HomeMy WebLinkAbout55-95 RESOLUTION•
•
• •
1
• •
RESOLUTION NO. 55-95
A RESOLUTION AWARDING BID 95-14 IN THE AMOUNT
OF $1,223,565.00 PLUS A 5% CONTRACT CONTINGENCY
OF $61,178.00, TO KIM CONSTRUCTION, INC. FOR
MANHOLE REHABILITATION, ILLINOIS RIVER
WATERSHED BASINS 12-14, 17, 20-22.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards Bid 95-14 in the amount of
$1,223,565 00 plus a 5% contract contingency of $61,178.00, to Kim Construction, Inc. for
Illinois River Watershed Basins 12-14, 17, 20-22 manhole rehabilitation. A copy of the contract
is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 4th day of April 7 1995.
ATTEST:
By:
APPROVED:
/114,e/
r _ a44444,
Fred Hanna, Mayor
• ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND.
BOND #9568444
We Kim Construction r ompany, Tric
3142 Holeman, Steger, IL 60475
as Principal, hereinafter called Principal, and Great American Ins. Co.
a corporation organized and existing under the laws of the State
of Arkansas and authorized to do business in the State of
Arkansas, as Surety, hereinafter called Surety, are held and
firmly bound unto City of Fayetteville Fayetrpiwilis as
AR
Obligee, hereinafter called Owni
er, nithe amount ot one Million Two Hundred
TritK_Three_Thousand_ Dollars ($1,233.565.00 ), for the
Fi
paymentrenlagticreilDal and Surety bind themselves, their
heirs, personal representatives, successors and assigns, jointly
and severally, firmly by these presents.
Principal has by written agreement dated 04/05/95 entered
into a contract with Owner for Sanitary Sewer Manhole
Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17,
20, 21, and 22 which contract is by reference made a part hereof,
and is hereinafter referred to as the Contract.
THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the
principal shall faithfully perform the Contract on his part and
shall fully indemnify and save harmless the Owner from all cost
and damage which he may suffer by reason of failure to do so and
shall fully reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any such default, and
further, that if the Principal shall pay all persons all
indebtedness for labor or materials furnished or performed under
said Contract, failing which such persons shall have a direct
right of action against the Principal and Surety, jointly and
severally, under this obligation, subject to the Owner's
priority, then this obligation shall be null and void; otherwise
it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond
outside the State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
months from the date final payment is made on the Contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
the Contract falls due.
Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
the Principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
Sureties of any such alteration, extension or forbearance being
hereby waived.
Performance Bond
City of Fayetteville
1 Sanitary Sewer Improvements'
K7/
% • ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND.
BOND #9568444
We Kim Construction Company, Tnc
3142 Holeman, Steger, IL 60475
as Principal, hereinafter called Principal, and Great American Ins. Co.
a corporation organized and existing under the laws of the State
of Arkansas and authorized to do business in the State of
Arkansas, as Surety, hereinafter called Surety, are held and
firmly bound unto City of FayetteyiLle. AR as
Obligee, hereinafter called Owner, in the amount 0 One Million Two Hundred
Thirt Three Thousand Dollars ($1 233,565.0(1 ), for the
paymen al and Surety bind themselves, their
heirs, personal representatives, successors and assigns, jointly
and severally, firmly by these presents.
Principal has by written agreement dated 04/05/95 entered
into a contract with Owner for Sanitary Sewer Manhole
Rehabilitation, Illinois River Watershed, Basins 12, 13, 14, 17,
20, 21, and 22 which contract is by reference made a part hereof,
and is hereinafter referred to as the Contract.
