.00 0 $ - $ 15,000.00 $ _ 37 Connect to Existing WWTF Influent Line 1 LS $ 75,000.00 0 $ - $ 75,000.00 $ - 40 IWWTF Site Restoration 1 LS $ 10,000.00 0 $ - $ 10,000.00 $ _ 11 Site Electrical 1 LS $ 50,000.00 0 $ - $ 50,000.00 $ _ 13 Generator and Appurtenances 1 LS $ 200,000.00 0 $ - $ 200,000.00 $ 38 39 Erosion Control Mobilization 1 1 LS LS $ 15,000.00 $ 20,000.00 1 1 $ 7,500.00 $ 10,000.00 $ 15,000.00 $ 20,000.00 $ 7,500.00 $ 10,000.00 42 Two -Year Maintenance Bond 1 LS $ 30,000.00 1 $ 15,000.00 $ 30,000.00 $ 15,000.00 34 5' Sidewalk 300 LF $ 35.00 300 $ 17.50 $ 10,500.00 $ 5,250.00 Page 1 of 2 Bid Bid Previous Unit Contract Revised Revised Original Revised Item item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost COLT Lift Station & WWTP Connection 0 LS $ - 1 $ 1,196,600.00 $ - $ 1,196,600.00 2-3- Schedule 40 conduit and C01.2 fittings (w/ pull strings city to install fiber within conduit after 0 LF $ - 1650 $ 35.00 $ $ 57,750.00 installation) — typical cover 24" 2-3" Schedule 40 conduit within steel encasement (w/ pull strings COl.3 city to install fiber within conduit 0 LF $ - 50 $ 25.00 $ $ 1,250.00 after installation CO1.4 IQuazite Fiberjunction box 17"x30"x24" labor only 0 EA $ _ 10 $ 250.00 $ - $ 2,500.00 Summation of Cost $ 1,156,050.00 $ 1,295,850.00 Net Cost for this Change Order $139,800.00 Not valid until signed by the Owner The original Contract Price was $ 2,475,440.89 Net change by previously authorized change orders $ _ The Contract Price prior to this Change Order was $ 2,475,440.89 The Contract Price will [increase by] ] $ 139,800.00 The new Contract Price including this Change Order will be -------- $ 2,615,240.89 FiRalCompletion -----""------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------ NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorizeby Work Change Directives not incorporated in this or previous Change Orders. /I Towne W tal Part LC ;C1FAYETTEV E 11/04/20 13 DATE j- DATE Page 2 of 2 Transmitted via electronic mail to cgrandersonCcDfayetteville-ar.gov October 21, 2020 Corey W. Granderson, P.E. Utilities Department City of Fayetteville 2435 S. Industrial Drive Fayetteville, AR 72701 Re: Change Order 1 Request Rupple Road Regional Lift Station Towne West Mr. Granderson: Please accept this letter as a formal change order request to modify the agreement between the City of Fayetteville and Towne West Capital Partners I, LLC (the Developer) regarding the Rupple Road Regional Lift Station. As you know, City Council Resolution 71-20 approved a cost sharing agreement with us to construct this facility in February 2020. At the time, ESI, the project engineer, estimated a total cost of $2,119,245.45 to construct the lift station, force main, and connection at the West Side Wastewater Treatment Facility. Since the estimate: ♦ plan modifications have been requested by the City of Fayetteville, ♦ the Developer has acquired additional geotechnical information, and ♦ a firm subcontractor bid have been received. We understand this agreement is between the City of Fayetteville and Towne West Capital Partners I, LLC, and the City does not want to engage with subcontractor negotiations. To negate this concern, this change order request represents the net effect of all substantial scope changes and price differences we have encountered to date. The general contractor, Harris Company of Fort Smith, has worked with a proposed subcontractor specialized in regional -scale lift station work, JL Bry-son, Inc. to construct the wet well, electrical, and West Side Wastewater Treatment Facility connection. The impetus of this change order is the division of scope between these two entities has created a situation where the JL Bry-son, Inc. bid largely contains the items requesting changes herein (i.e., exceed the prices estimated by ESI). Currently, the scope of work by price is 57% JL Bry-son, Inc., with the remainder to be accomplished by the general contractor. The bid from JL Bry-son, Inc. is a lump sum with a well-defined division of scope. Given the large proportional value of the subcontractor agreement currently under consideration, Towne West Capital Partners I, LLC is seeking this change order from you Mr. Granderson Rupple Rd Reg. LS October 21, 2020 Page 2 to gain certainty the cost overruns currently anticipated will be accepted by the City prior to entering a contract with JL Bry-son, Inc. Processing this change order will greatly assist Towne West Capital Partners I, LLC by providing an assurance the City acknowledges the project's scope has materially increased since February 2020, and is currently expected to exceed the estimated price with a net impact as calculated herein. Table 1. Lift Station and WWTF Connection ESI Estimate (February 2020) _ $1,118,300.00 JL Bryson Bid $1,196,600.00 Difference $78,300.00 (increase) New Items In addition to the above increase resulting from scope changes to be addressed under JL Bry- son's scope of work, we propose an addition to the contract of the following work. At your request, conduit and junction boxes were added to the project's scope after ESI prepared their estimate. Our subcontractor, Harris Company of Fort Smith, Inc., has provided the following pricing for the installation of conduit and junction boxes along the force main route in accordance with the City IT Department specifications you provided July 14. Table 2. Proposed Items to Be Added by Change Order 1. C01-1 2-Y Schedule 40 conduit and fittings (w/ pull strings city to install fiber within conduit after installation) — typical cover 24" C01-2 2-3° Schedule 40 conduit within steel encasement (w/ pull strings city to install fiber within conduit after installation) C01-3 Quazite Fiber junction box (17"x30"x241 labor only 1650 LF $35.00 $57,750.00 50 LF $25.00 10 EA $250.00 $1,250.00 $2,500.00 The contractor has not been able to find a source for the junction boxes, so the bid includes the labor only. If these materials could be provided by the City for installation, the net price impact is adding $61,500. If this arrangement is not possible, we request further information from the City regarding historical suppliers of these boxes to secure a quote, or approval to use an alternate product, and we will provide updated, all-inclusive pricing. Contract Time The contract currently ends December 31, 2020. While blasting work has already taken place, and we anticipate the project largely complete by this date, we would respectfully request an extension of three months, making the new completion date March 31, 2021. Mr. Granderson Rupple Rd Reg. LS October 21, 2020 Page 3 Conclusion In summary, we are requesting a total change order with net price impact of $139,800 (increase). The change order will formally add scope to the project that has long been informally included with the agreement of both parties, as well as providing us with the assurances necessary to enter a contract with JL Bry-son, Inc. We appreciate all your work to help make this project a success. We are happy to meet to discuss further if necessary. Very truly yours, en Harris Towne West Capital Partners I, LLC cc: Brian Moore, Blake Murray, Brandon Rush (ESI) Rupple Road Lift Station Agreement Between Towne West Partners I, LLC and JL Bryson, Inc. Table of Contents Tab 1: Agreement Between Towne West Partners I, LLC and JL Bryson, Inc. & drawing index sheet. Tab Z: Agreement Between Towne West Partners I, LLC and the City of Fayetteville Tab 3: Amendment No 1. To Contract between Towne West Partners I, LLC. and the City of Fayetteville. Tab 4: JL Bryson Scope and Quote. Includes Addendum #1 (addendum summarizes changes to scope). Axis Scope, ISI Scope, and Generator Scope. This PDF document does not have contents of tab 2 or 3. AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) This Agreement is by and between Towne West Capital Partners I, LLC ("Owner") and 1L Bryson, Inc. ("Contractor"). Terms used in this Agreement have the meanings stated in the General Conditions and the Supplementary Conditions. Owner and Contractor hereby agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Rupple Road Regional Lift Station and Tie-in at West Side WWTP ARTICLE 2—THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Rupple Road Regional Lift Station and Tie-in at West Side WWTP ARTICLE 3—ENGINEER 3.01 The Owner has retained Services, Inc. ("Engineer") to act as Owner's representative, assume all duties and responsibilities of Engineer, and have the rights and authority assigned to Engineer in the Contract. 3.02 The part of the Project that pertains to the Work has been designed by Engineering Services, Inc ARTICLE 4—CONTRACT TIMES 4.01 Time is of the Essence A. All time limits fer Mile-SAR-Res, if any, Substantial CempletieR, and eeMpletieR and FeadiRess 4.02 Contract Times: Dates N/A A. N/A, and completed and Feady tof N/A 4.03 Contract Times: Days N/A A. N/A N/A days afteF the date wheFi the GOHtFact Times eewmeHEe to Fbin. EJCDC• C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 9 4.04 Milestones 4.05 Liquidated Damages:.,. 4.06 Special Damages: N EJCDC• C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 9 GL'iiL����L�I►1i�7:Is��f L�� 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents, the amounts that follow, subject to adjustment under the Contract: A. For all Work other than Unit Price Work, a lump sum of $1,196,600.00 One Million, One Hundred Ninety Six Thousand, Six Hundred Dollars. All specific cash allowances are included in the above price in accordance with Paragraph 13.02 of the General Conditions. Unit Price Work Item No. Description Unit Estimated Quantity Unit Price Extended Price S S S $ 5 5 5 5 S S Total of all Extended Prices for Unit Price Work (subject to final adjustment based on actual quantities) $ C. Total of Lump Sum Amount (subject to final Unit Price adjustment) $1,196,600.00 EJCDC• C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 9 D. