Loading...
HomeMy WebLinkAbout238-20 RESOLUTIONcarer 9 gKAN 5 S 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 238-20 File Number: 2020-0766 BID #20-66 GOODWIN & GOODWIN, INC.: A RESOLUTION TO AWARD BID #20-66 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $315,139.10 FOR THE CONSTRUCTION AND REHABILITATION OF WATER PRESSURE SUSTAINING AND REDUCING VALVES, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $63,027.82 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-66 and authorizes Mayor Jordan to sign a contract with Goodwin & Goodwin, Inc., a copy of which is attached to this Resolution, in the amount of $315,139.10 for construction and rehabilitation of two large water pressure sustaining valves and various smaller water pressure reducing valves, and further approves a project contingency in the amount of $63,027.82. PASSED and APPROVED on 10/6/2020 Page 1 Attest: �111 1111/1" Kara Paxton, City Clerk Treasurer .����G�'�G\SY FAYETTEVILLE ; Printed on 4k i d i aii►1w��`` City of Fayetteville, Arkansas 113 West Mountain Street r� \` Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0766 Agenda Date: 10/6/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A 3 BID #20-66 GOODWIN & GOODWIN, INC.: A RESOLUTION TO AWARD BID #20-66 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $315,139.10 FOR THE CONSTRUCTION AND REHABILITATION OF WATER PRESSURE SUSTAINING AND REDUCING VALVES, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $63,027.82 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-66 and authorizes Mayor Jordan to sign a contract with Goodwin & Goodwin, Inc., a copy of which is attached to this Resolution, in the amount of $315,139.10 for construction and rehabilitation of two large water pressure sustaining valves and various smaller water pressure reducing valves, and further approves a project contingency in the amount of $63,027.82. City of Fayetteville, Arkansas Page 1 Printed on 101712020 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2020-0766 Legistar File ID 10/6/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 9/10/2020 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #20-66 and authorizing a contract with Goodwin & Goodwin, Inc. in the amount of $315,139.10 for construction associated with the rehabilitation of two large water pressure sustaining valves and various smaller pressure reducing valves, and approving a project contingency in the amount of $63,027.82. 5400.720.5600-5808.00 Account Number 12009.1801 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Water System Rehabilitation/Replacement Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 7,001,729.00 $ 2,442,163.63 4,559,565.37 $ 378,166.92 $ 4,181,398.45 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: c. CITY OF FAYETTEVILLE ARKANSAS MEETING OF OCTOBER 6, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: September 10, 2020 CITY COUNCIL MEMO SUBJECT: Bid #20-66, Goodwin & Goodwin, Inc. — Construction Contract for Pressure Sustaining Valves Rehabilitation RECOMMENDATION: Staff recommends awarding Bid #20-66 and approving a construction contract with Goodwin & Goodwin, Inc. in the amount of $315,139.10 for construction related to the rehabilitation of two large water pressure sustaining valves and various smaller pressure reducing valves, and approving a project contingency in the amount of $63,027.82. BACKGROUND: On August 11, 2020 the City of Fayetteville accepted sealed competitive bids for the Pressure Sustaining Valve Rehabilitation project. Goodwin & Goodwin, Inc. submitted the lowest bid. All bids are shown here: Crossland Heavy Contractors, Inc. $406,739.10 Goins Enterprises, Inc. $566,974.10 Goodwin & Goodwin, Inc. $315,139.10 DISCUSSION: Fayetteville owns two large diameter water transmission mains that feed water to the city's primary pressure plane directly from Beaver Water District. Due to topography, these mains are modulated in Springdale by two large pressure sustaining valves. These valves have historically not been used to their full potential and this rehabilitation work will restore them and provide additional safety and operational redundancies. Furthermore, several of the city's pressure planes are separated by pressure reducing valves that only actuate as -needed during fire flow conditions. Three of these smaller pressure reducing valves will be rehabilitated in various locations in the distribution system. BUDGET/STAFF IMPACT: Funds are available for this project in the Water System Rehabilitation account. Attachments: Project Vicinity Map Certified Bid Tab, Bid #20-66 Agreement Olsson Recommendation Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Bid 20-66, Pressure Sustaining Valves Rehabilitation Vicinity Map Liz t •��.- i ;Y,. :.�A %N +Y � ,!. 4,.•a rt .� �i - � W.'�T �i7 1� � - .4M _{ 0.4 2 -, Tj : Any ri ttsbN stir i ..a e# - law r}F E GUY TERVARULTt a,G,- LA (SHEETC4) OP7Q i. e Alt' Y*.ti k>ww�✓ ?$-'rC ,7r 01a ,mow, ' r. .,! i M1 "•-Yk i,, 441 2P. �I ea N!"R BOX AVENUEPRV (SHEETCt) CITY OF x� 'F�AY�F�TTEVILLF >`- o► St' lER STREET CHECK)-- (SHEET C2) VICINITY MAP 0 � . CITY OF FAYETTEVILLE ARKANSAS Bid Tabulation Bid 20-66, Construction - Pressure Sustaining Valves Rehab Crossland Heavy Contractors, Inc. Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Total Cost $406,739.10 $566,974.10 $315,139.10 Unit Quantity of Unit Total Unit Total Unit Total # Items Required Measure Price Cost Price Cost Price Cost Pressure Sustaining Valve Site, complete in #1-1 place 1 Lump Sum $155,000.00 $155,000.00 $286,165.00 $286,165.00 $76,800.00 $76,800.00 Pressure Reducing Valve Sites (3 total), 41-2 complete in place 1 Lump Sum $134,000.00 $134,000.00 $163,570.00 $163,570.00 $121,600.00 $121,600.00 Allowance for PRV and PSV Rehabilitation Work, RFP Building and Equipment, complete in place. $111,739.10. ALL Bidder's will need to insert the allowance cost (see attachment) into Bid Item No.3 $111,739.10 $111,739.10 $111,739.10 $111,739.10 $111,739.10 $111,739.10 and include it with the Total Bid amount. FAILURE TO ADD THE ALLOWANCE TO THE TOTAL BID COULD RESULT IN THE #1-3 REJECTION OF THE BIDDER'S BID. 1 Lump Sum Sediment Control, Erosion Control and Site Restoration, and Best Management $6,000.00 $6,000.00 $5,500.00 $5,500.00 $5,000.00 $5,000.00 #1-4 Practices 1 Lump Sum .