THE CONDITIONS OF THIS OBLIGATION IS SUCH that if the
principal shall faithfully perform the Contract on his part and
shall fully indemnify and save harmless the Owner from all cost
and damage which he may suffer by reason of failure to do so and
shall fully reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any such default, and
further, that if the Principal shall pay all persons all
indebtedness for labor or materials furnished or performed under
said Contract, failing which such persons shall have a direct
right of action against the Principal and Surety, jointly and
severally, under this obligation, subject to the Owner's
priority, then this obligation shall be null and void; otherwise
it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond
outside the State of Arkansas. No suit, action or proceeding
shall be brought on this bond except by the Owner after six
months from the date final payment is made on the Contract, nor
shall any suit, action or proceeding be brought by the Owner
after two years from the date on which the final payment under
the Contract falls due.
Any alterations which may be made in the terms of the
Contract, or in the work to be done under it, or the giving by
the Owner of any extension of time for the performance of the
contract, or any other forbearance on the part of either the
Owner or the Principal to the other shall not in any way release
the Principal and the Surety or Sureties, or either or any of
them, their heirs, personal representatives, successors or
assigns from their liability hereunder, notice to the Surety or
Sureties of any such alteration, extension or forbearance being
hereby waived.
Performance Bond
City of Fayetteville
1 Sanitary Sewer Improvements
In no event-shall:the aggregate liability of the Surety
exceed the.sum set out -herein.
Executed on this 6th day of April
•
Performance.Bond
City of Fayetteville;
Sanitary Sewer ImprovementsEv
•
1995.
Kim Construction Company, Inc.
By
Principal
eleh
47si 4 1/4"-°' 'ff1;2"
Great American Insurance Company
By
Sure vid
•ttorney-In • -cj
Martin W. Teague
(
STATE OF ILLINOIS,/
„ County of Cook. JSS.
1 JACQUELINE J. GOEDERT
a Notary Public in and for the County and State
MARTIN W. TEAGUE
aforesaid, DO HEREBY CERTIFY that
of the GREAT AMERICAN INSURANCE COMPANY IS
who
to me to be the same person whose name
ATTORNEY- IN -FACT
instrument as such appeared before me this day in
HE
person and acknowledged that signed, sealed and delivered the said instrument of writing
ATTORNEY-IN-FACT
35 free and voluntary act, and as the free and voluntary act of the said
GREAT AMERICAN INSURANCE COMPANY
IS
personally known
subscribed in the foregoing
for the uses and purposes therein
set forth. and caused the corporate seal of said Company to be thereto attached.
GIVEN under my hand and Notarial seal this
OFFICIAL SEAL
..i.ACQUELINE J GOEDERT
No 'ARV PUBLIC. STATE Cf ILLINOIS
MY COMMISSION EXP: 6/4/95
_1 -
day of
No*ary Public.
• • •
. . •
GMAT AIVERICAN INSURANC.E COMPANY
580 WALNUT STREET • CINCINNATI, 01110 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than No. 0 15775
IWO POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name
Address Limit of Power
MARTIN W. TEAGUE BOTH OF BOTH
JOHN F. BURNS OAK LAWN, ILLINOIS UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT A MERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 10th day of January , 19 95
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 10th day of January, 1995 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority
of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behaff of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereat to prescribe their respective duties and the
respective limits of their authority: and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
L RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 6th day of April , 1995
S I029P (4/93)
AIDII t k CERTIFICATE OF INSURANCE .CSR iSSUE DATE (mwoorm
04/06/95
KIM0900
PRODUCER .
Brockhaus, Stuber, Fox 8 Lloyd
10933 S. Central Ave. Ste 2000
Oak Lawn IL 60453
BSF&L INC
708-857-8811
THIS
CONFERS
DOES
POLICIES
CERTIFICATE
NOT
BELOW.
NO
AMEND,
RIGHTS
IS ISSUED
UPON
EXTEND
AS A
THE CERTIFICATE
OR ALTER
MATTER OF INFORMATION
HOLDER.
THE COVERAGE
THIS
AFFORDED
ONLY
CERTIFICATE
AND
BY
THE
COMPANIES AFFORDING COVERAGE
COMPANY
LEITER A CNA Insurance Company
COMPANY ci
LETTER "
INSURED
COMPANY r.
