HomeMy WebLinkAbout206-21 RESOLTUION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 206-21
File Number: 2021-0587
BID #21-62 KAJACS CONTRACTORS, INC.:
A RESOLUTION TO AWARD BID 421-62 AND AUTHORIZE A CONTRACT WITH
KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $748,000.00 FOR CONSTRUCTION
OF THE RICHLAND CREEK WATERLINE CROSSING PROJECT, AND TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $149,600.00
BE IT RESOLVED BV THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 21-62 and
authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of
$748.000.00 for construction of the Richland Creek Waterline Crossing Project, and further approves
a project contingency in the amount of $149,600.00.
PASSED and APPROVED on 8/17/2021
Attest:
`�����rrtrrrr
G`ER K-A/fol
G'
Kara Paxton, City Clerk Treasur'�r ; FqY` r-r` ✓QLE; X
"ION`510 C09,N"%%
Page 1 Printed on 8118121
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2021-0587
Agenda Date: 8/17/2021 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A.4
BID #21-62 KAJACS CONTRACTORS, INC.:
A RESOLUTION TO AWARD BID #21-62 AND AUTHORIZE A CONTRACT WITH KAJACS
CONTRACTORS, INC. IN THE AMOUNT OF $748,000.00 FOR CONSTRUCTION OF THE
RICHLAND CREEK WATERLINE CROSSING PROJECT, AND TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $149,600.00
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 # 21-62 and
authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $748,000.00 for
construction of the Richland Creek Waterline Crossing Project, and further approves a project contingency in
the amount of $149,600.00.
City of Fayetteville, Arkansas Page 1 Printed on 812312021
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2021-0587
Legistar File ID
8/17/2021
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
7/28/2021 WATER SEWER (720)
Submitted Date Division / Department
Action Recommendation:
Staff recommends awarding Bid #21-62 and approving a contract with KAJACS Contractors, Inc. in the amount of
$748,000.00 for construction of the Richland Creek Waterline Crossing project, and approval of a project
contingency in the amount of $149,600.00.
Budget Impact:
5400.720.5600-5808.00
Water and Sewer
Account Number
Fund
12009.1801
Water
System Rehabilitation
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 7,485,004.00
Funds Obligated
$ 5,595,864.62
Current Balance
$ 1,889,139.38
Does item have a cost? Yes
Item Cost
$ 897,600.00
Budget Adjustment Attached? No
Budget Adjustment
$ -
Remaining Budget
991,539.38
V20210527
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF AUGUST 17, 2021
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
FROM: Corey Granderson, Utilities Engineer
DATE: July 29, 2021
CITY COUNCIL MEMO
SUBJECT: Bid #21-62, KAJACS Contractors, Inc. — Construction Contract for Richland
Creek Waterline Crossing
RECOMMENDATION:
Staff recommends awarding Bid #21-62 and approving a contract with KAJACS Contractors,
Inc. in the amount of $748,000.00 for construction of the Richland Creek Waterline Crossing
project, and approval of a project contingency in the amount of $149,600.00.
BACKGROUND:
The City of Fayetteville serves water to customers in Goshen through a waterline that follows
Highway 45, crossing "twin bridges" or the White River and Richland Creek. On April 29, 2021
the waterline under Richland Creek was disrupted by streambank erosion during a significant
flooding event. City Crews worked swiftly to construct a temporary bypass line over the Highway
45 bridge in this location to ensure customers could be kept in service. A subsequent boil order
was coordinated with the Department of Health and all news outlets.
To date, the water in Richland Creek has not receded enough to allow city crews to inspect this
area to determine the type or scope of failure and make repairs subsurface. The City quickly
coordinated with Olsson Engineering to create a stand-alone bid package for this creek crossing
area, pulling from the larger East Service Area Improvements project already designed and
permitted. This smaller project includes approximately 850 feet of waterline, and a 225 foot bore
under the creek.
DISCUSSION:
On July 28th, 2021 the City of Fayetteville accepted sealed competitive bids for the Richland
Creek Crossing project. KAJACS Contractors, Inc. submitted the lowest bid. All bids are shown
here:
Goodwin & Goodwin, Inc. $902,650.00
KAJACS Contractors, Inc. $748,000.00
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
Funds are available for this project in the Water System Rehabilitation account within the Water
& Sewer fund.
Attachments:
Project Vicinity Map
Agreement
Certified Bid Tab
Submittal
.V
ILA
hop.,
i
or
lk 4-1
10,
i. it •`:• n� �i i w 7 :�' Z701'
K + J
Al
L 1. our ����•
t-4O
:",r
018-0031
SECTION 00 52 00—AGREEMENT
AGREEMENT BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — RICHLAND CREEK WATER LINE
CROSSING
Contract No.: 2 i-62 , Construction
THIS AGREEMENT is dated as of the 7t day of August in the year 20 21 by and between
T.