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. See attached Contractors Scope and Quote. ARTICLE 6—PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer and City of Fayetteville, Arkansas, as provided in the General Conditions and Trilateral Agreement between City of Fayetteville, Towne West Partners I LLLC , and J L Bryson Inc. 6.02 Progress Payments, • Retainage A. Owner shall make progress payments on the basis of Contractor's Applications for Payment. Invoices will be submitted to owner on or about the fifteenth of each month for work completed and material stored onsite or at contractors shop. Payment will be made within 48 hours of engineer's approval, and City of Fayetteville's concurrence. Payment date shall not exceed 14 days from date of invoice. In the event Owner is unable to make payments in a timely manner, Contractor retains the right to invoice the City of Fayetteville directly as per the Trilateral Agreement that has been made a part of this contract. Payments shall be made during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the Contractors Scope of Work and General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract. a. 95% percent of the value of the Work completed (with the balance being retainage). 1) If 50 percent or more of the Work has been completed, as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, then as long as the character and progress of the Work remain satisfactory to Owner and Engineer, there will be no additional retainage; and b. 100% percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). No retainage will be held on stored material and /or equipment. B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100% percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less 100% percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list of items to be completed or corrected prior to final payment. EJCDC° C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 9 6.03 Final Payment A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract Price in accordance with Paragraph 15.06 of the General Conditions. 6.04 Consent of Surety 6.05 Interest A. All amounts not paid when due will bear interest at the rate of 10% percent per annum. ARTICLE 7—CONTRACT DOCUMENTS 7.01 Contents A. The Contract Documents consist of all of the following: 1. This Agreement. 2. Bonds: a. Performance bond (together with power of attorney). b. Payment bond (together with power of attorney). 3. General Conditions. 4. Supplementary Conditions. N/A 5. Specifications (not attached but incorporated by reference) provided by the City of Fayetteville, Arkansas "Standard Specifications for Design and Construction of Water Lines and Sewer Lines - 2017-Edition." 6. Drawings (not attached but incorporated by reference) consisting of [number] sheets with each sheet bearing the following general title: [title on Drawings]. (all drawings are listed on the attached sheet index) 7. Drawings listed on the attached sheet index. 8. Addenda (numbers 0 to 0, inclusive). No official addenda were issued. However, numerous emails starting 6-22-2020 between Brandon Rush of Engineering Services, Inc. and Lorin Bryan of JL Bryson, Inc. provided plans, details, direction, and information that were critical to the formation of the bid and scope. Also, numerous emails starting 6-22-2020 between Bransen Harris of Towne West Capital Partners 1, LLC and Lorin Bryan of JL Bryson, Inc. provided details, direction, and information that were critical to the formation of the bid and scope. (Emails are not attached but incorporated by reference.) 9. Exhibits to this Agreement (enumerated as follows): a. Contractors Quote and Scope of Work which includes electrical subcontractor's scope and controls subcontractor's scope. EJCDC° C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 9 b. McClelland Consulting Engineers, Inc. Statement of Findings lob #20-3845 Labeled Broyles Street Lift Station and dated 8-11-2020. This is the soil boring performed at the center of the planned lift station (not attached but incorporated by reference). c. Cost share agreement between Towne West and The City of Fayetteville. Resolution :71-20 d. Amendment #1 to contractual agreement for cost share of regional sewer lift station costs. e. Axis Electric Scope # AXP070620 dated 7-7-20 f. 151 Scope #0720-06-0201REV1 Dated 7-7-20 g. Riggs Power Systems Scope #30780166 Dated 7-22-20 h. Plan view and cross sections of lift station excavation. 10. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. e. Warranty Bond, if any. B. The Contract Documents listed in Paragraph 7.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 7. D. The Contract Documents may only be amended, modified, or supplemented as provided in the Contract. ARTICLE 8—REPRESENTATIONS, CERTIFICATIONS, AND STIPULATIONS 8.01 Contractor's Representations A. In order to induce Owner to enter into this Contract, Contractor makes the following representations: 1. Contractor has examined and carefully studied the Contract Documents, including Addenda. 2. A. Contractor has visited the Site, conducted a thorough visual examination of the Site and adjacent areas, and become familiar with the general, local, and Site conditions that may affect cost, progress, and performance of the Work. B. Owner will provide sufficient access and working area for the construction of the project and will include evidence showing the necessary easements that allow the work to be completed. Final easements that include the lot that the lift station sits on are not sizeable enough for construction work. Expanded easements or other EICDC• C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright* 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 9 forms of permission must be supplied by Towne West Capitol Partners I, I.I.C. to JL Bryson, Inc. prior to starting construction of the Lift Station. It is understood that permission by the City of Fayetteville has already been granted to perform work at the West Side Waste Water Treatment Plant Tie-in. C. Contractor has included in their quote, sufficient money for dewatering of excavation, up to and including 1 -6" and 1- 4' dewatering pumps. Any additional pumps needed to dewater the excavation will be addressed in a change order. If dewatering becomes insurmountable, revision to the contract will be required. 3. Contractor is familiar with all Laws and Regulations that may affect cost, progress, and performance of the Work. SWPPP is being taken care of by Towne West Capitol Partners 1, I.I.C. 4. A. Contractor has carefully studied the reports of explorations and tests of subsurface conditions at or adjacent to the Site and the drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, with respect to the Technical Data in such reports and drawings. B. All excavation, including blasting, rock removal, and construction of a sump hole will be the responsibility of the Owner. 5. Contractor has carefully studied the reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, with respect to Technical Data in such reports and drawings. A. See Contractors Scope and Quote for details about the protective system required by the depth and size of this excavation. 6. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (a) the cost, progress, and performance of the Work; (b) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (c) Contractor's safety precautions and programs. 7. , , f 9RtFaE4.• 8. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 9. EJCDC• C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2019 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 7 of 9 10. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 11. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 8.02 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 8.02: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to hams, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 8.03 Standard General Conditions A. Owner stipulates that if the General Conditions that are made a part of this Contract are EJCDC• C-700, Standard General Conditions for the Construction Contract (2018), published by the Engineers Joint Contract Documents Committee, and if Owner is the parry that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline/strikeout), or in the Supplementary Conditions. Article 9---Contingencies 9.01 Trilateral Agreement Inclusion This contract is contingent on 1l Bryson Inc being included as contractor in a trilateral agreement provided by the City of Fayetteville Arkansas which at a minimum includes the requirement for signed lien releases by the contractor before the City reimburses the Owner for the included work. The trilateral agreement shall also have provisions that the City can pay 1t. Bryson direct in the event the Owner, for whatever reason, fails to pay any invoice for completed work or stored material. EJCDC• C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 8 of 9 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on October 22, 2020 (which is the Effective Date of the Contract). Owner: Contractor: (typed or printed name of organization) By: (individual's signature) Date: (date signed) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) Title: (typed or printed) Address for giving notices: Designated Representative: Name: (typed or printed) Title: (typed or printed) Address: Phone: Email: (If [Type of Entity] is a corporation, attach evidence of authority to sign. if [Type of Entity] is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.) (typed or printed name of organization) By: (individual's signature) Date: (date signed) Name: (typed or printed) Title: (typed or printed) (If [Type of Entity] is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: (individual's signature) Title: (typed or printed) Address forgiving notices: Designated Representative: Name: (typed or printed) Title: (typed or printed) Address: Phone: Email: License No.: State: (where applicable) EJCDC• C-S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 9 of 9 Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 tL� 20121 E Hwy 412 [Y-!!Mn Inc.Springdale, AR 72764 Date: October 12, 2020 Drawing Sheet Index These plan sheets were used to provide the Contractors Scope and Quote for the Rupple Road Regional Lift Station 1. Cover sheet labeled Rupple Road Regional Lift Station and dated 4-21-2020 2. Sheet 1 labeled Contour Map and dated 3-16-2020. 