� ARK LLE •�tunNSASKrws Bid 20-66, Construction - Pressure Sustaining Valves Rehab - Bid 20-66, Construction - Pressure Sustaining Valves Rehab Project Overview Project Details Reference ID Bid 20-66, Construction - Pressure Sustaining Valves Rehab Project Name Bid 20-66, Construction - Pressure Sustaining Valves Rehab Project Owner Andrea Foren Project Type ITB Department Purchasing Budget $600,000.00 Project Description Bid 20-66, Construction - Pressure Sustaining Valves Rehab Open Date Jul 12, 2020 12:00 AM CDT Close Date Aug 11, 2020 2:00 PM CDT Highest Scoring Supplier Score Goodwin & Goodwin, Inc. 100 pts — or ARKAKSPAYRTTIVILLE ♦auaicu►s Seal status Requested Information Unsealed on Unsealed by Bid Bond Aug 11, 2020 2:02 PM CDT Les McGaugh City Required Forms Aug 11, 2020 2:02 PM CDT Les McGaugh Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or Aug 11, 2020 2:02 PM CDT Les McGaugh while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Arkansas Contractor's License Aug 11, 2020 2:02 PM CDT Les McGaugh AR Secretary of State Filing # Aug 11, 2020 2:02 PM CDT Les McGaugh -v Of RKAMFAYUTTIVILL§ A 1►alcnlws Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; ' is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Aug 11, 2020 2:02 PM CDT No - O1 RKAKIAYWTTIVILLE . ,►nlcalu�s Public Notices Bid 20-66, Construction - Pressure Sustaining Valves Rehab: Pre -bid Meeting Time Change Les McGaugh, Jul 15, 2020 11: 47 AM CDT Bid 20-66, Construction - Pressure Sustaining Valves Rehab: Pre -bid Meeting Time has changed to Monday 7.20.2020 at 10:00 AM. Zoom link below. Join Zoom Meeting https://zoom.us/j/95042872435?pwd=RIN1ZVUvNytkL3R1cmJwT040a111UT09 Meeting ID: 950 4287 2435 Password: 189251 One tap mobile+16465588656„95042872435#,,,10#„189251# US (New York)+13017158592.,95042872435#,,,,0#1.189251# US (Germantown) Addendum 1 to Bid 20-66 has been issued. Les McGaugh, Aug 05, 2020 10:56 AM CDT The City has issued Addendum 1 to Bid 20-66, Construction - Pressure Sustaining Valves Rehab Bid Item Not. 3 - Per Addendum 1 Les McGaugh, Aug 05, 2020 1:12 PM CDT The Bid form has been revised to include the allowance amount as clarified in Addendum 1 in the item description. ALL Bidder's will need to insert the allowance cost ($111,739.10) into Bid Item No.3 and include it with the Total Bid amount.FAILURE TO ADD THE ALLOWANCE TO THE TOTAL BID COULD RESULT IN THE REJECTION OF THE BIDDER'S BID. _CITY Of FAVETTOVILLS uKANIAS Submissions Supplier Crossland Heavy Contractors, Inc. Goodwin & Goodwin, Inc Date Submitted Name Email Aug 11, 2020 1:44 PM Kaylee Mann kmann@heavycontractors.com CDT Aug 11, 2020 1:42 PM David Garcia docryde@yahoo.com CDT Confirmation Code OTQOMjY= OTQOMjM= Goins Enterprises, Inc. Aug 11, CDT 1:52 PM Jerry Goins contact@goinsent.com OTQOMzl= C" 0� ASKANS uLE FAYETEv Scoring Summary Active Submissions Total Total Base Bid Supplier / 100 pts 1100 pts Goodwin & Goodwin, Inc. 100 pts 100 pts ($315,139.10) Crossland Heavy Contractors, Inc. 77.48 pts 77.48 pts ($406,739.10) Goins Enterprises, Inc. 55.58 pts 55.58 pts ($566,974.10) Within Certified Amount Pass/Fail Pass Pass Pass .� AR"N EY1LL■ AYKAIl"1 Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.09.10 14:09:08-05'00' Les McGaugh Digitally signed by Les McGaugh Date: 2020.08.28 16:16:35-05'00' 018-0031 Contract Section I SECTION 00 52 00—AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — CONTRACT SECTION I, EXISTING INFRASTRUCTURE MODIFICATIONS Contract No.: , Construction THIS AGREEMENT is dated as of the lX day of Chef in the year 20,&)— by and between The City of Fayetteville, Arkansas and Goodwin & Goodwin, Inc. (hereinafter called Contractor). ARTICLE 1- WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: Modifications to the City of Fayetteville's existing pressure sustaining valves and valve vaults (2 total) located on the City's existing 36-inch and 42-inch transmission waterlines from Beaver Water District. The Work also includes miscellaneous improvements and modifications to existing pressure reducing valve sites (3 total), and all other items as detailed and specified in the Contract Documents for a complete installation. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 41 43- Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. AGREEMENT 00 52 00 - 1 0 18-003 1 Contract Section I Address for giving notices 3503 Free Ferry Rd Fort Smith, AR 72903 License No. 0016960421 Agent for Service of process Bryan Goodwin (Type or legibly print) Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF SECTION 00 52 00 Approved as to Form: By: Attorney For: 10 - 00 52 00 AGREEMENT S� ■r9R gRKAN"51 Arkansas Secretary of State John Thurston State Capitol Building ♦ Little Rock, Arkansas 72201-1094 ♦ 501-682-3409 Certificate of Good Standing I, John Thurston, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show GOODWIN & GOODWIN, INC. authorized to transact business in the State of Arkansas as a For Profit Corporation, filed Articles of Incorporation in this office June 1, 1993. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 2nd day of September 2020. 22 O nc liiifi2�91p �pn icon Code: 474368386a205ce To ven�y�fe-,Kuthorill n Code, visit sos.arkansas.gov 09/13/2916 14:50 4796462659 H"INS AND CC PAGE 01/02 STATE OF ARKANSAS - OFFICE OF THE SECRETARY OF STATE AkTICLES of INcoAPQ&TzoV OF GOODWIN & GOODWIN, INC. The undersigned, natural v persons Of the age of twenty-one years or more, acting as incorporators of a corporation under the Arkansas Business Corporation Act of'1987, adopt the following articles of incorporation of such Corporation; FIRST: The name of the Corporation is; Goodwin A Goodwin, Inc. SECOND: The purpose or purposes for which the Corporation is organized are: To engage in the construction business as a general contractor and as a subcontractor, including plumbing contracting, and general construction, and all types of construction, enter into contracts with property owners for the constrand to of improve�aonts on their property and uction the installation of plumbing systems and heating and air conditioning systems, and to engage in repair work including repair of plumbing "tam and heating and air conditioning system& and all forms of repair with respect to strueturns and the systems thereof, and to engage in remodeling work, and to engage in residential �struction, Commercial construction, and industrial construction, and to contract with respect to all of such purposes. and to own real estate and to construct improvexents thereon and to sell said real estate and to develop real estate developments including commercial, residential and industrial real estate developments, and to enter into leases with respect to property owned by the corporation, and to contract with respect to all of the above referenced purposes, and to conduct any lawful business Authorized by the A�r'kansas Business Corporation Act of 1997. The corporation, acting through its Board of Directors, shall be authorised to enter into any general or limited partnership with any other person, firm, or corporation for the purposes Of carrying out any of the objects or purposes of the corporation. THIRD: The aggregate number of shares which the corporation shall have the authority to issue is 2,000 shares. The designation of each class, the number of shares of each class, or a statement that the shares of any class are without par value, are as follows: 09/13/2016 14:50 4796462659 HAWINS AND CO PACE 82/02 NUMBER OF PAR VAWN PER SHMg OR SHARES MASS SERIES (IF ANY) STATARE WITHOUT T PAR THAT IL&MSS UE 2,000 common lion! No Par FOURTH- The address of the initial registered office of this corporation is: $009 Texas Road, Fort Smith, AR 72903 and the name of the initial registered agent at such address is: Bryan Goodwin FYFTH: The number of Directors constituting the initial Board of Directors is 2 and they will serve as directors until the first annual Meting of shareholders or until their successors are elected and qualified. The number of directors to be elected at a special aeetinq called for that purpose when shares of this corporation become owned of record by two shareholders, shall be two; and the MuLber of directors to be elected at a a called for that purpose when shares of this co special meeting owned of record by more than two shareholders, shall be obthreee. The Board of Directors shall have the authority to fix or change the nuumbeCorporation of directors to the extent allowed by the