The City of Fayetteville, Arkansas and �i c t L11,4MC, -f< (henreinGafter 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:
The construction of 18- and 12-inch ductile iron water lines, bore under Richland
Creek with 30-inch steel encasement pipe, combination air release/vacuum valve
and vault, leak detection meter and vault, connections to existing system and all
improvements as defined in the Contract Documents.
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
018-0031
ARTICLE 2 - ENGINEER
2.1 The Contract Documents have been prepared by Olsson (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 90 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 120 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
018-0031
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
CIIH:1111M
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 withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If Work has
been 50% completed as determined by Engineer, and if the character
and progress of the Work have been satisfactory to The City of
Fayetteville and Engineer, The City of Fayetteville on recommendation
of Engineer, may determine that as long as the character and progress
of the Work subsequently remain satisfactory to them, there will be no
additional retainage on account of Work subsequently completed, in
which case the remaining progress payments prior to Substantial
Completion will be an amount equal to 100% of the Work Completed
less the aggregate of payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation
satisfactory to The City of Fayetteville as provided in the GENERAL
CONDITIONS.
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:
4 - 00 52 00 AGREEMENT
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
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.
AGREEMENT 00 52 00 - 5
018-0031
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.
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%).
4. General Conditions.
5. Supplementary Conditions.
6 - 00 52 00 AGREEMENT
018-0031
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 III, New Pump Station and Water Line
Improvements.
8. Addenda numbers 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
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
AGREEMENT 00 52 00 - 7
018-0031
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.
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 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 supplierforthis project of this paragraph and obtain
their written acknowledgement of such notice prior to commencement of the work of the
subcontractor or materials supplier.
8 - 00 52 00 AGREEMENT
018-0031
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies
have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents
have been signed, initialed, or identified by The City of Fayetteville and Contractor.
This Agreement will be effective on August t 7th, 20 2 t , which is the Effective Date
of the Agreement.
CONTRACTOR:
(Type or legibly print)
(Signature)
Title:
Contractor shall attach evidence of authority to sign.
CITY OF FAYETTEVILLE
Title: Mayor
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
AGREEMENT 00 52 00 - 9
018-0031
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.
(SEAL)
Attest
Address for giving notices A ie(e/ �+
ala�a� /..
!. a -Tilt � NLIc�/� 7221/
License No. Ci O y f9 i^D 12
Agent for Service of process
(Type or legibly print)
(Signature)
(SEAL)
,��ttutr►►►t,
♦♦♦A K T �i
Attest
Address for giving notices �'1 ;NGrpN Ct�\\`�
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.
10 - 00 52 00 AGREEMENT
(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
py
018-0031
AGREEMENT 00 52 00 - 11
.iI1I-sco cal
THIS PAGE LEFT BLANK INTENTIONALLY
12 - 00 52 00 AGREEMENT
PO Box 969
Poplar Buff, MO 63902
November 2, 2018
Letter of Resolution
I, Aron Persons, President of
Manager/Estimator the aAK
Aron Persons, President
MyLynn Gargac, Corporate Secretary
573-785-1745
1FaxJ 573-785-6237
www.kajw-s.com
Contractors, Inc. do hereby give Michael Titsworth, Project
sign contracts on behalf of KAlACS Contractors, Inc.
Of AYEB���'
Equal Opportunity Employer
CITY OF
FAYEARKA SAID LL E
APlFLA N �A�
BID TABULATION
Bid 21-62, Construction - Richland Creek Crossing
Deadline: Wednesday, July 18, 1021 at 2:00 PM
Certification of Funds : $1, 800, 000. 00
Total Allowed: $2,250,000.00
Goodwin
& Goodwin,
Inc.
Kajacs Contractors
Inc.
