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