3. Sheet 2 labeled Existing Zoning Map and dated 3-16-2020. 4. Sheet 3 labeled Future Land Use Map and dated 3-16-2020. 5. Sheet 4 labeled Adjacent Property Owners Map and dated 4-13-2020. 6. Sheet 5 labeled Project Notes and dated 3-26-2020. 7. Sheet 6 labeled Lift Station Design Information and dated 5-21-2020. 8. Sheet 7 labeled Lift Station Layout and dated 4-21-2020. 9. Sheet 8 labeled Wetwell Plan & Section and dated 3-26-2020. 10. Sheet 9 labeled Wetwell Details and dated 3-26-2020. 11. Sheet 30 labeled Site Details and dated 3-26-2020. 12. (Sheet 11-14 are not part of this Sheet Index as they are for the gravity sewer line and force main portions of the project which are not being done under this contract.) 13. Sheet 15 labeled Force Main Plan and Profile and dated 5-12-2020. (Sheet is used only to the extent it provides details regarding the tie-in at the Westside WWTP.) 14. Sheet 16 labeled WWTF Connection Special Details and dated 4-21-2020. 15. Sheet 22 labeled Motor Control Center and dated 6-2-2020. 16. Sheet E-101 which shows Site Electrical Plan and dated 10-28-2019 with second and last revision dated 6-29- 2020. 17. Sheet E-001 which has misc. electrical details. Sheet is dated 10-28-19 with second and last revision dated 6- 29-20. 18. Sheet 1P1 labeled Westside Wastewater Treatment Plant Inlet Facilities Process Plan & Sections and dated 9- 30-03. (This sheet shows the existing layout of the piping we must tie-in to under this contract. We are not installing anything shown on this drawing.) Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 520121n Inc. E Hwy 412 !r_ Springdale, AR 72764 r _ Date: October 22, 2020 Quote #: 475 Bransen Harris Contractors Scope and Quote INCLUDES ADDENDUM ##1 For Rupple Road Regional Lift Station & Westside Wastewater Treatment Plant Tie-in As Designed By Engineering Services, Inc.. Lift Station Scope: Excavation Safety, Blasting, Excavation, and Dewatering: Excavation Safety: Per OSHA, trenches greater than 20' deep require a protective system designed by a professional engineer. In preparation of this scope and quote, JL Bryson, Inc. has had numerous conversations with a professional engineer familiar with excavation and shoring design. After JL Bryson, Inc. has signed agreements with Towne West Capital Partners I, LLC, JL Bryson, Inc. plans to hire this engineer to provide the shoring design. In our discussions with this engineer, we are comfortable that the shoring for this hole will likely be minimal. We have provided this engineer with a soil boring and he believes, based on the soil boring, that the most likely scenario for a protective system will be sloping the dirt on the top 9' +/- (see attached soil bore log), providing a minimum 5' bench, and then the remaining depth, which appears to be rock, can have a vertical face. This vertical face will likely have chain link fencing draped over the sides to prevent loose rock from entering the work area. See attached profile drawing for the planned hole excavation. This scope and quote include the protective system as described above. Since blasting of the hole is taking place prior to the contract between Towne West Capital Partners I, LLC and JL Bryson, Inc., it is possible that modifications of the hole would need to take place to satisfy the protective system design. See attached drawing that details the cross section of the hole after excavation. ***It is to be completely understood that there is a chance that once the blasting and excavation takes place, a problem could be uncovered that requires other protective systems to be installed. This will be determined by the shoring engineer. At that point, a price will be supplied by JL Bryson, Inc. to Towne West for JL Bryson to provide the shoring system. At no point will JL Bryson's employees, subcontractors, vendors, or any other persons be asked, expected, or required to enter a hole that does not meet OSHA requirements. If additional shoring is needed beyond what is expected and Towne West and JL Bryson, Inc. cannot come to an agreement as to how to proceed, the contract will become null and void.*** Page 1 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 tE6 ry son Inc. Springdale, AR 72764 If Blasting: Towne West, LLC. Is providing the blasting and removal of all rock. This is not under JL Bryson's Scope. It is requested that 1L Bryson help make sure that blasting happens in the correct area and provide minor input to help ensure that the final hole will not need extensive shoring or other protective systems. Given that the foundation of the lift station is 28.5' wide X 28.5' long, the hole dimensions shall not be less than 32.5' wide X 32.5' long with room on all sides to work and install the slab in the correct location. Care shall be taken that the "over blast" will not create a hole that is so deep that the current rock anchor design will not work. Any rock that would encroach the valve vault or any other structure shall be removed as well. Excavation: Towne West, LLC is providing the excavation. This is understood to mean that Towne West is responsible for the following: • After blasting, the dirt and rock will be removed from the hole. • The dirt and rock will be separated during excavation as much as possible. • The dirt and rock should be staged near the hole to facilitate backfill but in such a way as to not impede the remainder of the work. Staging of the dirt shall be discussed prior to excavation. • All rock and loose material shall be removed from the hole to match the design of the protective system design engineer. It is expected that the hole profile and dimensions will be like the attached profile drawing of the planned excavation. • Valve Vault shall be excavated. • JL Bryson, Inc. cannot start work until the hole is fully excavated and satisfies the requirements of the protective system design. Dewatering: Water level is unknown. JL Bryson, Inc. will provide dewatering of the lift station hole during the construction of the lift station to the extent of one 6" diesel powered trash pump and one 4" gas powered trash pump. If more pumping is needed, then it will be priced out at that time. Rock Anchors: JL Bryson will provide and install 6 rock anchors as shown on the drawings. The final design of the rock anchors is incomplete at the time of this quote. Our quote includes the size, quantity, and depth shown on the plans with a few assumed appurtenances that are not shown. !!!!Over Blasting/Excavating could seriously affect the design and installation of the rock anchors. This needs to be planned for before excavation is started!!!! Page 2 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 ITC��ry-,%n inc. 20121 E Hwy 412 Springdale, AR 72764 T - Lift Station and Valve Vault: Concrete to be in accordance with City of Fayetteville's Class B concrete specification found in section 3600 of the cities spec book. The admixture shown on sheet 8 of the plans is included for the lift station only. JL Bryson to provide forms, rebar, water stop, concrete, labor, and equipment to pour the lift station and valve vault structures. Other items provided and installed in lift station and valve vault included in this quote: 0 Piping and base ells for 3 pumps per plans • 2 pumps per attached quote from ISI • Guiderails and lifting chains 0 Chain hoist and frame • 16" inlet piping • Valves and air release valves • Stainless steel vents • 6 hatches • Misc. hardware and anchors • Link seal • All electrical per plans. See attached electrical scope. Piping to stop and start at walls of structures. No "buried piping" to be provided by JL Bryson with the exception of the (3 qty) 6" lines and the pvc drain line between the valve vault and lift station. JL Bryson will provide and install these lines. The 10" valves and piping outside of the valve vault are to be "by others". Attached to this scope is the scope of Instrument and Supply, Inc. This quote is based on Instrument and Supply's scope and their understanding of what is required. If their scope must be adjusted, it may result in pricing changes. Subgrade Prep and Backfill: This quote includes 12" of compacted class 7 base under the lift station. Over blasting may change the depth of the gravel. Quote includes 6" of compacted class 7 or other approved base under the valve vault, generator pad, transformer pad, and fiberglass electrical building. The backfill around the lift station and under the subgrade of the other structures is intended to be the excavated material from the lift station. No haul in of any material is included. Large boulders can be removed but no other sifting or crushing of material is planned. This quote includes a Geotech to review and approve this backfill method, but if they deem this method unsuitable, we will price out their recommendations at that time. If, after backfilling, there is leftover material, this will be disposed of by others. Haul off is not included in our quote. Page 3 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Springdale, AR 72764 Transformer and Concrete Pad at Lift Station only: JL Bryson to provide slab and electrical conduit and wire to and from transformer. Transformer is to be by others. Conduit feeding transformer to be routed to just outside of fence for electric company to connect to. Generator and Concrete Pad: JL Bryson to provide concrete slab, electrical, and gas hook up. Gas meter for hook up is to be within 20' of generator. Generator and transfer switch are to be provided by JL Bryson, provided the generator we included is acceptable by the engineer and the City of Fayetteville. See attached generator scope. Electrical Building: This quote includes the slab, building, and items per Instrument and Supply's quote as well as Axis Electric's quote which is attached. There are items shown on the electrical drawings that are to be by the City of Fayetteville. It is our understanding at this time that this may change. At the time of this quote, the electrical drawings are unapproved, and pricing is preliminary. Automatic Transfer Switch