LEVIER .•••
COMPANY n
Kim Construction Company, Inc. LETrER "
3142 Holeman
COMPANY
c
Steger IL 60475 LETTER I -
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDIIIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Co CY EFFECTIVE
LTR TYPE OF INSURANCE POUCY NPOLI
UMBER DATE rmwDD/POLICYTy) DATE (mWOEXPIRATIONDNY) LIMITS
GENERAL UABILITY GENERAL AGGREGATE E 2,000,000
A X COMMERCIAL GENERAL LIABILITY GL7500466 12/01/94 12/01/95 PRODUCTS-COMP/OP AGG $ 1,0001000
CLAIMS MADE x OCCUR. PERSONAL & ADV. INJURY $ 1,000,000
OWNERS & CONTRACTORS PROT. EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE Any one fire) $ 50,000
MW. EXPENSE (Any one person) $ 5,000
AUTOMOBILE LIABIUTY COMBINED SINGLE
A x ANY AUTO BUA117009945 12/01/94 12/01/95 UMIT $ 1,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS (Per person) $
HIRED AUTOS
X BODILY
INJURY
x NON -OWNED AUTOS (Per accident)
GARAGE LIABILITY
PROPERTY DAMAGE $
EXCESS UABIUTY EACH OCCURRENCE $ 5,000,000
A X UMBRELLA FORM CUP117009962 12/01/94 12/01/95 AGGREGATE $ 5,000,000
OTHER THAN UMBRELLA FORM •
A WORKER'S COMPENSATION WC117009959 12/01/94 12/01/95 STATUTORY UMITS
AND EACH ACCIDENT $ 500,000
DISEASE—POUCY UMIT $ 500,000
EMPLOYERS UABIU1Y
DISEASE—EACH EMPLOYEE $ 500,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Additional Insureds: City of Fayetteville, Fayetteville, AR as Owner
RJN Group, Inc as Engineers
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 11:
DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT.
BUT FAILURE
TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
City of Fayettevi l le
113 West Mountain
LIABILITY OF ANY KIND UPON THE CO PANY. ITS AGENTS OR REPRESENTATIVES.
Fayettevi l le AR 72701
AUTHORIZED - -4•RESEUTATIVE
r ,
BSF&L
ACORD 25-5 (7/90) C ACORD CORPORATION 1990
STAFF REVIEW FORM
AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
441 P r
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens Water and Sewer Public Works
Division Department
Name
ACTION REQUIRED: Mayor approve change order number 2 to the
construction contract with Kim Construction Company, Inc., to
complete the sanitary sewer (manhole) rehabilitation in Illinois
River Basins 12-14/17/20-22, in the amount of $22,500.00.
COST TO CITY:
$ 22.500 $1.458.416.00 Sewer Rehabilitation
Cost of this request
5400-5700-5815.00
Account Water
90012-8220
Prolect Number
Category/Project Budget Catagroz-y/Prolect Name
$1,397.238.00 Sewer Mains Const
Funds used to date Program Name
$ 61.178.00 Water and Sewer
Remaining BalanCe fund
REVIEW: Budgeted Item Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting
City Attorney Date 1 rna]. Auditor Date
/o -9'-9c
Date
GRANTING AGENCY:
Coordinator
Date
,'o -q-9/
P(r3L4-KThl
10- (0,q5
basing Officer Date
S F RECOMMENDATION: Staff recommends award contract and approve
ting ncy as stated above.
c
q tnikir
1 12L- 1.0004 6
Date
; ion )
partnent Director
U.AI\
Adninistr
Data
10 -(0 -fir
rector Data
Bayer
BA522123.AGR
Cross Reference:
New Item: Yes
Prey Ord/Res #: 55-95.94-95
Orig Contract Date: q
bec,lalc
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To:
Thru:
From:
Date:
Mayor Fred Hanna
Kevin Crosson, Public Wo
David Jurgens, Water/Sewer
September 27, 1995
ector
Re: Construction Contract Change
14/17/20-22 Sanitary Sewer
Construction Company, Inc.