Arkansas Act of 1987. SIXTH: The naYa and address of each incorporator is: MAKE STREET ADDRESS CITY & STATE Bryan Goodwin 8009 Texas Road Fort g':aith, AR ?2903 Sara V. Goodwin 8009 Taxers Road Fort Smith, AR 72903 SEVMM: At all elections of Directors of this corporation, each shareholder shall be entitled to as many votes as shall equal the number of votes which (except for these. provisions as to cumulative voting) he would be entitled to cast for the election of directors with respect to his shares multiplied by the number of directors to be elected, and he say cast all such votes or may distribute thfor a single director, the among number to be voted for, or any two or more of them, as he may Sao fit. DATED: /0 1992 SIGNATURE OF I CO, RATORS! rya Ga w 0 Sara V. Goo w n 09/13/2816 15:81 4796462659 HAWIMS AND CO PACE 81/09 Ave os"h&K IV 5 .pAr4oi V se&+4r4t% I 09/13/2016 15:01 4796462659 HAPKINS AND CC PAGE 82/89 BY-LAws OF GOODWIN & GOODWTN, INC. AN ARKANw CORPORATION Table of Contents PACE ARTICLE I OFFICES.......................................................................... l ARTICLE II SHAREHOLDERS......................................................... 1 Soctian 1 Section 2 Ananal Meeting................................................................... I Special Meetinp................................................................. 1 Section 3 Place of Mwftp....«....................................................... l Section 4 Notice of Meeting............................................................ 1 Section5 Quonan........................................................ _..................... 1 Section6 Section7 Proxies.............................................................................. 2 Voting of Shares............................................................. 2 Section 7 Preemptive Rights .............................................. 2 ARTICLE III BOARD OF DmECTOR3............................. .................. 2 Sectioni Genaal POW= ............................................................... 2 Section 2 Number, Tenure and Qualifications .................................... 2 Secticm 3 ReEular Meetings................................................................ 2 Section 4 Section 5 Section6 Section 7 Quorutu.............................................................................. 2 Mammer of Acting............................................................. 3 Caatian................................................................ 3 Frestnnpitiai of Amo t..................................................... 4 ARTICLE IV OMCIM....................................................................... Section1 Section 2 Number................................................................................ Election sad Term of Office ................................................ 4. Section3 Section4 Removal............................................................................. Vacancies........................................................................... Section5 Section6 The Presidon.................................................................... The Se ctoy....................................................................... 4 09/13/2816 15:81 4796462659 HAWIh6 AND CO PAGE 03/89 ARTICLE V Section 1 Section 2 Section 3 5cction 4 ARTICLE VI Section 1 Section 2 ARTICLE VIT ARTICLE VW ARTICLE IX CONTRACTS, LOANS, CHECKS AND DEPORTS Contma........................................................................... Lam.................................................................................. Checks, Drafts, ft.............................................................. Degosita.............................................................................. CERTIFICATES FOR SHARES .................................... Caetificemfor Shwu ......................................................... TYeraesof Shum............................................................... FISCALYEAR.................................................................. SEALS........................................................... AIWXMIAZNTS»............................................................ n 5 i 6 03/13/2016 15:01 4796462659 HAWINS AND CC PAGE 04/09 BY-LAws OF GOODWIN & GOODWIN9 INC. ARTICLE I OFFICES The pdfcipal office of the corporation shall be located at 3503 Free Ferry Road, Fort Smith, Arkansas 72903. ARTICLE II SHAREHOLDERS S%cmN 2 AAwUAL MAZTNM The aannal meeting of the shareholders shall be bold duaing the fourth week of the mantb of Jamuwy In each year, beginning with the year 1994, at a time convenient to the shareholders for the purpose of electing Directors and for the transaction of such other business as may come before the mceting. Sscnm 2 SPicuL MEEmw Special meetings of the shareholders, for any purpose or Purposes, =I= odwrwise pmscn'bed by statute, may be called by the President or by the Board of Directors and shall be called by the President at the request of the holders if not Ion than one -teach of all the outstanding shn= of the corporation entitled to vote are at the meeting. Sttcrwr4 3 PLArx oFM=vc The Board of Directors any deagaate any place, either within at wltbm the Sbft of Arkansas, as the place of meeting for any annual or special meeting of shareholders. If no designation is made, the place of mating shall be the principal office of the corporation. Semox 4 Nance of MEETm Written, or printed notice stating the place, day and hour of the meeting and, ill case of a special atoetit & tbs purpose or purposes for winch the meeting is called, shall be delivered not less than tea or more than My days before the daze of the meeting, either personally or by mail, by or at the direction of the President, cc the Secretary, or the officer or pens n calling the meeting. to each shareholder of t�acor+d entitled to vote at arch meeting. If mailed, such notice ahall be deemed to be delivered when deposited in the United Stems mail, addressed to the shareholder at the Shwdx)ldaes vddt+eas as it aura on the stock transfer books of the corporation+ with postage thereon prepaid. SECrxox 3 QUORUM A majority of the ovtotanding shares of the corporation entitled to vote, represaited in person or by proxy, shall constitxxte a quorum at a meeting of shareholders. If Iess flan a majority of the outs ding aharea am reprwented at a meetin& a mgacity of the shares so represeated may adjourn the meetmg from time to time with= further notice. At such adjcamed mwting at 89/13/2816 15:81 4796462659 {-"ING AND CC PAGE 85/89 which a quaum shall be present or represented, any business may be transacted which might have been wed at the meeting as odgin&Uy notified. SEMON 6 PROXIES At all meetings of shareholders, a shareholder may vote by proxy executed in writing by the shareholder or by the Shareholder's duly vAhorized attaracy in fact, Such proxy shall be filed with thse Secretary of the cmpaaation before or at the time of the meeting. No proxy shall be valid after eleven months from the date of its execution, unless otbetwite provided in the proxy. Sacr on 7 lronACoFSiSfw Subject to the provisions of Section 9, each outstanding share entitled to vote shall be entitled to one vote upon each matter submitted to a vote at a meeting of sbarcWdem SaCrro?1 S PRaMMM RI HM Each holder of shares in this corporation shall have the first right