is to be provided by the City of Fayetteville. Final Grading and Concrete Driveway: JL Bryson to bring subgrade up to bottom of generator, transformer, and electrical building slab. Gravel and concrete and other final grading to be by others. This quote only includes using excavated onsite material for subgrade. No haul in of material is included. Fencing: Not included. Other Notes: • No erosion control or SWPPP permitting or maintenance is included in this quote. • This quote does not include any work outside of the lift station site. • This quote does not include any piping outside of the lift station and valve vault except the piping connecting the two structures. • Scope is based on attached Sheet Index. • Specifications used are found at this link: https://www.fayetteville- ar.gov/DocumentCenter/View/14625/Standard-Specifications-for-Design-and-Construction-of-Water-Lines-and- Sewer-Lines--- 2017-Edition?bidld= Page 4 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Offh�kr SOn inc. Springdale, AR 72764 Y • Performance and Payment Bond is included. Insurance is included. • It appears that there are no existing underground utilities within the lift station fence. No allowances have been figured for moving or working around existing utilities. • Location of the work is to be as shown on the drawings prepared by Engineering Services, Inc. Westside Wastewater Treatment Plant Tie-in Scope: General Scope of Work: There is a portion of the work that is described on sheets 15 and 16 of the plans provided by Engineering Services, Inc. This is the tie-in of the force main at the Westside Wastewater Treatment Plant. The physical extents of the work are from station 21+08.40 (plan sheet 15) at the metering station to the 36" pipe going into the headworks building of the plant. The force main coming into the metering station is not part of this scope. Scope is based on attached Sheet Index. Demolition: As part of this scope, there is existing concrete at the metering station slab, concrete sidewalks above the metering station, and a core through the metering station wall that must be removed and hauled offsite. Excavation: As part of this scope, the existing 36" line at the headworks must be located and exposed. A trench from end of the 36" pipe must be dug back to the metering station wall. There will also be a small hole dug on the North side of the metering station slab to install the pipe that the force main (by others) will tie into. Dirt from the excavations will be used for backfilling of the trenches and holes. What dirt is not used will be hauled offsite. All disturbed grassy areas will be seeded and mulched. Installation of the Piping: The new 36" x 10" tee, gate valve, 10" piping to the magmeter, the magmeter, the 10" pipe from the magmeter to and including the 45 bend at station 21+08.40 is included in this scope. The tie-in of the new piping to the existing tee requires that existing lift stations shut off flow to the plant. Not all the lift stations can be shut off and the ones that can, can only be done so for a limited time. For this tie in to happen, coordination with the City of Fayetteville and Jacobs, the plant operator, must happen. This tie-in must happen during a low flow situation. Concrete: All concrete demolished in the construction of this tie-in, will be poured back per plan and specification. Sidewalk demolished will be poured back to the same dimensions as the sidewalk taken out. The pipe penetration through the concrete wall will be grouted back in. Page 5 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 r n in . Springdale, AR 72764 Price Terms and Conditions: • Quotation is valid for 15 calendar days. $1,226,600.00 • Market volatility may require raw material to be purchased as soon as feasibly possible; materials will be stored onsite. If material prices increase before purchase order is received, JLB reserves the right to increase invoice as necessary to cover increased cost of material. • Buyer agrees to pay for stored material when billed. Buyer agrees to pay all invoices in full within 30 days of invoice. No retainage shall be held. Buyer agrees to 1.5% monthly interest on any unpaid invoice after 30 days. • JLB reserves the right to make cor�ections to this proposal if clerical or typographical errors are found. Buyer hereby acc— iot Signature: Purchase order number: Must have signature, purchas Thank you, Lorin Bryan 1L Bryson, Inc. e, inclLhil- pri4g, exrjdns, qualifications, and terms stated within this quote. Date: 11/04/20 number, and date before 1L Bry-son can start any construction or fabrication. Page 6 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box1479 Huntsville, AR 72740 ?TRE20121Y-� I E Hwy 412 !r` Springdale, AR 72764 T - Date: October 22, 2020 Addendum to Scope of Work For Rupple Road Lift Station Since the original scope of work has been written up, changes to the scope have been made This addendum will address the changes instead of rewriting the scope. Rock Anchors: The rock anchors that were a part of the original scope are no longer being installed on the project per the below email chain: inw .e ira m wi rroY a Faa�eaie m er mn aWs � ire tli rn voowo.v.wwa ns� Lin,w Vr�e psLL.r i isr c B�ara� aYwni er: w.p a Q\edV rwrn eor< m\ vvo\v ppa�e \ao none a�nnron a er wpav m ti vaw faWir a inr�rarr.rs�ears.r.\r.m.wn.�a,.:a c�,..er aeee..c..,ee..a.ro�mo,...R�.e.aeb...d.a•�e.ucw rn.+.w 9F~ br ure+rr. r\. b tan yea ui rk rwrrt.i. _ _.r�a�cs^_•.r• wrle rE w� u wn .n\.. lAn�ef b K iir r mot M arts �seww wes iMo. bn0\ m4 Bw1 na'Y Va \r•,�gyT• LS fN1\Nw fww.�s f leiell: u �R4M/Ms CM ai2!lirw.�S.eT" fui�\T At �nae J \.a M?✓s .. �4 wo�.e.rtr•......reas.n.wew.mwa,.Yr✓w.�...s...�.r..�+wwww...�....a...�w.\rw. :fly /! YgFIl10w1 Kib Yl n Mpn RYT T h ft1�/W Ta+� 1M� I Fc - • i K Odee tK vcn I[Asf rr to faei, Oe✓+ee This would result in a complete deduction of the rock anchors.-29,884.90 Shoring: We originally had a $200,000.00 shoring budget in the event we had to install a complex shoring system. Since then we have had discussions with and engineer that can likely provide a stamped design that will involve installing chain -link fencing along the vertical face of the rock wall instead of the quoted shoring system originally planned for (see full narrative under the excavation safety heading in the scope). Since we removed the $200,000.00 shoring budget, there is no budget for the engineer or the chain -link fencing. I estimate this to cost $14,884.90. Total deduction:-$15,000.00 Page 7 of 8 Rupple Road Regional Lift Station Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 L� c^ 20121 E Hwy 412 3-son im. Springdale, AR 72764 ry Updated price with this deduction: $1,211,600 BOND Per conversations with Bransen Harris on 10-21-20 and 10-22-20, A Bryson to no longer provide a performance and payment bond. We will be required to provide a psymeflt bond. Deduct $15,000.00 M A=NTEN Mu-E Update price with this deduction: $1,196, 600.00 Page 8 of 8 Rupple Road Regional Lift Station LL.0 AR CONTRACTORS LIC # 0219360519 OK CONTRACTORS LIC # 104396 PROPOSAL # AXP070620 DATE: 07-06-20 PRICE FOR THE ELECTRICAL ON: RUPPLE ROAD LIFT STATION 1. NECESSARY LABOR STRAIGHT TIME ONLY (NO PREVAILING WAGE) 2 PROVIDE AND INSTALL ELECTRICAL GEAR, 400A MCB SQUARE D I- LINE PANEL WITH 3-80A, 1-50A, AND 1-30A 3 POLE BREAKERS 3 PROVIDE AND INSTALL 30KVA 3 PHASE TRANSFORMER 480-120/208 4 PROVIDE AND INSTALL 100 AMP 120/208 PANELBOARD WITH BREAKERS PER PANEL SCHEDULE 5, ALL MISCELLANEOUS MATERIAL TO FACILITATE INSTALLATION 6 ELECTRICAL INSTALL OF 125KVA CAT RIGGS GENSET WITH 400A SERVICE RATED TRANSFER SWITCH, PROVIDED BY OTHERS 7. PROVIDE AND INSTALL 2 EACH 100 AMP N4X SS DISCONNECTS FOR PUMPS 8. N4X SS JUNCTION BOX AT PUMP STATION FOR POWER AND CONTROL CONNECTION ON PUMPS, EQUIPMENT STAND FOR BOX 9. CONDUIT AND WIRING FOR GENERATOR BATTERY CHARGER, BLOCK HEATER AND FIBER OPTIC LINK TO SCADA 10. RECEIVE AND INSTALL ISI PROVIDED SOFT START PANEL FOR PUMPS, POWER FROM HP1, COMMS FROM SCADA, CAT OR FIBER 1 I PROVIDE AND INSTALL I EACH SITE LIGHT POLE PER POWER COMPANY RECOMMENDATIONS 12 CONDUIT, I'TO VALVE VAULT FOR MANUFACTURER CABLE OR FUTURE WIRING 13. SECONDARY SERVICE WIRING IN ALUMINUM PER ONE LINE DIAGRAM ALL BRANCH CIRCUIT AND CONTROL WIRING IN COPPER 14 PRIMARY CONDUIT EXTENDED TO BEYOND STATION FENCE FOR CONNECTION TO UTILITY. 15. GROUNDING PER NEC AND PLANS SHEET E-001 16. SPD SURGE SUPPRESION FOR PANEL HPl 17. CONDUIT AND WIRING FOR LOOSE COMPONENTS IN PREFAB CONTROL BUILDING, LIGHTS, EXHAUST, HVAC 18. INSTALLATION OF LIGHTS BY OTHERS IN CONTROL BUILDING, INTERIOR AND EXTERIOR, 19 PROVIDE AND INSTALL RECEPTACLES (3) AND SWITCHES (2) IN CONTROL BUILDING 20 PROVIDE AND INSTALL FIBER OPTIC, 6 STRAND MM OM 162 51125, AND CONTROL BOX AT CONTROL BUILDING, PATCH TO SCADA 21 TRENCHING FOR ELECTRICAL ITEMS, RE -USE EXCAVATED MATERIALS FOR BACKFILL 22 PHENOLIC LABELS FOR ELECTRICAL EQUIPMENT 23 SUBMITTALS AND CLOSE OUT DOCUMENTS AS REQUIRED 24 SALES TAX INCLUDED 1 ANY TYPE OF CHANGE IN SCOPE OF WORK (IF IT'S NOT ON THE PLANS OR CALLED OUT IN THIS BID, IT IS NOT IN THE PRICE) 2 ANY OVERTIME OR HOLIDAY PAY (if work must be done on any major holidays prior notice of 2 weeks must be made and holiday labor rates must be applied) 3 ANY CRANE FOR OFFLOADING OF EQUIPMENT 4 ANY PROPRIETARY OR SPECIAL ORDER WIRING FOR SENSORS OR METERS 5. ANY NETWORK SWITCHES, ROUTERS, OR WIRELESS ACCESS POINTS 6 ANY DIRECTIONAL BORING 7 ANY LIGHT POLE BASE OR GENERATOR PAD 8 ANY SELECT BACKFILL OR CONCRETE DUCT BANKS 9 ANY TELEMETRY, SCADA, OR ANTENNA COMPNENTS OR HARDWARE 10 ANY PAVING, CUTTING OR PATCHING OF CONCRETE OR ASPHALT 11 ANY POWER COMPANY FEES OR PERMITTING FEES 12. ANY DATA. PHONE OR CABLE UTILITY SERVICE TO STATION 11 ANY HEAT TRACING, HEATING OR COOLING EQUIPMENT. 12. ANY BONDING FOR PROJECT. IF PERFORMANCE AND PAYMENT BOND WILL BE REQUIRED, ADD 1.44% This proposal 6 based on today's nwterW prices QUOTE EXPIRES IN IS DAYS THANK YOU PHILLIP RUKGABER AXIS ELECTRIC, LLC 1020 S. SCHOOL AVE, FAYETTEVILLE, AR 72701 OFFICE: (479) 442-2947, MOBILE: (479) 409-6581. FAX: (479) 695-1324 orukenberw axis-electric.com P.O. Box 1679, Hot Springs, AR 71902 141 Technic Circle (71901) Phone. 