Order # 2, Basins 12 -
Rehabilitation, Kim
1. General. Attached is change order number 2 for Kim Construction
Company changing the scope of work on the contract for Sanitary
Sewer Main Replacement and Rehabilitation, Illinois River
Watershed, Basins 12-14/17/20-22.
2. Work Description. The work involved in this change order
involves making a number of manholes both structurally safe and
water tight. The mechanism by which this will be done is to
install a large precast concrete ring to support the manhole ring
and lid. The required quantity of work was not included in the
initial job as it is difficult, if not impossible, to determine the
structural integrity of the top portion of the manhole walls
without digging on the outside. The estimate was based on the
numbers found in the Wilson Park area; we have encountered many
more than expected.
3. Budgeting. The cost of this work is well below the approved
contingency of $61,178.00. We do not currently anticipate any
additional costs in the Kim contract. The remaining contingency,
after this change order, will be $38,678.00
4. Staff Recommendation. The Staff recommends approving change
order number two to Kim Construction in the amount of $22,500.00.
Enclosures:
Contract Review Request
Proposed Change Order
Resolution For Original Contract
Resolution For Change Order # 1
\RERAB-SW\8A512122.DEP
ME.
--------- -------------
CHANGE ORDER
SHEET 3. OF 3
CHANGE
ORDER No. 2
OWNER: City of Fayetteville. AR
PROJECT NAME: Sanitary Sewer Improvements
Illinois River Watershed
Basins 12, 13, 14, 17, 20. 21 & 22
Manhole Rehabilitation
LOCATION: Fayetteville, Arkansas PROJECT NO. 18-1203-00
CONTRACTOR: rim Construction Co. DATE:September 26, lass
I DESCRIPTION OF CHANGES INVOLVED:.
The following changes are hereby made to the Contract
Documents:
1A7 Replace Manhole Flattop Per Section D2-5
Increase the number of manhole flattops required from 5 EA to
50 EA. The original quantity was established to get a Bid
Unit Price, as it was unknown at the time as to how many
flattops would be required. As work progressed, six percent
of the manholes requiring rehabilitation work were found to
be supported by grader blades and like material, creating a
structural deficiency as well as inflow problems. This
resulted in the increase in the number of manhole flattops
required.
45 EA increase @ 500.00 EA = 822,500.00
Change Order
City of Fayetteville
1 Sanitary Sewer Improvements
•
-----------------------
SHEET 2 OF 3
CHANGE
ORDER NO.
II. CHANGE ORDER CONDITIONS:
2
1. Any additional work to be performed under this Change Order
shall be carried out in compliance with the Specifications
included in the preceding Description of Changes involved,
with the Supplemental Contract Drawings designated as n/a
and under the provisions of the Original Contract, including
compliance with applicable Equipment Specifications, General
Specifications, and Project Specifications for the same type
of work.
2. This Change Order unless otherwise provided herein does not
relieve the Contractor from strict compliance with the
guarantee provisions of the Original Contract, particularly
with those pertaining to performance and operation of
equipment.
3. Contractor agrees there will be no additional extensions of
contract time and no additional increase in Contract Price
granted for this Change Order or any previous Change Orders.
4. The Contractor expressly agrees that he will place under
coverage of his Arkansas Statutory Performance and Payment
Bond, Maintenance Bonds, and Contractor's Insurance all Work
covered by this Change Order. The Contractor will furnish to
the Owner evidence of increased coverage of his Arkansas
Statutory Performance and Payment Bond and Maintenance Bonds
for the accrued value of all Change Orders which exceeds the
Original Contract Price by twenty percent (20%).
111. ADJUSTMENTS IN CONTRACT TIME
1. Final Completion Date
of Original Contract December 29, 1995
2. Net change due to all
previous Change Order 0 Days
3. Final Completion Date not including
this Change Order No. 2 December 29, 1995
4. Addition to Contract Time due
this Change Order No. 2
a. Avoidable Delay Extension 0 Days
b. Unavoidable Delay Extension 0 Days
5. Final Completion Date including
this Change Order No. 2 December 29, 1995
Change Order
City of Fayetteville
Sanitary Sewer Improvements 2
rr%
•
;
Z-
:
•
17:
:4411011Wy:1**4440;:.