to purchase area (and securities convertible into shares) of this ootporstion that may be fmm t9me to time issued (whether or not paeseatly authorized), including shares from the treasury of this corporation, in the ratio that the number of shares held by said holder at the time of issue bears to the total number of shares outstmding, exclusive of trean y shares, This right shall be deem waived by any shareholder who does not exercise it and pup for the shares preempted within thirty (30) days of receipt of a notice in writing from the corporation stating the prigs, terms and conditions of the in = of -bases and inviting said holder to exercise his preemptive rights. ARTICLE III BOARD OFDMECTORS semen 2 Gmaw Powrm The buai mss and affairs of the corporation shall be managed by its Hoard of Directors. StmoN 2 NUwa, Teas; AND QuAurr_ noes The number of Directors of the oorporsd= shall be tm. Each director shall hold off= until the next annua] stetting of shareholders and until the Director's sumeasor shall have beta elected and qualified. Sw nox 3 RBGu AR A&ziRvw A regular meeting of the Board of Directors shall be held without other notice ulna this by-law immediately after, and at the some place aa, the auaual meeting of shareholders_ The Board of Directors may provide, by resolution, the time and place, either within or wifto the State of Arkansas, for dw holding of additional resider meetings vnftut other notice than such resolution. 3ecrm < QuoRum A majority of the number of Directors fixed by Section 2 of this Article III shall crosdtute a 2 Op w � � M� x o� o lio Pr .bid g V- ~ q 0 110 a ° rr 97 rr rr Er M z ,, ra O •� g C4 a �o FEIN . r E W A u a s 0 n a U u 4 m in 1 co LO m m n. m fil. r v On m co CD a al LD CV as cri m N m On On m M. kn 0 August 31, 2020 City of Fayetteville, Arkansas Fayetteville Water & Sewer Operations Attn: Mr. Corey Granderson, Utilities Engineer 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: Recommendation to Award East Service Area Improvements, Contract Section I Existing Infrastructure Modifications Fayetteville, Arkansas Olsson Project 018-0031 Mr. Granderson: Bids for the above referenced project were received and opened on July 1, 2020. A total of three (3) bids were submitted and have been reviewed. The bid totals received are shown below. Goodwin & Goodwin, Inc. $315,139.10 Crossland Heavy Contractors, Inc. $406,739.10 Goins Enterprises, Inc. $566,974.10 After review of the bids, it is our recommendation that Notice of Award be given to the apparent low bidder, Goodwin & Goodwin, Inc., in the contract amount of $315,139.10. Upon your approval, we will commence with the processing of the contract for the project. Please do not hesitate to call with any questions, comments, or if any further information or documentation is required. Cordially, W. Chris Hall Water/Wastewater Team Leader 0 18-003 1 Contract Section I ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson Associates (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 TIME OF THE ESSENCE A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 60 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 75 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED DAMAGES A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.2 for completion and readiness for 2 - 00 52 00 AGREEMENT 0 18-003 1 Contract Section I final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.2 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.3 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.1 SUBMITTAL AND PROCESSING OF PAYMENTS A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.2 PROGRESS PAYMENTS, RETAINAGE A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the AGREEMENT 00 52 00 - 3 0 18-003 1 Contract Section I 15th day of each month during construction. All such payments will be measured by the schedule of values established in the 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 in the General Requirements. 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 Engineer shall determine, or The City of Fayetteville may FINAL PAYMENT B. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 4 - 00 52 00 AGREEMENT 0 18-003 1 Contract Section I 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. AGREEMENT 00 52 00 - 5 0 18-003 1 Contract Section I ARTICLE 7 - CONTRACT DOCUMENTS 7.1 CONTENTS A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. C. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. a. The Performance and Payment Bond shall be one hundred percent (100%). b. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: East Service Area Improvements —Contract Section I, Existing Infrastructure Modifications 8. Addenda numbers 1 to inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other 6 - 00 52 00 AGREEMENT 0 18-003 1 Contract Section l documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.1 TERMS A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 SEVERABILITY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. AGREEMENT 00 52 00 - 7 0 18-003 1 Contract Section 1 8.5 FREEDOM OF INFORMATION ACT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.6 LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires, and the Contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. 8 - 00 52 00 AGREEMENT 018-0031 Contract Section I This Agreement will be effective on 6chh r 6 , 20 ,_ which is the Effective Date of the Agreement. CONTRACTOR: By: Bryan Goodwin (Type or legibly print) i & i Title: President CITY OF FAYETTEVILLE By: Lioneld Jordan Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. r` (SEAL) AGREEMENT (SEAL) 1111111111///� Attest c`•' CI T yO'pF9% • F 14 •71 �c 9/v 11pU,1 ```�. 005200-9 41 DEPARTMENTAL CORRESPONDENCE OFFICE OF THE CITY ATTORNEY Kit Williams TO: Mayor Jordan City Attorney Susan Norton, Chief of Staff Blake Pennington Assistant City Attorney Paul Becker, Finance Director Jodi Batker Garner Stoll, Development Services Director Paralegal Tim Nyander, Utilities Director Chris Brown, City Engineer Andrea Foren, Purchasing Manager CC: Kara Paxton, City Clerk Kara Paxton Lisa Branson, Deputy City Clerk FROM: Kit Williams, City Attorney DATE: October 12, 2020 RE: No need for City Attorney's signature on City contracts for major infrastructure projects if not expressly required by AHTD or government contractor On July 24th, I sent out a memo to the Mayor, Chief of Staff and several directors, etc. to request that the City Attorney not be requested to sign contracts we drafted as "approved as to form." The signature page for these contracts have signature lines for both the contractor and Mayor Jordan (and their notary or our City Clerk). Then, below those signatures is a single signature block: "Approved As to Form: By: Attorney For: I have attached the copy of the signature page for this $315,139.10 water infrastructure contract. I see no benefit to the City to require my signature as to form on the contract. This contract had to have already been approved by my office as part of the Legistar process. This provides an historical record of my office's approval. My signature there would not provide the City any legal benefit if a dispute over contractual interpretation or performance occurred. In fact, it could be a legal disadvantage in a Court case. I believe the City (or our Utility Department Engineering Contractor) likely designed and provided this