501-262-3182 Fax: 501-162-4847 July 7, 2020 TO: JL Brvson. Inc. RE: Fayetteville Rupple Rd Lift Station ISI QUOTE#! 0720-06-0201rev1 SCOPE OF QUOTATION INSTRUMENT & SUPPLY, INC. IS PLEASED TO OFFER THE FOLLOWING ITEMS: THIS PROPOSAL IS GOVERNED BY AND SUBJECT TO ALL THE TERMS AND CONDITIONS PER ATTACHED EXHIBIT "A". Triplex 30HP Sewaee Lift Station Scope of supply to include: PUMP STATION COMPONENTS • Two (2) Fairbanks 30HP 5433MV 3PH 480V 1800 RPM submersible pumps with 25' cords, SS lifting chains and shackles, 4" base elbow, 2" guide rails, intermediate and upper guide bracket. Rated for 1 147 GPM @ ' TDH. • One (1) Fairbanks 4" base elbow with 2" guide rails, intermediate and upper guide bracket for future pump. • One (1) NEMA4XSS Duplex MCC-1 Soft start control panel with HOAs and pilot lights, high level alarm light, alarm hom, complete SC2000 bubbler level control system, backup floats, SCADA contacts, space for third soft start. • Three (3) 36" x 48" Aluminum Pump Hatches with fall through safety grating. • One (1) 24 " x 30 " Aluminum Access Hatch in the wetwell lid for level controls • One (1) lot spare parts per pump. • One (1) trip/day of Contractor installation guidance by a qualified ISI technician • One (1) trip/day of startup by a qualified ISI technician • One (1) trip/day of City training by a qualified ISI technician • One (I ) lot freight jobsite. VALVE VAULT COMPONENTS • Two (2) 6" Val-matic 5806RN plug valves for isolation with 2" Nut Epoxy Coating. • Two (2) 6" Val-matic 7806LS check valves with spring and lever, epoxy coating. • Two (2) 2" Val-matic 48A sewage air relief valves with epoxy coating. • Two (2) 36 " x 48 "Aluminum Hatches with fall through safety grating. CONTROL BUILDING One (1) FRP Building 8'x 10'x8' with: • Single door 36" x 80" with panic hardware • 120VAC 12" Louvered Motorized vent with FRP cover • 120VAC I PH HVAC Unit • Interior Vapor Tight LED Light Fixture • Exterior LED Wall Pack Light Fixture • Freight Two year warranty on project, 5 year prorated warranty on pumps, per City specs. Manhole lids, U-Vents, Generator, Transfer Switch, Main/Pump Disconnects, HP panel, TP2 Transformer, LP2 Panel, Grounding System, SPD-Surge Suppression, SCADA Panel, Fiber Panel, Chemical Feed Panel, conduit, wire, receptacles, switches, fire extinguisher, and anything else not specifically listed above is by the Contractor. Any items not quoted above are by the Contractor, such as off-loading, storage, concrete, antenna tower, hoist, vents, genset, transfer switch, etc. All piping, valves, pump guide system, control panel, etc., are shipped loose to be installed by the contractor. All civil, electrical, and mechanical installation is by the Contractor. 1AA-30 K This proposal represents our best interpretation of plans, specifications, or design conditions. It remains the purchaser's responsibility to verify quantities and compliances. Backcharges will not be accepted unless we have been notified in writing prior to work being done. Prices are F.O.B.: jobsite unless otherwise noted. Applicable sales taxes and installation costs must be added to all quoted prices. Prices are good for 30 days from bid date. Payment terms are Net/30 days. A penalty equal to the maximum allowable interest rate will be applied to overdue accounts. Thank you for the consideration. Yours Truly. &JI& 460doe VP -Operations EXHIBIT "A" INSTRUMENT & SUPPL1 INC. - TERMS AND CONDITIONS OF SALE ACCEPTANCE - This proposal is submitted to Purchaser subject to the terms and conditions hereinafter set forth. There are no agreements or representations, verbal or otherwise, outside this proposal. Upon the acceptance hereof by Purchaser of this proposal, whether verbal or written, this proposal shall become a binding contract. In the event that purchaser submits its own purchase order in lieu of accepting this proposal in the method described above, (a) none of the terms of such purchase order which differ from or are in addition to the terms hereof, shall become a part of the contract and Seller specifically objects to such different or additional terms. and (b) the submission by Purchaser and the Seller as an unequivocal acceptance to this proposal and the terms. and a contract shall thereupon become effective. SHIPPING DATE - The shipping date specified herein is approximate only. Seller recognizes the desirability of making delivery promptly. However, Seller shall not be responsible for any loss or damage resulting from any delay in delivery or failure to deliver the equipment (as used herein "equipment" refers to all equipment materials. accessories and/or pans which Seller proposes to sell hereunder) where such delay or failure is caused by fire, flood, natural causes, labor troubles (including strikes, slowdowns and lockouts), war, Government regulations, riots, civil disorders, interruption of or delay in transportation, power failure, inability to obtain materials and supplies, accidents, acts of God, or any other cause beyond Seller's control. 2. PACKING - Prices include packing for domestic truck shipments only. SHIPMENTS - All prices are F.O.B. factory except where it is specifically stated that they are freight allowed. Where freight is allowed. the prices are F.O.B. point of shipment with freight prepaid (allowed) to nearest freight station in the United States (except Alaska, Hawaii, Canal Zone and Insular Possessions). The point of origin of shipment, the method of transportation and the routing of shipments are optional with seller. No allowance is made for transportation if Purchaser accepts delivery at factory or warehouse. If the Purchaser specifies on order "shipment collect", it should be clearly understood that there will be no credit allowance made for freight. At the Purchaser's request, shipment may be made by air, railroad express, rail and/or water freight, in lieu of truck. In such case, any additional expense incurred will be billed to the Purchaser. If shipment is accepted by the Purchaser at one destination and re -forwarded to him, the re -forwarding is at the Purchaser's expense. PRICES - Unless otherwise specified by Seller, prices set forth herein are firm, provided within thirty (3) days after the date hereof, this proposal becomes a binding contract as hereinabove provided, and provided further that Purchaser furnishes Seller with all necessary drawings duly approved by the Purchaser within thirty (30) days after submission of drawings to the Purchaser by Seller. Where shipment is requested by Purchaser beyond the normal shipment schedule, or in the event that shipment is deferred at the request of the Purchaser or by reason of Government action, Purchaser agrees to pay at Seller's option a delayed delivery storage fee at the rate of 2% of the equipment price per month beyond the normal shipping date. 5. TAXES - Prices specified herein do not include any federal, state or municipal sales, use, excise or other taxes. Therefore, in addition to the prices specified herein, the amount of any such sales, use, excise or other taxes applicable to the sale of the equipment shall be paid by Purchaser or in lieu thereof Purchaser shall furnish Seller with tax exception certificates acceptable to said taxing authorities. 6. PAYMENTS - Terms of payment are NET 30 DAYS from invoice date unless otherwise stated. All past due amounts are subject to a service charge at the maximum legal rate allowed by the State of Arkansas. If Purchaser's financial condition does not justify continuance of production or shipment on the terms of payment EXHIBIT "A" -PAGE 2 INSTRUMENT & SUPPLY, INC. - TERMS AND CONDITIONS OF SALE 7. PAYMENTS CONTINUED - specified herein, Purchaser will, upon request by Seller, furnish further assurance of ability to make payments. Seller may also refuse to make shipment except upon payment of cash fully or partially in advance. Prorate payments shall become due and payable as partial shipments are made hereunder. In the event delay in making any partial shipment is caused by Purchaser, payment for such shipment shall be due on the date Seller notifies Purchaser that Seller is prepared to make such shipment. Purchaser shall be responsible for the payment of all costs and expenses of collection of all payments due seller, including reasonable attorney's fees, whether or not a lawsuit is actually filed. In the event it should become necessary to file legal action for collection or interpretation of the terms of this agreement, Purchaser and Seller hereby agree that the jurisdiction and venue of any such action are proper in the courts of Garland County, State of Arkansas. 8. TITLE - The title to equipment specified herein, and to any and all additions and accessories thereto and substitutions therefore, shall remain with seller until the purchase price thereof is paid in full. 9. CANCELLATION - When this proposal becomes a binding contract as hereinabove provided, the Purchaser may cancel the same at any time prior to shipment, but only upon payments to seller of reasonable cancellation charges, which shall include expenses already incurred, the cost to seller of canceling it and Seller's anticipated profit. 10. WARRANTY - The original manufacturer warranty will apply on all new equipment and parts purchased from Seller. New equipment manufactured by Seller is warranty to be free from defects in material and workmanship under normal use and service for a period of one (1) year from the date of shipment; seller's obligation under this warranty being limited to repairing or replacing at its option any part found to its satisfaction to be so defective provided that such part is, upon request, returned to Seller's factory from which it was shipped, transportation prepaid. This warranty does not cover parts damaged by decomposition from chemical action or wear caused by abrasive materials, nor does it cover damage resulting from misuse, accident, neglect, or from improper operation, maintenance, installation, modification or adjustment. This warranty does not cover parts repaired outside seller's factory without prior written approval. Seller makes no warranty as to starting equipment, electrical apparatus or other material not of its manufacture, since the same are usually covered by warranties of the respective manufacturers thereof. In the event, notwithstanding the terms of this agreement, it is determined by a court of competent jurisdiction that an express warranty has been given by Seller to Purchaser with respect to performance characteristics of said equipment, Seller's liability for breach of the same shall be limited to accepting return of such equipment F.O.B. plant of manufacture, refunding any amount paid thereon by Purchaser (less depreciation at the rate of I S% per year if Purchaser has used equipment for more than thirty (30) days) and canceling any balance still owing on equipment. 