:CNANGE.:
ORDER NO.
#CV.A.7UflXtWTs. IN AMOS? 40 CONTRACT::
Aitinthita Origiiin Contract :1;223:56510D
• ..
• • • . •
4
. . ,
Net (Addition).04•114Seelen* due to.all previous change Orders
Noe. A::to $ 172.673.0o
•
jasount of Contrict not
including thisChenge Order .
(Addition) 4daedgeS434.4*-- to
Contraot due to thisChahge
' Order'
..AloUnt:Ofloritract including( .
h ythie
Change Order :$
ilacimatow
44c2psizioti
_ .
. , •
/i.ACCERT
N•
(F°
{qisttos
-; CTOR1
•
roup r:
1.297.21.0.00
L22‘500.00
11.49mi28:0
•
.
•:44:404 rettic • )
"1-67-2 tic -7/0w/
-4z4j44,1k4:: 2
-4:
sure of Authorized Representative
i A... - ui) •••• •• •:.• •
•
otorER: t •Cc fo',(Iii/e•••••
tit (ichie••-P' • ; • "•
•
I •
•
z• • Li.
9-- 71r"..
Date
Sgnur ATitITei•ized RepreseritatiVe
144f4:121:4-
- .
. .
• ..-;:t‘siXo
•
•".
Da 41
4 . Change Order.
H ot Fayetteville
eanitery !ewer Improvettents
RESOLUTION NO. 55-95
A RESOLUTION AWARDING BID 95-14 IN THE AMOUNT
OF $1,223,565.00 PLUS A 5% CONTRACT CONTINGENCY
OF $61,178.00, TO KIM CONSTRUCTION, INC. FOR
MANHOLE REHABILITATION, ILLINOIS RIVER
WATERSHED BASINS 12-14, 17, 20-22.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards Bid 95-14 in the amount of
$1,223,565 00 plus a 5% contract contingency of $61,178.00, to Kim Construction, Inc. for
Illinois River Watershed Basins 12-14, 17, 20-22 manhole rehabilitation. A copy of the contract
is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 4th day of Apnl 1995.
ATTEST:
By:
Traci Paul, City Clerk
APPROVED:
/ /
A
LIK:1;4”141
Fred Hanna, Mayor
J1 0
RESOLUTION No.
A RESOLUTION APPROVING CHANGE ORDER NO. 1 IN
THE AMOUNT OF $173,673 TO A CONTRACT WITH KIM
CONSTRUCTION COMPANY, INC. TO COMPLETE THE
SANITARY SEWER REHABILITATION IN WHITE RIVER
WATERSHED MINISYSTEMS 5 AND 18 BIC AND TO
APPROVE MAINTAINING THE CURRENT CONTRACT
CONTINGENCY OF $61,178; AND APPROVAL OF A
BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby approves Change Order No. 1 to a contract with
Kim Construction Company, Inc., in the amount of $173,673, to complete the samtary sewer
rehabilitation in White River Watershed Minisystems 5 and 18 B/C, to approve maintaining the
current contract contingency of $61,178 and authonzing the Mayor and City Clerk to execute
same. A copy of the change order is attached hereto marked Exhibit "A" and made a part
hereof.
Section 2. The Council hereby approves a budget adjustment in the amount of
$122,382 increasing Sewer Improvements, Acct. No. 4470 9470 5815 00, Project 90012 by
decreasing Use of Fund Balance, Acct. No. 4470 0947 4999 99. A copy of the budget
adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this JAL day of July , 1995.