form contract to the company being paid to perform the contract. Therefore, if any uncertainty or ambiguity exists in the contract, such ambiguity would be construed against us as the drafter in any court case. If any party's attorney needs to sign an approval as to form of the contract, it should be the contractor's attorney who did not draft the contract rather than the City Attorney who the court would otherwise charge as the drafter and construe any ambiguities against us. If state, federal or bonding rules demand that the City Attorney approve the form of the contract, then my signature block as Fayetteville City Attorney should be used, not the vague, generic language now placed on those contracts. Additionally, so as not to place the City in a weaker legal position than the company we are contracting with, if my signature is needed, we should also require the contractor's attorney to approve the form of the contract. This does not apply to grants or whatever from the federal or state government. Please adjust this signature block for all future contracts that actually does need my signature to approve "as to form" and, if dealing with a private contractor, ensure that it is not only the City that must approve the form of the contract. I appreciate that the City Engineer has not sent me further new contracts with the approval as to form provision unless required by the state or federal government. I apologize to Tim for not including him on my July 24th memo. 2 18-0031 Contract Section I iddress for giving notices 3503 Free Ferry Rd =ort Smith, AR 72903 icense No. 0016960421 agent for Service of process 3ryan Goodwin type or legibly print) i WENT . .6. Address forgiving notices 113 W. Mountain St. Fayetteville, AR 72701 :ontractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a orporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for ervice process authority to sign. f Contractor is a corporation, corporate entity Approved as to Form: r LLC, attach evidence of authority to ign.) By: Attorney For: ND OF SECTION 00 52 00 0 - 00 52 00 AGREEMENT 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 238-20 File Number: 2020-0766 BID #20-66 GOODWIN & GOODWIN, INC.: A RESOLUTION TO AWARD BID #20-66 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN. INC. IN THE AMOUNT OF $315,139.10 FOR THE CONSTRUCTION AND REHABILITATION OF WATER PRESSURE SUSTAINING AND REDUCING VALVES, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $63,027.82 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-66 and authorizes Mayor Jordan to sign a contract with Goodwin & Goodwin, Inc., a copy of which is attached to this Resolution, in the amount of $315,139.10 for construction and rehabilitation of two large water pressure sustaining valves and various smaller water pressure reducing valves, and further approves a project contingency in the amount of $63,027.82. PASSED and APPROVED on 10/6/2020 Page 1 Attest: 111ifllll/l� Kara Paxton, City Clerk Treasurer+��`�G • •G\1 Y FAYETTEVILLE o ®� 9 � 'QkANSP •� �` Printed on 1 oil j O ►11�0 `,,` 0 18-003 1 Contract Section I SECTION 00 52 00 —AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — CONTRACT SECTION I EXISTING INFRASTRUCTURE MODIFICATIONS Contract No.: Construction THIS AGREEMENT is dated as of the & day of Lc-r in the 20 year .,y1 Y by and between The City of Fayetteville, Arkansas and Goodwin & Goodwin, I (hereinafter called Contractor). ARTICLE 1- WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: Modifications to the City of Fayetteville's existing pressure sustaining valves and valve vaults (2 total) located on the City's existing 36-inch and 42-inch transmission waterlines from Beaver Water District. The Work also includes miscellaneous improvements and modifications to existing pressure reducing valve sites (3 total), and all other items as detailed and specified in the Contract Documents for a complete installation. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 41 43- Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. AGREEMENT 005200- 1 COPY TO: Mayor Jordan Susan Norton, Chief of Staff Paul Becker, Finance Director Garner Stoll, Development Services Director Chris Brown, City Engineer CC: Kara Paxton, City Clerk Kara Paxton Lisa Branson, Deputy City Clerk FROM: Kit Williams, City Attorney DATE: July 24, 2020 RE: Form of City contracts for major road projects The signature page for this Six Million Dollar construction contract (attached) for Zion Road property has signature lines for both the contractor (Tri Star Contractors) and Mayor Jordan (and their notary or our City Clerk). Then, below those signatures is a single signature block: "Approved As to Form: By: Attorney For: I have attached a copy of the signature page. I have been asked to sign on this signature block before on such contracts, but I do not understand why. This contract had to have already been approved by my office as part of the Legistar process. This provides an historical record of my office's approval. My signature there would not provide the City any legal benefit if a dispute over contractual interpretation or performance occurred. In fact, it could be a legal disadvantage in a Court case. I believe the City (or our engineering contractor) designed and provided this form contract to the company being paid to perform the contract. Therefore, if any uncertainty or ambiguity exists in the contract, such ambiguity would be construed against us as the drafter in any court case. If any party's attorney needs to sign an approval as to form of the contract, it should be the contractor's attorney who did not draft the contract rather than the City Attorney who the court would otherwise charge as the drafter and construe any ambiguities against us. If state, federal or bonding rules demand that the City Attorney approve the form of the contract, then my signature block as Fayetteville City Attorney should be used, not the vague, generic language now placed on those contracts. Additionally, so as not to place the City in a weaker legal position than the company we are contracting with, if my signature is needed, we should also require the contractor's attorney to approve the form of the contract. Please adjust this signature block for all future contracts that you wish the City Attorney to approve "as to form' and ensure that it is not only the city that must approve the form of the contract. We need to also ensure the effective date of the contract is identified and placed upon the contract when the Mayor signs the contract. z GOODWIN & GOODWIN, INC. City of Fayetteville Staff Review Form 2021-0073 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 1/28/2021 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the contract with Goodwin & Goodwin, Inc. which will increase the contract amount by $8,900.00 for the pressure sustaining valve rehabilitation project. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1801 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 7,589,810.00 Funds Obligated $ 1,636,680.21 Current Balance $ 5,953,129.79 Does item have a cost? Yes Item Cost $ 8,900.