11. COMPLIANCE WITH LAWS - Purchaser shall be solely responsible for securing any necessary permits under and for compliance with all safety, health and sanitation laws, ordinances and regulations in connection with the installation and operation of the equipment. Purchaser agrees to provide Seller, upon request, with evidence of the securing of any such permits and of compliance with any such laws, ordinances and regulations, ahhough Seller may rely exclusively on Purchaser's representations, hereby made, that it shall secure permits and comply with such laws, ordinances and regulations. 12. INDEMNIFICATION - It is understood that Seller has relied upon data furnished by and on behalf of Purchaser with respect to the safety aspects of the equipment, and that is Purchaser's responsibility to assure that the equipment will, when installed and put in use, be in compliance with safety requirements fixed by law and otherwise legally adequate to safeguard against injuries or damage to person or property. Purchaser hereby agrees to defend, indemnify and hold harmless Seller, its agents and employees against any and all losses, costs, EXHIBIT "A" - PAGE 3 INSTRUMENT & SUPPLY, INC. - TERMS AND CONDITIONS OF SALE damages claims. liabilities or expenses. including but not limited to reasonable attorney's fees, arising out of or resulting from any injury or damage to any person or property caused by the inadequacy of safety features. devices or characteristics in the equipment or in the installation. use or operation of the same, except claims for repair or replacement of defective parts as provided in Paragraph 10 hereof. 1 RISK OF LOSS -The risk of loss of or damage to the equipment is on Purchaser from and after delivery to Purchaser or to carrier from shipment to Purchaser. 14. DISCLAIMER OF CONSEQUENTIAL DAMAGES, LIQUIDATED DAMAGES OR PENALTIES - SELLER SHALL NOT BE LIABLE FOR CONSEQUENTIAL DAMAGES, LIQUIDATED DAMAGES OR PENALTIES WHETHER OR NOT CAUSED BY SELLER'S NEGLIGENCE. "CONSEQUENTIAL DAMAGES' FOR THE PURPOSE OF THIS AGREEMENT SHALL INCLUDE, BUT NOT BE LIMITED TO, LOSS OF USE, INCOME OR PROFIT. OR LOSS OR DAMAGE TO PROPERTY (INCLUDING, BUT WITHOUT LIMITATION, PRODUCTS MANUFACTURED, PROCESSED OR TRANSPORTED BY THE USE OF THE EQUIPMENT) OCCASIONED BY OR ARISING OUT OF THE OPERATION, USE, INSTALLATION, REPAIR OR REPLACEMENT OF THE EQUIPMENT OR OTHERWISE. 15. GENERAL - (a) No modification hereof shall be binding upon Seller unless such modification is in writing signed by a duly authorized representative of Seller. (b) If any part hereof is contrary to, prohibited by, or deemed invalid under applicable laws or regulations, such provision shall be inapplicable and deemed omitted to the extent so contrary, prohibited or invalid, but the remainder hereof shall not be invalidated thereby and shall be given effect so far as possible. (c) The waiver of the breach of any obligation to be performed by either party hereunder shall not constitute a waiver of any other like or difference breach. (d) The entire understanding between the parties hereto is as set forth herein and any promises, representations. warranties or guarantees not herein contained shall have no force and effect unless in writing, signed by Seller and Purchaser. Accepted by: _ Company Name:. Date: Purchase Order # Riggs Riggs Power Systems Date: July 22, 2020 Quote Number: 30780166 To: Lorin Bryan, JLBryson From: Tim Tennant Phone: 479-755-7215 Mailing Address: P 0 Box 1399 Little Rock, AR 72203-1399 Reference: Rupple Road LS- 125KW Generator & 400A Automatic Transfer Switch Riggs Power Systems is pleased to provide this offer based on our interpretation of the project plans and specs. Acceptance of this offer is solely conditioned on the terms of this offer. This offer is valid for 30 days Our proposed Scope of Supply includes: 1-Caterpillar DG125 — 125kW Stand-Bv Power Ratin Power Setting 125 kW Voltage 480 Volt, 3 Phase, 60 HZ Engine 8.8L, V8, 4-Cycle Natural Gas Fueled, 180ORPM Engine Oil Temp Gauge & Sender Air Filters with Restriction Indication Gas Pressure Sensor Engine Governing Isochronous Electronic Cooling System Radiator, 120OF Ambient Rating Air -to -Air After Cooled Low Coolant Level Shutdown Coolant Reservoir Engine Jacket Water Heater Control Panel Caterpillar EMCP4.2 Control Panel Engine Gauges and Alternator Meters Panel Lights Isolated Mounting on Generator LED Microprocessor Panel Mounted Audible Alarm Charging System Engine Driven Battery Charging Alternator 12 VDC, 20 Amp Battery Charger Fuel Supply System Natural Gas Fueled Little Rock Jonesboro Springdale Harrison 9125 1-30 37C 1 E parker Rd 411 , vvagon wrleel 3"0 Hwy 65 S 1501) 570-3100 (870) 932 5473 479) 756 K80 (870; 743Q000 1600) 876-1021 (SM 467.4055 (866) 7432536 El Dorado Texarkana Ft. Smith Russellville 2100 Jv Mllsbom 3201 East Broad 6601 S Zero �911 S Arkansas 881.0800 (8701 773-5621 (501) 649-9502 (479)968-3304 ZM 71 912-0800 (800) 467-4008 (800) 467 4006 (800) 327.3304 Riggs Power Solutions Caterpillar Electric Power Systems 11 to 14 In. H2O Generator 480 Volts, 30 Automatic Voltage Regulator 130C Temp Rise Over 40C Ambient UL2200 Listed, NFPA110 Compliant Anti -condensation heater Permanent Magnet Excitation Starting System 12 VDC Electric Cranking Motor Heavy Duty 12 VDC Battery Bank Battery Racks and Cables Engine Jacket Water Heater Enclosure Sound Attenuated Enclosure - White Critical Grade Exhaust Silencer Main Line Breaker 400 Amp Standard Single Circuit Breaker 100% Rated, Thermal Magnetic Mounting System Generator Skid Base Vibration Isolators Accessory Items Operation and Maintenance Manuals 2 Year Standard Warranty RS -485 Harness Factory Testing at 0.8 Power Factor ASCO 300 Series - 400 Amp Delayed Transition Automatic Transfer Switch Rating 400 Amp Voltage 480/277, 3 Phase Contacts 3 Switched Poles, Solid Ground Bar Certifications CSA & UL 1008 Listed, NFPA-110 Compliant Controls Electronic Control Voltage and Frequency Sensing Auto-start/stop Functions Programmable Time Delays In -phase Monitoring Three Phase Sensing — Normal & Emergency Deluxe Programmable Exerciser Event Log - 300 Events Common Alarm Output Enclosure NEMA 3R, Outdoor Accessory Items Operation and Maintenance Manuals Load Current Metering Card Connectivity Module — Remote Monitoring & Contro Packages Include: 1- Caterpillar DG125-2 Generator Package 1- ASCO 40OA 480V ATS as described above, FOB Fayetteville, AR, Start Up & Customer Orientation, Unloading & Installation by Contractor Riggs Tractor Co npany PROPRIETARY 2C, 7 Page 2 of 3 Riggs Power Solutions Caterpillar Electric Power Systems Commercial Terms 1. The seller reserves the right to accept or reject this order and shall not be required to give any reason for non -acceptance. 2. This order when accepted by seller shall become a binding contract but shall be subject to strikes. lockouts, accidents, fire, delays in manufacture or transportation, acts of God, embargoes, or Governmental action or any other causes beyond the control of the seller whether the same as, or different from the matters and things hereinbefore specifically enumerated, and any of said causes shall absolutely absolve the seller from any liability to the purchaser under the terms hereof. 3. Except where title is transferred and the seller takes back a contract, title to and right of possession of said machines shall remain vested in the seller until all indebtedness and all suns due or to become due from the purchaser, whether evidenced by note, book account, judgment, or otherwise, shall have been fully paid, at which time ownership shall pass to the purchaser. 4. The seller's responsibility for shipments ceases upon delivery to Transportation Company, and any claims for shortages, delays or damages occurring thereafter shall be made by the purchaser direct to the transportation company. 5. The purchaser agrees that this order shall not be countermanded by him, and that when it is accepted (and until the execution and delivery of the contract or contracts and note or notes required to consummate the sale as above specked) it will cover all agreements between the parties relative to this transaction, and that the seller is not bound by any representations or terms made by any agent relative to this transaction which are not embodied herein. 6. When the machines necessary to fill this order are available, the buyer agrees on demand to execute and deliver to the seller such notes and contracts as may be required by the seller to evidence the transaction. In the event that the buyer fails to execute and deliver said notes and contracts to the seller, the entire balance of the purchase price shall at the seller's option become immediately due and payable. 7. The seller shall not be held liable or responsible for any damages, whether on account of personal injuries or otherwise suffered or sustained in the operation of said machine. nor for any damages resulting to the purchaser by reason of any delays or any alleged failure of said machine to operate, nor for any implied warranties Any used or second-hand equipment included in this order is sold without any warranty whatsoever, express or implied (except that the seller warrants title), unless said warranty is set forth in full in the section on page 1 of this document entitled WARRANTY ON EQUIPMENT EXTENDED BY SELLER. USED EQUIPMENT and is initialed by both of the parties hereto 8. The liability of said seller insofar as new Caterpillar Products (to include Machines, engines, Attachments and Parts manufactured by Caterpillar Tractor Co ), are concerned, shall be limited to the warranty which the buyer accepts in lieu of any and all warranties by the seller whether express or implied as set forth on Caterpillar Warranty Forms. 