ADX.C; LcAl}
Traci Paul, City Clerk
APPROVED:
By:
Fred Hanna, Mayor
•
STAFF REVIEW FORM
AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
or• 3
Co4J74
//-
Res ss --9r
MICROFILMED
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens Water and Sewer Public Works
Name Division Department
ACTION REQUIRED: Mayor approve change order number 3 to the
construction contract with Kim Construction Company, Inc., to
complete the sanitary sewer (manhole) rehabilitation in Illinois
River Basins 12-14/17/20-22, reducing the contract amount by
$410.00.
COST TO CITY:
$ (410.00)
Cost of this request
5400-5700-5815.00
AccountNimber
90012-8220
Project Number
$1,458 416.00 Sewer Rehabilitation
Category/Project Budget Category/Project Name
$1,419,328.00 Sewer Mains Const
Funds used to date
$ 39,088.00
Remaining Balance
Program Name
Water and Sewer
Fund
BUDGET REVIEW:
Budgeted Item Budget Adjustment Attached
Budget Coord nator Administrative Services Director
teat_ '
Watt
4 / IMPF
Acc�un Man
1,0 int
0.4:e4IL
GRANTING AGENCY:
City Attorney
Date
de
atte-/it'
Date
11-11-95
Date
tor
Date
/7-9r
Date
F RECOMMENDATION: Staff recommends award contract and approve
ency as stated above.
Departmen
Adminiatra
Mayor
D 1 rector
BA522125.AGR
Date
Date
Cross Reference:
New Item: Yes 64;)
Prey Ord/Res #: 55-95,94-95
Orig Contract Date:ha-05
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor Fred Hanna
Thru: Kevin Crosson, Public Wor
From: David Jurgens, Water/Sewer
Date: •November 14, 1995
Re: Construction Contract Change Or er 1 3, Basins 12-
14/17/20-22 Sanitary Sewer
Construction Company, Inc.
Rehabilitation, Kim
1. General. Attached is change order number 3 for Kim Construction
Company changing the scope of work on the contract for Sanitary
Sewer Main Replacement and Rehabilitation, Illinois River
Watershed, Basins 12-14/17/20-22.
2. Work Description. The work involved in this change order
involves making some adjustments for manhole replacements which are
significantly harder than those in the original job and for which
adjustments are appropriate. Also, several manholes have been
deleted from the project, as they are either no longer needed or
have been replaced since the original study was completed.
3. Budgeting. The net effect of this change order is to reduce the
contract amount by $410.00, which will be added back into the
contingency for the project. The remaining contingency, after this
change order, will be $391088.00
4. Staff Recommendation. The Staff recommends approving change
order number three to Kim Construction.
Enclosures:
Contract Review Request
Proposed Change Order
Resolution For Original Contract
\REHAB-SW\BAS12122.DEP
CHANGE ORDER
SHEET 1 OF
CHANGE
ORDER NO.
OWNER: CityLof Fayetteville, AR
PROJECT NAME: _qatSaier Improvements
Illinois River__Ealershed
Bas_ka5 12, 13, 14, 17. 20, 21 & 22
Manhole Rebaldjitatien
LOCATION: Fayetteville. Arkansas PROJECT NO. 18-1203-00
CONTRACTOR: Mix construction co. DATE: November 9, 1995
I. DESCRIPTION OF CHANGES INVOLVED:
The following changes are hereby made to the Contract
Documents:
?O'd
A. Due to the complexity of the replacement of manholes
(18B/C)666 located at Center and Gregg; (183/C)560
located at 302 S. Gregg; (10)123 located on
College Ave. at Prospect; and (10)166 on North Street
at the Washington County Memorial Hospital, and due
to the fact that these manholes were not part of the
original contract, the Contractor believes the price
for these manholes should be renegotiated.