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 5,944,229.79 V20180321 Purchase Order Number: 2020-701 Previous Ordinance or Resolution # 238 20 Change Order Number: Original Contract Number Comments: 1 2020-63 Approval Date: 2/2/21 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: January 27, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 1 for Pressure Sustaining Valve Rehabilitation Project RECOMMENDATION: Staff recommends approval of Change Order 1 to the contract with Goodwin & Goodwin, Inc. which will increase the contract amount by $8,900.00. BACKGROUND: In October 2020, the City Council approved a contract with Goodwin & Goodwin, Inc. for the rehabilitation of two large pressure sustaining valves and 3 smaller pressure reducing valves within Fayetteville's water distribution system (Res. 238-20). DISCUSSION: During construction, it was discovered that one of the smaller pressure reducing valve vaults did not have adequate clearance from nearby utilities to install the piping works as proposed in the design plans. The engineer, Olsson, re -designed this area adding several bends in the pipeline to avoid the conflict. The contractor's pricing for this additional labor and material have been reviewed and are acceptable to city staff and Olsson. The increased cost for this work is $8,900.00 and is within the approved project contingency. BUDGET/STAFF IMPACT: Funds for this change order are available within the $63,027.82 approved project contingency. Attachments: Change Order No. 1 Engineer's Change Order Packet Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF _ FAYETTEVILLE ARKANSAS Change Order No. t To Contractor: Goodwin & Goodwin, Inc. The Contract is chaneed as follows: Not CHANGE ORDER Contract Title: Date of Issuance: Bid 20-66, Construction, PSV Rehab Project ORDINANCUR ESOLUTION: 238-20 Effective: October 6, 2020 January 27, 2021 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 2 Pressure Reducing Valve Sites (3 total), complete in place 1 LS $ 121,600.00 1 $ 130,500.00 $121,600.00 $130,500.00 Owner Summation of Cost $121,600.00 $130,500.00 Net Cost for this Change Order $8,900.00 The original Contract Price was ............................... $ 315,139.10 Net change by previously authorized change orders $ _ The Contract Price prior to this Change Order was $ 315,139.10 The Contract Price will [increase by] ]................................................................................................................................... $ 8,900.00 The new Contract Price including this Change Order will be..........................................................................,."" """ " $ 324,039.10 ________ The Contract Time(s) will [remain unchanged] ....................... ........................................................... ..,.. 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion ............. ... I .............. .... .....,.,.......................... .,....................... ........... 4/30/2021 ---------------------------------------------------------------------------------------------------------- Final Completion 5/15/2021 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. Goodwin & Goodwi ;,.-7 An;�D 1/27/21 BY DATE Page 1 of 1 CHANGE ORDER #1 CITY PROJECT NO. Bid 20-66 OWNER: City of Fayetteville CONTRACT: Easy Service Area Water Improvements Contract I Existing Infastructure Modifications, Fayetteville, AR Bid 20-66, Project Number: 018-0031 NAME AND LOCATION OF JOBSITE: Guy Terry Road Vault DATE PREPARED: 01 / 11 /2021 CONTRACTOR: Goodwin & Goodwin, Inc. DESCRIPTION OF WORK INCLUDED IN CONTRACT: Rehab work on existing vaults CHANGE ORDERED: 1. Added pipe/material as RFI-2 detail from Engineer shows. REASON FOR CHANGE ORDER. ORIGINAL CONTRACT REVISED CONTRACT AMOUNT THROUGH CHANGE NO. AMOUNT THIS CHANGE ORDER NO. 1 (Final) LATEST REVISED CONTRACT THROUGH THIS CHANGE ORDE 1. Only 30" between existing 3" valve and vault on north side of vault ran out of room to install parts $ 315,139.10 $ N/A $ 8,900.00 $ 324,039.10 SUBJECT TO THE CONDITIONS SET FORTH BELOW, AN EQUITABLE ADJUSTMENT IS ESTABLISHED AS FOLLOWS: CONTRACT PRICE CONTRACT TIME NOTCHANGED X NOTCHANGED $8,900.00 INCREASED BY: INCREASED BY DAYS DECREASED BY: DECREASED BY DAYS The foregoing is in accordance with RFI#2 Response A. The aforementioned change and work affected thereby are subject to all contract stipulations and convenants; B. The rights of the owner are not prejudiced; and C. All claims against the Owner which are incidental to or as a consequence of the aforemenioned char^are satisfied. C'()NTRACTOR OWNER 17 DATE 1/1 1/2021 A RECOMMENDED BY: 01 /26/21 OLSSON DATE GUY TERRY ROAD, P. R.V. VAULT 1-11-2021 NEW INSTALL NORTH SIDE OF VAULT OLD WAY NORTHSIDE OF VAULT 8" D.I.PIPE 10 FEET @ 85.00 = 4" FOSTER ADPT 4" GATE VALVE & BOX 4" X 3" HYMAX 3" 13.5 PIPE 10 FEET 3" MJ - 90 1- 3" SOLID SLEEVE 3" MJ T 4" C-900 SPOOL 8" 45 BEND 1 @ 8" FOSTER 1 @ 6" 45 BEND 1 @ 6X8 REDUCER 1 @ 6" GATE VALVE 6" FOSTER ADPTER 2 @ $300.00 CUT AND CAP 3" VALVE CONCRETE BLOCKING 8" GATE VALVE & BOX 8" CAP 8" FOSTER 8"X4"T-1-@ LABOR $ 850.00 $ 250.00 $ 1500.00 $ 200.00 $ 250.00 $ 300.00 $ 250.00 $ 350.00 $ 100.00 $ 600.00 $ 400.00 $ 500.00 $ 400.00 $ 2000.00 $ 600.00 $ 850.00 $ 300.00 $ 2500.00 $ 250.00 $ 400.00 $ 750.00 $ 5,500.00 TOTAL $ 19,100.00 3" FOSTER $ 150.00 3X6 REDUCER $ 300.00 6" DIP 3' @ 50.00 $ 150.00 6X6 T 1 @ $ 750.00 8 " CAP $ 250.00 8 " FOSTER 1 @ $ 400.00 6" VALVE & BOX $ 2,000.00 =- $ 4,000.00 6X 8 REDUCER 1 @ $ 400.00 6 "FOSTER 1 @ $300.00 $ 300.00 LABOR $ 3500.00 TOTAL $ 10.200.00 Goodwin & Goodwin, Inc. East Service Area Water Improvements Contract I Existing Infastructure Modifications, Fayetteville, AR Bid 20-66, Project Number: 018-0031 REQUEST FOR INFORMATION To: Olsson Attn: Chris Hall RFI No. 2 From: David Garcia Date Submitted 12/16/2020 Date Needed By: Regarding Drawings Sheet C4 Detail F Specification Section(s): Subject (plan set, facility, utility, etc.): Guy Terry Road Vault Request for Information: Sheet C4 Detail F Only 30" between existing 3" valve and vault on the north side, no way to install all items per detail F. Please advise. Signature: Response: Date: 12/16/2020 Attached is a re -design for the piping at the Guy Terry Vault. Please review and provide costs for the additional material, equipment, labor, etc. Submit an official change order for the additional work prior to beginning the work. Engineer's Signature: Date: 1 /11 /21 Note Ikq Q J D ¢ W > Q ` M N H H W T W U' (n � I U N I U in n U M n� M N �w 3N m C > U d E T N L c d) O j i� _I C V) o cn +) U U M N M U � O w ?Q� O X FURNISH AND INSTALL REACTION BACKING FURNISH AND INSTALL 8" x 4" DI MJ TEE, 8" MJ GATE VALVE W/FOSTER ADAPTOR AND 8" MJI CAP FURNISH AND INSTALL 8" DIP W/I y — — — CLOSE EXISTING VALVE AND REMOVE VALVE BOX CUT AND CAP EXISTING 3" WATERLINE ONCE NEW 8" —_ PIPING IS IN PLACE. �I LL II PROJECT NO: FY373 CS (018-0031-H) DRAWN BY: JRM DATE: 01 /08/21 FUTURE 8" WATER LINE (CONTRACT SECTION III) FURNISH AND INSTALL 4" GATE VALVE W/4" FOSTER ADAPTOR FURNISH AND INSTALL 4" MEGALUG FURNISH AND INSTALL 4" C900 PVC PE x PE SPOOL FURNISH AND INSTALL 4" x 3" HYMAX GRIP REDUCER MODEL NO. 863560080011116 FURNISH AND INSTALL 3" SDR 13.5 PVC WATERLINE FURNISH AND INSTALL 3" PVC 90' BEND FURNISH AND INSTALL 3" SDR 13.5 PVC WATERLINE EXISTING WATER METER FURNISH AND INSTALL 3" PVC TEE FURNISH AND INSTALL 3" PVC SOLID SLEEVE EXISTING 3" W/L FURNISH AND INSTALL 8" MJ 45' BEND FURNISH AND INSTALL 6" x 8" MJ REDUCER EXISTING 3" GATE FURNISH AND INSTALL 6" GATE VALVE VALVE AND CAP W/FOSTER ADAPTORS FURNISH AND INSTALL 6" MJ 45' BEND (ROTATED) W/FOSTER ADAPTORS EXISTING CONCRETE VAULT &_qEAIL NTS OI��O� Fay East le, A p Road GUY TERRY ROAD VAULT DETAIL Fayetteville, AR72703 TEL 479.443.3404 EXHIBIT RFI-2 CHANGE ORDER NO. 2 GOODWIN & GOODWIN, INC City of Fayetteville Staff Review Form 2021-0280 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/12/2021 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order 2 to the contract with Goodwin & Goodwin, Inc. which will increase the contract amount by $5,501.