9. The liability of the seller insofar as all other new products (other than Caterpillar products), machines, engines, attachments and parts are concerned, shall be limited to the Manufacturer's warranty thereof, if any, and which the buyer accepts in lieu of any and all warranties by the seller, whether express or implied. 10. To the extent this equipment is equipped with a telematics system, such as Product Link, I understand data concerning this machine, its condition, and its operations is being transmitted by Product Link to Caterpillar and/or its dealers to better serve me and to improve upon Caterpillar products and services. The information transmitted may include: machine model, serial number, location, and operational data, including but not limited to. fault codes, diagnostic data, emissions data, fuel usage, service meter hours, software and hardware version numbers, and installed attachments. Caterpillar recognizes and respects customer privacy and will exercise reasonable efforts 10 keep the information secure. I agree to allow this data to be accessed by Caterpillar and/or its dealers 11. Seller will not be responsible for any liquidated damages as a result of any aspect of the project that could be delayed. 12. Installation, wiring. conduit, fuel, foundations, and other materials and services not expressly defined in this offer are not included in this offer 13. Start -Up is to be completed under normal operating hours and standard conditions. When any situation arises that requires other than normal conditions, additional fees may apply 14. Offer includes freight that is f o.b to the "Ship to Address' only Unloading or handling fees are not included. 15. Product availability dates are subject to change without notice 16. Payment terms: Equipment will be invoice for 100% of the purchase price upon delivery. 90% payment will be due within 30 days of the invoice date, The remaining 10% will be due 30 days from start-up Customer Initials I am very grateful for the opportunity to serve you If you have any questions or need additional information please do not hesitate to call. Sincerely, Tim Tennant Riggs Power Systems Territory Manager Ri99s Tr2a« Company PROPRIETARY 2017 Page 3 of 3 IFI.AN VIEW OF gDLF- lYOT Ib SGALt DiIZT SLOPE rim ke7 (,oT I:t F I 5LvPE AT J : I r� l?« ►-r 3�H -� p o f F tcc vA7'z o„� I 1?ce-n eLzvA-nQN APP(ox. 9% &ow -ra of Erc.4 v,4-7zoN I I iZoG k w A L L l 6� �t7TTD.�n p'F HOLE px. Z�' �FLow i ot� 01� � A�ATZav I 32 % MsAv 32-MzW Grp,? SLC)PE I: I CZo'S� 5 �GT= ory of E?vAUA7zoN N a"i 7'o SG A L E '3Z Vh.'Lr+ 72 R "t FLU vA7z oN LD°5 E ALIA 12och Mv�s-� 3E t-,Z S= DE 5 OF %oL E � 0770� v q Z 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 71-20 File Number: 2020-0083 TOWNE WEST CAPITAL PARTNERS I, LLC: A RESOLUTION TO APPROVE A COST SHARE AGREEMENT WITH TOWNE WEST CAPITAL PARTNERS I, LLC FOR THE CONSTRUCTION OF A REGIONAL SEWER LIFT STATION, SEWER FORCE MAIN AND UPSIZED SEWER MAINS FOR THE DEVELOPMENT OF TOWNE WEST SUBDIVISION WITH AN AMOUNT NOT TO EXCEED $2,475,440.89 TO BE PAID BY THE CITY OF FAYETTEVILLE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $247,544.09 WHEREAS, Towne West Capital Partners I, LLC is developing the 30-acre Towne West Subdivision which will require the installation a sewer lift station in order to move wastewater towards the existing City sewer system; and WHEREAS, the design and sizing of this system will create a regional solution for the larger 415-acre basin and avoid the need to build multiple smaller lift stations throughout the basin; and WHEREAS, § 51.113 of the Fayetteville City Code provides that "the City shall pay the excess material cost of facilities of a size larger than required to service subdivisions when such excess size is specified and required by the water and wastewater director for the general benefit of the sewerage system." NOW, THEREFORE, 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 authorizes Mayor Jordan to sign a cost share agreement with Towne West Capital Partners 1, LLC for the construction of a Page 1 Printed on 2119120 File Number: 2020-0083 Resolution 71-20 regional sewer lift station, sewer force main and upsized sewer mains with an amount not to exceed $2,475,440.89 to be paid by the City of Fayetteville, and further approves a project contingency in the amount of $247,544.09. PASSED and APPROVED on 2/18/2020 Pei Attest: K Kara Paxton, City Clerk Treasur�. CHANGE ORDER NO.4 TOWNE WEST CAPITAL PARTNERS City of Fayetteville Staff Review Form 2021-0986 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 12/3/2021 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 4 to the contract with Towne West Capital Partners I, LLC & JL Bryson, Inc. which will increase the contract amount by $2,128.98. 5400.720.5700-5815.00 Account Number 04039.1 Project Number Budgeted Item? Yes Budget Impact: Water and Sewer Fund Water/Sewer Impact Fee Cost Sharing Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Project Title 3,200,474.00 2, 598, 591.88 601,882.12 2,128.98 Remaining Budget _ 599,753.14 V20210527 Purchase Order Number: 2020-282 Previous Ordinance or Resolution # 71-20 Change Order Number: 4 Approval Date: 12/06/21 Original Contract Number: 2020-20 Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: December 1, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 4 to the Cost Share Agreement with Towne West Capital Partners I, LLC & JL Bryson, Inc. RECOMMENDATION: Staff recommends approval of Change Order No. 4 to the contract with Towne West Capital Partners I, LLC & JL Bryson, Inc. which will increase the contract amount by $2,128.98. BACKGROUND: In February 2020, the City Council approved a Cost Share Agreement with Towne West Capital Partners I, LLC for the construction of a regional sanitary sewer lift station in the vicinity of Rupple Road and Broyles Road, with associated gravity and force main sanitary sewers (Resolution 71-20). Amendment No. 1 to this agreement added a trilateral partner for use as a specialty subcontractor, namely JL Bryson, Inc. DISCUSSION: The original project design estimated 1,000 cubic yards of rock removal, however, much more rock was encountered during construction, namely 1,763 cubic yards. This additional cost, however, is offset by the removal of several sections of gravity sewer lines that were originally planned to be deeper but were able to be redesigned at shallower depths. Several other minor quantities are adjusted by this change order to reconcile actual constructed quantities (Concrete paving, gravel paving, Bored encasement). An adjustment to sewer Interceptor #1 has been made to account for increases in material costs and installation of epoxy lining systems. Finally, a reduction for an unnecessary performance bond was made to the quantities schedule. The net impact of these changes is reflected in the cost increase of $2,128.98. which is well within the remaining project contingency funds of $103,069.82. BUDGET/STAFF IMPACT: Funds are available within the remaining project contingency for this $2,128.98 increase. Attachments: Change Order No. 4 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS Change Order No. To Contractor: Towne West Capital Partners 1, LLC The Contract is changed as follows: CHANGE ORDER Contract Title: Rupple/Broyles Regional Lift Station Cost Share with Towne West Date of Issuance: December 1, 2021 ORDINANCE/RESOLUTION: 71-20 Effective: February 18, 2020 Bid Bid Previous Unit Cost Contract Revised Revised Original Revised Item Item Estimated of Unit Share Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Percentage Price QuantitN Price Cost Cost 1.1 Intereceptor I I LS $ 76,800.00 100% $ 76,800.00 1 $ 96,800.00 $ 76,800.00 $ 96,800.00 1.2 Intereceptor 2 1 LS $ 92,575.00 100% $ 92,575.00 1 $ 92,575.00 $ 92,575.00 $ 92,575.00 1.3 11ntereceptor 3 1 LS 1 $ 79,200.00 100% $ 79,200.00 0 $ 79,200.00 $ 79,200.00 $ - 1.4 Lateral 1 LS $ 2,700.00 100% $ 2,700.00 1 $ ?.700.00 $ 2,700.00 $ 2,700.00 1.5 Lateral 1 LS $ 1,575.00 100% $ 1,575.00 1 $ 1,575.00 $ 1,575.00 $ 1,575.00 1.6 Lateral 1 LS $ 16,420.00 100% $ 16,420.00 1 $ 16,420.00 $ 16,420.00 $ 16,420.00 1.7 Lateral11 1 LS $ 11,750.00 100% $ 11,750.00 1 $ 11,750.00 $ 11,750.00 $ 11,750.00 1.8 Lateral 12 1 LS $ 17,125.00 100% $ 17,125.00 1 $ 17,125.00 $ 17,125.00 $ 17,125.00 1.9 Lateral14 1 LS $ 87,725.00 100% $ 87,725.00 1 $ 87,725.00 $ 87,725.00 $ 87,725.00 1.1 Lateral 15 1 LS $ 8,150.00 100% $ 8,150.00 1 $ 8,150.00 $ 8,150.00 $ 8,150.00 1.11 Lateral 18 1 I.S $ 29,105.00 100% $ 29,105.00 0 $ 29,105.00 $ 29,105.00 $ - 1.12 Lateral19 1 I.S $ 690.00 100% $ 690.00 0 $ 690.00 $ 690.00 $ - 1.13 Lateral20 1 I.S $ 26,895.00 100% $ 26,895.00 0 $ 26,895.00 $ 26,895.00 $ - 1.14 Lateral22 1 LS $ 450.00 100% $ 450.00 0 $ 450.00 $ 450.00 $ - 1.15 Lateral25 1 LS $ 5,825.00 100% $ 5,825.00 1 $ 5,825.00 $ 5,825.00 $ 5,825.00 1.16 Lateral 26 1 LS $ 1,075.00 100% $ 1,075.00 1 $ 1,075.00 $ 1,075 00 $ 1,075.00 1 Reinforced Wetwell Concrete 0 Cy $ 925.00 85% $ 786.20 0 $ 786.20 $ - $ - IA Xypex Concrete Admixture 0 Cy $ 28.50 85% $ 24.22 0 $ 24.22 $ - $ - 2 Standard Excavation for Wetwell not including rock I LS $ 92,500.00 85% $ 78,619.51 1 $ 78,619.51 $ 78,619.51 $ 78,619.51 3 Dewatering for Wetwell 0 LS $ 75,000.00 85% $ 63,745.55 0 $ 63,745.55 $ - $ - 4 Pumps & Control Pancl 0 EA $ 140,000.00 85% $ 118,991.70 0 $ 118,991.70 $ - $ - 5 10" Gate Valve 2 EA $ 4,000.00 85% $ 3,399.76 2 $ 3,399.76 $ 6,799.53 $ 6,799.53 b 8" Gate Valve 0 EA $ 5,000.00 85% $ 4,249.70 0 $ 4,249.70 $ - $ - 7 8" Air Release Valve 0 EA $ 5,000.00 85% $ 4,249.70 0 $ 4,249.70 $ $ - 8 8" Swing Check Valve 0 EA $ 7,000.00 85% $ 5,949.58 0 $ 5,949.58 $ $ - 9 