1. Add the following items:
1A24
IA25
1A26
1A27
Replace
Replace
Replace
Replace
Manhole
Manhole
Manhole
Manhole
(18B/C)666
(18B/C)560
(10)123
(10)166
TOTAL ADDITIONS TO CONTRACT
IEA
a. EA
1 EA
IEA
$5,440.00
3,795.00
6,880.00
2,975.00
$19,090.00
2. Delete from the Contract the following items:
(188/C)666, (188/0)560, (10)123, (10)166
4 EA @ $2,250/EA --- $9,000.00
Delete Manholes (12)047 and (14)195. These manholes
were replaced between the time of the original study
and the Bid Date,
2 EA @ $2,250/EA = $4,500.00
Change Order
City of Fayetteville
1 Sanitary Sewer Improvements
cdni:01 rffd OS :60 En-Rn-rriti
SHEET 2 OF 4
CHANGE
ORDER NO. 3
3 Delete Manholes (12)097, (12)232, and (12)132.
Manholes (12)097 and (12)232 were replaced under
Garney Construction's Contract, and Manhole (12)132
was replaced when the addition to the University of
Arkansas Library was constructed.
3 EA @ $2,000/EA = 1.6,000.00
TOTAL DELETIONS TO CONTRACT $19,500.00
NET TOTAL DELETIONS TO CONTRACT $410.00
II.CHANGE ORDER CONDITIONS:
1. Any additional work to be performed under this Change
Order shall be carried out in compliance with the
Specifications included in the preceding Description of
Changes involved, with the Supplemental Contract Drawings
designated as n/a , and under the provisions of the
Original Contract, including compliance with applicable
Equipment Specifications, General Specifications, and
Project Specifications for the same type of work.
2. This Change Order unless otherwise provided herein does
not relieve the Contractor from strict,compliance with
the guarantee provisions of the Original Contract,
particularly with those pertaining to performance and
operation of equipment.
3. Contractor agrees there will be no additional extensions
of contract time and no additional increase in Contract
Price granted for this Change Order or any previous
Change Orders.
Change Order
City of Fayetteville
Sanitary Sewer Improvements 2
Ccrd
T411 'driad9 HAT:d
IDET-Gn-nom
SHEET 3 OF 4
CHANGE
ORDER NO. 3
4. The Contractor expressly agrees that he will place under
coverage of his Arkansas Statutory Performance and
Payment Bond, Maintenance Bonds, and Contractor's
Insurance all Work covered by this Change Order. The
Contractor will furnish to the Owner evidence of
increased coverage of his Arkansas Statutory Performance
and Payment Bond and Maintenance Bonds for the accrued
value of all Change Orders which exceeds the Original
Contract Price by twenty percent (20%).
III. ADJUSTMENTS IN TIME
t70'd
1. Final Completion Date
of Original Contract December 29, 1995
2. Net change due to all
previous Change order 0 Days
3. Final Completion Date not including
this Change Order No. 3 December 29, 1995
4 Addition to Contract Time due
this Change Order No. 3
a. Avoidable Delay Extension 0 Days
b. Unavoidable Delay Extension 0 Days
5. Final Completion Date including
this Change Order No. 3 December 29, 1995
Change Order
City of Fayetteville
3 sanitary Sewer Improvements
'drladn ILP4 GE4=J-Izn-nnm
•
Iv. ADJAIEIMALITs IN AMOUNT OF CONTRACT:
1. Amount of Original Contract $
SHEET 4 OF 4
CHANGE
ORDER NO. 3
1.2214565,00
2. Net (Addltion)+Redsoti-on* due to all previous Change Orders
Nos. 1 to 196,l73.00
3. Amount of Contract not
including this Change Order $ 1 419,738.00
4. -(Addition)- (Reduction) to
Contract due to this Change
Order 410.00
5. Amount of Contract including
this Change Order 1 419.328.00
RECOMMENDED F
ACCEPTANCE:14"j2L4__,4iLt Pe 41.006.e ect
(For Ral Group, Inc.)
ACCEPTED: CONTRACTOR: AC/14 Cecyjs4W_Ai,tfl'0d Co
OWNER:
By:
Sig:
Date
( /7— 7— 96
ori4 Representative Date
ture of Authorized Representative Date
Change Order
City of Fayetteville
Sanitary Sewer Improvements
SOH
4
6drUd9 ES:60 SEST-Rn-ral