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1801 Water System Rehabilitation/Replacement Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 7,485,004.00 $ 1,579,637.40 $ 5,905,366.60 $ 5,501.00 $ 5,899,865.60 V20180321 Purchase Order Number: 2020-701 Previous Ordinance or Resolution # 238-20 Change Order Number: Original Contract Number: Comments: 2 2020-63 Approval Date: 04/15/21 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 12, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for Pressure Sustaining Valve Rehabilitation Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with Goodwin & Goodwin, Inc. which will increase the contract amount by $5,501.00. BACKGROUND: In October 2020, the City Council approved a contract with Goodwin & Goodwin, Inc. for the rehabilitation of two large pressure sustaining valves and 3 smaller pressure reducing valves within Fayetteville's water distribution system (Res. 238-20). Change Order #1 was previously approved to accommodate additional piping due to a conflict discovered in the field. DISCUSSION: After successful bidding, City Staff met onsite with the contractor and determined that a larger fenced area and improved drainage at the Pressure Sustaining Valve site in Springdale would be a better long-term improvement to the site. These additional scope items have been reviewed and staff supports the change order #2 request for $5,501.00 to accommodate these changes. BUDGET/STAFF IMPACT: Funds for this change order are available within the $63,027.82 approved project contingency. Attachments: Change Order 2 Engineer's Change Order packet Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS Change Order No. 2 To Contractor Goodwin & Goodwin, Inc The Contract is changed as follo\v CHANGE ORDER Contract Title: Date of Issuance: Bid 20-66, Construction, PSV Rehab Project ORDINANCE/RESOLUTION 238-20 Effective: October 6, 2020 March 29, 2021 Bid Bid Previous 1 nit ( ontraet Revised Revised Original Revised hew Item Estimated of I nit Estimated Unit Estimated Estimated Nu. Description Quantith Measure Price Quantity Price Cost Cost CO2.1 Gravel Pit for Sump Drain 0 EA $ 2 $ 300.00 $ $ 600.00 CO2.2 Extra Fence Length 0 LS $ I $ 3,260.00 $ $ 3,260.00 CO2.3 Fabric & Base in Add'[ Fenced Area 0 [ S $ I $ 1,641.00 $ - $ 1,641.UU Summation of Cost $0.00 $ 5,501.00 Net Cost for this Change Order $5,501.00 Not valid until signed by the Owner The original Contract Price was $ 315 139.10 Net change by previously authorized change orders $ 8 900.00 TheContract Price prior to this Change Order was,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, S 324,039.10 The Contract Price will [increase by] ].................,,.,.,.,...,.,,,,,.,.,,,,.,.,,.,.,.,,,.,.,,.,..,,.,,,,..-.,.w,..,........,.,, $ 5,501.00 . The new Contract Price including this Change Order will be ... ....,,..,,...,..,,,.,..,.,..._,.,.,..~.,...,..,.....,,....,..,,,..,,.,.,.,,,,..,.,.......,..,.. $ 329,540.10 The Contract Time(s) will [remain unchanged] ........... ,.... . .. ......................... .,...,,......------ 0 ------ calendar days Required dates of Completion as of the date of this Change Order therefore are...................................................................... .... ........ I........................... Substantial Completion ----------------------------------------------------------------- .. 4/30/2021 Final Completion _ - --------------- 5/15/2021 NOTE: This summary does not reflect changes in the Contract Price or Tune(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Goodwin & Goodwin, Inc. -..�� 3 /29/ 21 lil DA I I Letter of Transmittal TO: Olsson Company Chris Hall i Date i Job No. 03/24/2021 20-66 Change Order #2 in reference to RFI#4 Transmittal #26 I Attn. 302 E. Millsap Road Address Fayetteville, Arkansas 72703 City, State Zip We are sending you X Attached Under separate cover via _ `Shop drawings Samples Specifications II _._ ❑ Prints ❑ Copy of letter ❑ Plans ❑Change order ' I These are transmitted as checked Description ❑ For approval ❑ Approved as submitted Resubmit _ copies for approval X For review and comment ❑ For your use ❑ Approved as noted Submit copies for distribution ❑ Print returned after loan to us ❑ As requested ❑ Returned for corrections Return corrected prints ❑ For bids due 20 Remarks copyto Signed Form 3017, Printed by: If enclosures are not as indicated, please notify us promptly. CHANGE ORDER #2 CITY PROJECT NO. Bid 20-66 OWNER: City of Fayetteville CONTRACT: Easv Service Area Water Improvements Contract I Existing Infastructure Modifications, Fayetteville. AR Bid 20-66, Project Number: 018-0031 NAME AND LOCATION OF JOBSITE: East Robinson Vault DATE PREPARED: 03/24/2021 CONTRACTOR: Goodwin & Goodwin. Inc. DESCRIPTION OF WORK INCLUDED IN CONTRACT: Rehab work on existing vaults CHANGE ORDERED: REASON FOR CHANGE ORDER: ORIGINAL CONTRACT REVISED CONTRACT AMOUNT THROUGH CHANGE NO. 1 AMOUNT THIS CHANGE ORDER NO. 2 LATEST REVISED CONTRACT THROUGH THIS CHANGE ORDER I Added fence. gravel & sump pit as RFI-4 detail from Engineer shows. Include Vault outside of fence. in fenced area. drainage for sumps $ 315.139.10 $ 324.039.10 $ 5.501.00 $ 329.540.10 SUBJECT TO THE CONDITIONS SET FORTH BELOW, AN EQUITABLE ADJUSTMENT IS ESTABLISHED AS FOLLOWS: CONTRACT PRICE NOT CHANGED X $5,501.00 INCREASED BY: _ DECREASED BY: The foregoing is in accordance with RF142 Response CONTRACT TIME NOT CHANGED INCREASED BY DAYS DECREASED BY DAYS A. The aforementioned change and work affected thereby are subject to all contract stipulations and convenants; B. The rights of the owner are not prejudiced; and C. All claims against the Owner which are incidental to or as a consequence of the aforementioned change are satisfied. CONTRACTOR OWNER DATE RECOMMENDED BY: OLSSON DATE DATE Goodwin & Goodwin. Inc. East Service Area Water Improvements Contract I Existing Infastructure Modifications, Fayetteville, AR Bid 20-66, Project Number: 018-0031 REQUEST FOR INFORMATION To: Olsson Attn: Chris Hall RFI No. 4 From: David Garcia Date Submitted 03/08/2021 Date Needed By. - Regarding Drawings Sheet C6 Specification Section(s): Subject (plan set, facility, utility, etc.): Fence, Gravel & Drainage East Robinson Vault Request for Information: Sheet C6 On the East Robinson Vaults, during pre -con it was discussed about extending the fence around vault currently outside of fenced in area and extra gravel. Also it was discussed about possibly running drainage pipe for the vault pumps Costs: Gravel Pit for Sump Drain $300 EA/2 =$600 Extra Fence as shown below $3,260.00 Fabric & Base in added area $1,641.00 Signature: Response. - Date: 3/08/2021 Please provide costs for extending the fence and constructing a "gravel drain pit' for dispelling the water from the PSV vaults. See attachment. 3/12/21 Engineer's Signature: Date: Note: RFI-4- 11 II al A EEC LSD SITE LOCATION ADO FITTINGS AS 1ECE-1 TO EX PVC DISCHARGE OUTLET PIPIND TO DIRECT — DOnrcTw c,R - - - - - - - - - - - - INTO PROPOSED GRAVEL DISCHARGE 'IT T---------- T $.. 