Pump Chain Hoist & Frame 0 LS $ 27,500.00 85% S 23,373.37 0 $ 23,373.37 $ $ - 10 Valve Vault Structure 0 EA $ 18,000.00 85% $ 15,298.93 0 $ 15,298.93 $ - $ - 1 I ISite Electrical 0 LS $ 50,000.00 85% $ 42,497.03 1 $ 42,497.03 1 $ Is - Page 1 of 3 12 Running 3-phase power to LS site 1 LS $ 46,000.00 85% $ 39,097.27 1 $ 39,097.27 $ 39,097.27 $ 39,097.27 13 Generator and Appurtenances 0 LS $ 200,000.00 85% $ 169,988.14 0 $ 169,988.14 $ - $ - 14 SCADA Connection (By City, I LS $ 8,195.45 85% $ 6,965.65 1 $ 6,965.65 $ 6,965.65 $ 6,965.65 $7 500 in 2017$) 15 Concrete Paving 350 SY $ 75.00 85% $ 63.75 197 $ 63.75 $ 22,310.94 $ 12,557.87 16 Gravel Paving 500 SY $ 10.00 85% $ 8.50 811 $ 8.50 $ 4,249.70 $ 6,893.02 17 Lift Station Site Work (incl. I LS $ 15,000.00 85% $ 12,749.11 1 $ 12,749.11 $ 12,749.11 $ 12,749.11 fencing) 18 Trench Excavation & Safety I LS $ 25,000.00 85% $ 21,248.52 1 $ 21,248.52 $ 21,248.52 $ 21,248.52 19 8" Class 350 DI Discharge Piping 120 LF $ 50.00 85% $ 42.50 120 $ 42.50 $ 5,099.64 $ 5,099.64 20 10" PVC Force Main 2105 LF $ 45.00 85% $ 38.25 2105 $ 38.25 $ 80,510.63 $ 80,510.63 21 10" DI Force Main 100 LF $ 225.00 85% $ 191.24 100 $ 191.24 $ 19,123.67 $ 19,123.67 22 Ductile Iron Fittings 1850 LB $ 11.00 85% $ 9.35 1850 $ 9.35 $ 17,296.29 $ 17,296.29 23 Steel Encasement by Open Cat 0 LF $ 250.00 85% $ 212.49 0 $ 212.49 $ $ - 24 20" Bored Steel Encasement IOC, LF $ 500.00 85% $ 424.97 80 $ 424.97 $ 45,046.96 $ 33,997.63 25 Tracer Wire Port 7 EA $ 750.00 85% $ 637.46 7 $ 637.46 $ 4,462.19 $ 4,462.19 26 Sewer Line Marker I I'A $ 500.00 85% $ 424.97 1 $ 424.97 $ 424.97 $ 424.97 27 Air Release Valve Assembly I EA $ 6,000.00 85% $ 5,099.64 1 $ 5,099.64 $ 5,099.64 $ 5,099.64 28 Water Meter & Backflow I EA $ 1,500.00 85% $ 1,274.91 I $ 1,274.91 $ 1,274.91 $ 1,274.91 Assembl 29 Yard Hydrant I EA 1 $ 750.00 85% $ 637.46 1 $ 637.46 $ 637.46 $ 637.46 30 Coordination/Work Involving 20" 1 LS $ 50,000.00 85% $ 42,497.03 1 $ 42,497.03 $ 42,497.03 $ 41497.03 Gas Transmission Line 31 20" Heavy Wall PVC Encasement 80 1 F 200.00 85% $ 169.99 80 $ 169.99 $ 13,599.05 $ 13,599.05 32 Class 7 Aggregate Base Course 20 LT $ 25.00 85% $ 21.25 20 $ 21.25 $ 424.97 $ 424.97 backfill Site Restoration along Force Main 33 Seed & Waterin I LS $ 5,000.00 85% $ 4,249.70 I $ 4,249.70 $ 4,249.70 $ 4,249.70 34 5' Sidewalk 300 SY $ 17.50 100% $ 17.50 300 $ 17.50 $ 5,250.00 $ 5,250.00 35 Remove & Dispose Ex. Concrete 0 LS $ 10,000.00 85% $ 8,499.41 0 $ 8,499.41 $ - $ - Ca at WWTF 10" Flow Meter at WWTF 36 (includingSCADA connection)$ a FA $ 15,000.00 85% 12,749.11 0 $ 12,749.11 $ - $ - 37 Connect to Existing WWTF 0 I_S $ 75,000.00 85% $ 63,745.55 0 $ 63,745.55 $ - $ Influent Line 38 Erosion Control I LS $ 7,500.00 100% $ 7,500.00 1 $ 7,500.00 $ 7,500.00 $ 7,500 00 39 Mobilization I LS $ 10,000.00 100% $ 10,000.00 1 $ 10,000.00 $ 10,000.00 $ 10,000.00 40 WWTF Site Restoration 0 LS $ 10,000.00 85% $ 8,499.41 0 $ 8,499.41 $ - $ 41 Standard Arkansas Performancc & I LS 00000 $ 30,. 85% $ 25,498.22 0 $ 25,498.22 $ 25,498.22 $ - Payment Bond 42 Two -Year Maintenance Bond I LS $ 15,000.00 100% $ 15,000.00 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 Page 2 of 3 43 Rock Excavation (Expected at 4') 1000 CY $ 250.00 85% S 212.49 1763 44 Engineering 1 LS $ 254,309.46 85% $ 216,)47.96 1 C'OI .I Lift Station & W WTP Connection 1 LS S 1,196,600.00 85% S 1.017,039,03 1 COI 2 2-3" Schedule 40 conduit and 1650 fitlin s 1650 LF S 35.00 100% S 3500 C'01 3 2-3" Schedule 40 conduit within steel encasement S0 LF $ 25.00 100% S 25.00 50 C'01 4 Quazite Fiber Junction Box 17"x30"x24" - labor only) 10 EA $ 250.00 100% S 250.00 10 CO2.1 15" Gravity PVC Sewer 2125 LF S 59.56 100% S 59.56 2125 C'02.2 48" Sanitary Sewer Manhole 9 EA S 3,000.00 100% $3.000.00 9 lyot nano until signed by the Owner The original Contract Price was Net change by previously authorized change orders The Contract Price prior to this Change Order was The Contract Price will (increase by The new Contract Price including this Change Order will be S 212.49 S 212.485.17 S S 216.147 96 $ 216,147 96 S S 1.017.039.03 $ 1,017.039,03 S S 35.00 S 57,750,00 S 374.611.36 216.147.96 1.017.039.03 57,750.00 S 25.00 I S 1,25000 I S 1.250.00 S 250.00 S 2,500.00 S 2.500,00 f 59.56 S 126,563.02 S 126.563.02 S 3,000.00 $ 27.000.00 S 27.000.00 SummationofCost S 2,613,830.65 S 2,615,959.63 Net Cost for this Change Order S2,128.98 S 2,475,440.89 S 144,474.27 S 2,619,915.16 S 2,128.98 2,622,044.14 NO rE This summary does not rAcct changes in the Contract Price or Ttmc(s) which havelbeen authorized by Work Change Directives not incorporated in this or Change Orders. Towne ital Panne C Pf DATE 11, Bryson. Inc. DATE Page 3 of 3 tY F FA TEVILA.E i o- 12/06/21 BY DATE TOWNE WESTCAPITAL PARTNERS I, LLC AND JL BRYSON, INC. City of Fayetteville Staff Review Form 2022-0374 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/20/2022 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 5 to the contract with Towne West Capital Partners I, LLC & JL Bryson, Inc. which will increase the contract amount by $5,940.47. Budget Impact: 5400.720.5700-5815.00 Water and Sewer Account Number Fund 04039.1 Water/Sewer Impact Fee Cost Sharing Project Number Project Title Budgeted Item? Yes Current Budget $ 1,343,130.00 Funds Obligated $ 706,736.70 Current Balance $ 636,393.30 Does item have a cost? Yes Item Cost $ 5,940.47 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 630,452.83 V20210527 Purchase Order Number: 2020-282 Previous Ordinance or Resolution # 71-20 Change Order Number: 5 Original Contract Number: 2020-20 Comments: Approval Date: 4-22-22 .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 18, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 5 to the Cost Share Agreement with Towne West Capital Partners I, LLC & JL Bryson, Inc. RECOMMENDATION: Staff recommends approval of Change Order 5 to the contract with Towne West Capital Partners I, LLC & JL Bryson, Inc. which will increase the contract amount by $5,940.47. BACKGROUND: In February 2020, the City Council approved a Cost Share Agreement with Towne West Capital Partners I, LLC for the construction of a regional sanitary sewer lift station in the vicinity of Rupple Road and Broyles Road, with associated gravity and force main sanitary sewers (Resolution 71-20). Amendment No. 1 to this agreement added a trilateral partner for use as a specialty subcontractor, namely JL Bryson, Inc. DISCUSSION: The original project design did not include a customer -side electrical service disconnection at the control building for this lift station. However, this disconnect is critical to performing maintenance in a safe and timely manner at the lift station and is proposed to be added at this time. Without this disconnect, the electrical utility must be scheduled to turn off/on power at the transformer, causing unacceptable delays in an emergency repair situation. BUDGET/STAFF IMPACT: Funds are available within the remaining project contingency for this $5,940.47 increase. Attachments: Change Order 5 Contractor Quote Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER CITY OF f=AYETTEMILLE A R KA N s A i Contract Title: RupplefBroyles Regional Lift Station Cost Share with Towne West Change Order No. 5 Date of Issuance: March 10, 2022 To Contractor: Towne West Capital Partners 1, LLC ORDINANCE/RESOLUTION: 71-20 Effective: February 18, 2020 The Cc :....1.......vA — f 11 y YBid u Bid Previous Unit Cost Contract Revised Revised Original Revised Item Item Estimated of Unit Shure Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Percentage Price Quantity Price Cost Cost C05.1 Add Electrical Service Disconnect at Lift Station Controls Building 0 LS $ 100% $ 1 $ 5,940.47 $ $ 5,940.47 P nAn AI Summation or Lost a - a Net Cost for this Change Order S5,940.47 The original Contract Price was Net change by previously authorized change orders S 146,603.25 The Contract Price prior to this Change Order was S 2,622,044.14 The Contract Price will increase by S 5,940.47 The new ('nntrarr Price ineludina this Change Order will he _- ____—----- S 2,627,994.61 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Towne West Capit Part 1, LLC JL Bryson, Inc. Q Ii FAYETTEVIL 3-11-2022a�. 4-22-22 (3 DATE BY DATE BY DATE Page 1 of 1 Lary -son i►,c. CONSTnUCnON • r4BfI CAT)ON • ,A,CI.49AHC Rupple Road Lift Station Change Order Request Number: Provide Service Disconnect at Rupple Road LS Material Total $0.00 $0.00 $0.00 Total Materials $0.00 Total Materials w/taxes 10.0% $0.00 Overhead & Profit 10% $0.00 Total Materials w/Profit $0.00 Labor Total Supervision and PM $55.00 10 $550.00 $0.00 Total Direct Cost Labor $550.00 Labor Burden 35% $192.50 Total w/Labor Burden $742.50 Overhead & Profit 10% $74.25 Total Labor w/Profit $816.75 Equipment Total $0.00 $0.00 Total Equipment $0.00 Overhead & Profit 10% $0.00 Total Equipment w/Profit $0.00 Subcontractor Total Electrical Sub $4,604.46 $0.00 Total Subcontractor $4,604.46 Overhead & Profit 10% $460.45 Total Subcontractor w/Proflt $5,064.91 Deduct Total $0.00 Total Proposal Amount $5,881.66 Bond 1.0% $58.82 Total Proposal Amount w/Bond $5,940.47 Total Proposal Amount w/Bond (Whole Number) $5,940 Days Requested to extend Contract Time Signature: Date: LLCA- MO TITLE: Proposed Change Order PROPOSED CHANGE ORDER NO. 4 PROJECT: Rupple Road Lift Station DATE: 11/19/2021 Rupple Road Lift Station JOB: 66078 TO: Attn: Lorin Bryan JL Bryson PO Box 1479 SUBMITTED: Huntsville, AR 72740 Phone:479-927-3220 Fax:479-927-3313 COMPLETED: REQUIRED: DESCRIPTION Add a 400 amp service rated disconnect at Rupple Road lift station ahead of utility meter. Remove and replace secondary feeders from utility transformer. Num Item Description Ref Qty Unit Unit Price Amount 1 1 4" GRC COUPLING 2 2 4" CHASE NIPPLE 3 3 250 MCM ALUM THHN 4 4 AL/CU CRIMP LUG 5 5 SERVICE RATED DISCONNECT N3R 400A NF 480V 6 6 LABOR 7 7 OH/PFT@10% 1.000 Each 2.000 Each 480.000 Ft. 8.000 Each 1.000 Each 27.000 Hrs 0.000 Item Total: Total: Total: APPROVAL By: By: Date: Date: 17.06 22.10 1.85 39.40 1,720.00 17.06 44.20 888.00 315.20 1,720.00 60.00 1,620.00 0.00 0.00 $4,604.46 $0.00 $4,604.46