7m, z 0 CURRENT VATER D P—TLET > NV4 VAULT r PROPOSED GRAVEL DRAIN PITS I r& P­ LU Yrl z snitPROVIDE MIN i� -------------- ­. 0 CLEAN ROCK LU ur EXAMPLE SCHEMATIC Srl ENCAPSULATIETNE g TONE Vd� z ILTER FABRIC,% ID U, CTIQPJ AT GRAM D"N F w > 0, CURRENITWATER w , DISCHARGE CUTLET Q D. a. SE VAULT LU t: w > flKy v w.<,..,e .n,.e_ [ew� µ,RNwr[.a - a,>b[rt.Rl[,Pe. � --- "I- -�-- i' --�eR. I a �p [� E4 w x —LU ­7 !'_---___EXTEND FENCE TO > ARV __PVA.ALS' LU 11L CHAIN LINK FENCE DETAIL J DISTANCE TO BE DE THE Ll�NE D IN ON ER A By ENG4NEERND HEET C6 CHANGE ORDER NO. 3 GOODWIN & GOODWIN, INC Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0327 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/26/2021 Submitted Date Action Recommendation: WATER SEWER (720) Division / Department Staff recommends approval of Change Order No. 3 to the contract with Goodwin & Goodwin, Inc. to utilize a portion of the project contingency in the amount of $12,800.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1801 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 7,485,004.00 Funds Obligated $ 1,577,575.57 Current Balance $ 5,907,428.43 Does item have a cost? Yes Item Cost $ 12,800.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 5,894,628.43 V20180321 Purchase Order Number: 2020-701 Previous Ordinance or Resolution # 238-20 Change Order Number: 3 Approval Date: 04/30/21 Original Contract Number: 2020-63 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: April 26, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 3 for Pressure Sustaining Valve Rehabilitation Project RECOMMENDATION: Staff recommends approval of Change Order 3 to the contract with Goodwin & Goodwin, Inc. which will increase the contract amount by $12,800.00. BACKGROUND: In October 2020, the City Council approved a contract with Goodwin & Goodwin, Inc. for the rehabilitation of two large pressure sustaining valves and 3 smaller pressure reducing valves within Fayetteville's water distribution system (Res. 238-20). Change Order #1 was previously approved to accommodate additional piping due to a conflict discovered in the field. Change Order #2 was previously approved to increase fencing and drainage at the project site. DISCUSSION: During construction, removal of the large concrete valve vault tops was anticipated and executed. Once removed, it became apparent that additional waterproofing and mortar leveling would be necessary to have a watertight re -installation. Change Order #3 will provide additional pay items to properly re -install each vault top in a better condition than found. BUDGET/STAFF IMPACT: Funds for this change order are available within the $63,027.82 approved project contingency. Attachments: Change Order 3 Engineer's Change Order packet Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS Change Order No. 3 To Contractor: Goodwin & Goodwin, Inc. The CQnyact is c ed as follows: CHANGE ORDER Contract Title: Bid 20-66, Construction, PSV Rehab Project Date of Issuance: April 23, 2021 ORDINANCEIRESOLLMON 238-20 Effective: October 6, 2020 Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantiq Price Cost Cost CO3.1 TRELLEBORG JOINT WRAP 0 LS $ I S 4,750.00 S - $ 4,750.00 2 LAYERS OF EVERGRIP ON CO3.2 TOP OF VAULT WALLS 0 FT $ 216 S 15.00 S - S 3,240.00 SEAL JOINTS OUT SIDE AND CO3.3 INSIDE WITH HYDRO CEMENT 0 FT $ 204 $ 10.00 S - S 2,040.00 INSTALL DECK TITS CO3A OVEREMSING 1" CTS PUMP LINE 0 EA $ - 2 $ 185.00 S - $ 370.00 STEEL BEAM SUPPORT CO3 5 GROUT 0 EA $ 2 $ 1200.00 $ - S 2,400.00 The original Contract Price was Net change by previously authorized change orders The Contract Pnce prior to this Change Order was The Contract Pnce will [increase by][deeFewe byjfm"ein uneMnged] The new Contract Price including this Change Order will be The Contract Time(s) will f remain unchanged] Required dates of Completion as of the date of this Change Order therefore are Summation of Cost S - S 12,800.00 Net Cost for this Cbauae Order S12,11W.00 31 S 14.481.60 S 329,540.10 S 12AM" S 342,U&I# 0 calendar days Substantial Completion 4/30/2021 Final Completion 5/15/2021 NOTE This summary does not reflect changes in the Contract Price or Times) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Goodwin & Goodwin, Inc. �� L22� v2i BY U DATE Page 1 of 1 Letter of Transmittal To: Olsson OQ Company Chris Hall z Attn. 302 E. Millsap Road Address 'gyp Qa` Fayetteville, Arkansas 72703 RT 91V1�TN+ City, State Zip Date Job No. 04/21 /2021 20-66 Re: Change Order #3 in reference to Lids Transmittal #40 We are sending you Attached Under separate cover via ❑Shop drawings Samples ❑Specifications ❑ Prints ❑ Copy of letter ❑ ❑ Plans ❑Change order ❑ Copies Date No. Description Change Order 3 1 04/21/2021 4 pgs These are transmitted as checked ❑ For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted ❑As requested ❑ Returned for corrections For bids due Remarks Copy to Form 3017, Printed by: 20 ❑ Resubmit _ copies for approval ® For review and comment ❑ Submit copies for distribution ❑ Print returned after loan to us Return corrected prints ❑ Signed If enclosures are not as indicated, please notify us promptly. CHANGE ORDER #3 CITY PROJECT NO. Rid 20-66 OWNER: City of Fayetteville CONTRACT: Easy Service Area Water Improvements Contract I Existing Infastructure Modifications, Fayetteville, AR Bid 20-66. Project Number: 018-0031 NAME AND LOCATION OF JOBSITE: East Robinson Vault DATE PREPARED: 04/21/2021 CONTRACTOR: Goodwin & Goodwin, Inc. DESCRIPTION OF WORK INCLUDED IN CONTRACT: Rehab work on sealing vault tops and new sump pumps CHANGE ORDERED: 1 Making the lid a more secure connection, Adding grout under lids REASON FOR CHANGE ORDER: 1. Meeting discussed it was needed and after beams installed it was pointed out ORIGINAL CONTRACT $ 315,139.10 REVISED CONTRACT AMOUNT THROUGH CHANGE NO.2 $ 329,540.10 AMOUNT THIS CHANGE ORDER NO. 3 $ 12.800.00 LATEST REVISED CONTRACT THROUGH THIS CHANGE ORDER $ 342 340.10 SUBJECT TO THE CONDITIONS SET FORTH BELOW, AN EQUITABLE ADJUSTMENT IS ESTABLISHED AS FOLLOWS: CONTRACT PRICE CONTRACT TIME NOT CHANGED X NOT CHANGED $12,800.00 INCREASED BY: INCREASED BY DAYS DECREASED BY: DECREASED BY DAYS The foregoing is in accordance with A. The aforementioned change and work affected thereby are subject to all contract stipulations and convenants; B. The rights of the owner are not prejudiced; and C. All claims against the Owner which are incidental to or as a consequence of the aforementioned change are satisfied. CONTRACTOR OWNER DATE RECOMMENDED BY: OLSSON DATE DATE 4/15/2021 Yahoo Mail - VAULT M111m Bryan Goodwin (pipedude08@yahoo.com) Trdocryde@yahoo.com; pipedude08@yahoo.com Wednesday, April 14, 2021, 03:52 PM CDT TRELLEBORG JOINT WRAP 55 FEET @ $43.181 PER FOOT $ 2.375.00 2 LAYERS OF EVERGRIP ON TOP OF VAULT WALLS 108 FEET @ $ 15.00 PER FOOT $ 1,620.00 SEAL JOINTS OUT SIDE AND INSIDE WITH HYDRO CEMENT , BEFORE INSTALL OF TRELLEBORG JOINT SEAL 102 FEET AT $ 10.00 $ 1020.00 INSTALL DECK TITE OVEREXISING 1" CTS PUMP LINE $ 185.00 TOTAL PER VAULT $ 5,300.00 IF YOU NEED US TO INSTALL NEW PUMPS $ 1,000.00 EACH 4/15/2021 Yahoo Mail - vault vault Bryan Goodwin (pipedude08@yahoo.com) docryde@yahoo.com Thursday, April 15, 2021, 0&07 PM CDT Grout were the beam is not touching the vault top. $ 1 200.00 PER VAULT fay grout mix_000095.pdf H