Total Cost
$
902,650.00
$
748,000.00
Quantity
Unit of
Unit
Total
Unit
Total
#
Items
Required
Measurement
Price
Cost
Price
Cos[
#1-1
Mobilization- shall not exceed 5% of total base bid
1
LS
$
30,000.00 $ 30,000.00
$
37,000.00 $ 37,000.00
#1-2
Bonds & Insurance
1
LS
$
25,000.00
$ 25,000.00
$
15,000.00 $ 15,000.00
#1-3
Tie to Existing 12-Inch Waterline at Station 0+00, complete in place
1
Lump Sum
$
5,000.00
$ 5,000.00
$
15,000.00 $ 15,000.00
#14
18-Inch Ductile Iron Pipe, complete in place
50
Linear Feet
$
145.00
$ 7,250.00
$
140.00 $ 7,000.00
#1-5
18-Inch Ductile Iron Restrained Joint Pipe, complete in place
675
Linear Feet
$
180.00
$ 121,500.00
$
160.00 $ 108,000.00
#1-6
12-Inch C900 PVC Pipe, complete in place
140
Linear Feet
$
100.00
$ 14,000.00
$
110.00 $ 15,400.00
#1-7
Compact Ductile Iron Fittings (C353), complete in place
2800
Pounds
$
18.00
$ 50,400.00
$
30.00
$ 84,000.00
#1-8
18-inch Butterfly Valve, complete in place
3
Each
$
21,000.00
$ 63,000.00
$
12,000.00 $ 36,000.00
#1-9
12-inch Butterfly Valve, complete in place
2
Each
$
30,000.00
$ 20,000.00
$
6,000.00 $ 12,000.00
#1-10
3-Inch Combination Air Release and Vacuum Valve Assembly, complete in place
1
Each
$
18,000.00
$ 18,000.00
$
25,000.00 $ 25,000.00
#1-11
Richland Creek Bore & Steel Encasement Pipe, complete in place
1
Lump Sum
$
460,000.00
$ 460,000.00
$
325,000.00 $ 325,000.00
#1-12
Tie to Existing 6-inch Waterline at Station 7+85+/-, complete in place
1
Lump Sum
$
4,500.00
$ 4,500.00
$
10,000.00 $ 10,000.00
#1-13
Leak Detection Meter and Vault, complete in place
1
Lump Sum
$
14,000.00
$ 24,000.00
$
25,000.00 $ 25,000.00
#1-14
Sediment and Erosion Control
1
Lump Sum
$
50,000.00
$ 50,000.00
$
23,600.00 = 23,600.00
#1-15
Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly
1
Lump Sum
$
20,000.00 $ 20,000.00
$
10,000.00 rs 10,000.00
"NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CITY OF
FAYETTEVILLE
ARKARSAS
Bid 21-62, Construction - Richland Creek
Crossing
Project Overview
Project Details
Project Name
Project Owner
Project Type
Department
Certification of Funds
25% Allowance
Total Allowance
Project Description
Open Date
Close Date
Bid 21-62, Construction - Richland Creek Crossing
Amanda Beilfuss
ITB
Purchasing
$1,800,000.00
$450,000.00
$2,250,000.00
The City of Fayetteville, AR invites qualified vendors to bid on the
construction of 18- and 12-inch ductile iron and PVC water lines and a
bore under Richland Creek with 36-inch steel encasement pipe. Work
also includes a combination air release/vacuum valve and vault, leak
detection meter and vault, connections to existing system and all
improvements as defined in the Contract Documents. The Contract
also includes interior tank mixing and minor site work. All questions
during the bidding process shall be addressed to Andrea Foren, City
Purchasing Manager.
Jul 09, 2021 8:00 AM CDT
Jul 28, 2021 2:00 PM CDT
GI Tv OF
FAYETTEVILLE
ARKANSAS
Highest Scoring Supplier Score
Kajacs Contractors Inc. 100 pts
Seal status
Requested Information Unsealed on Unsealed by
Bid Bond Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
Required Completed Forms Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
AR Secretary of State Filing # Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
Arkansas Contractor's License Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
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 Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
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.
Bid 21-62, Bid Table (BT-48DY) Jul 28, 2021 2:03 PM CDT Amanda Beilfuss
CI Ty OF
FAYETTEVILLE
ARKANBAB
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?
Amanda Beilfuss Jul 28, 2021 2:04 PM CDT No
CITY OF
FAYETTEVILLE
ARKARSAS
Questions and Answers
Standard Materials Group
Start Date
April Jackson, Jul 21, 2021 10:06 AM CDT
What is the estimated start and end date for this project?
Generated on Jul 29, 2021 8:57 AM CDT - Amanda Beilfuss
Page 5 of 11
CITY OF
FAYETTEVILLE
ARKARSAS
Public Notices
Addendum 1 issued to Bid 21-62, Construction — Richland Creek Crossing
Andrea Foren, Jul 19, 2021 3:08 PM CDT
Addendum 1 has been issued to Bid 21-62, Construction — Richland Creek Crossing and is
available in the public files as "Bid 21-62, File 03 - Addendum 1 ". Please direct all questions to
Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville-
ar.gov/bids. - Bid Table has been modified - Public Files have changed
Addendum 2 issued to Bid 21-62, Construction — Richland Creek Crossing
Andrea Foren, Jul 21, 2021 11:26 AM CDT
Addendum 2 has been issued to Bid 21-62, Construction — Richland Creek Crossing and is
available in the public files as 'Bid 21-62, File 04 - Addendum 2". Please direct all questions to
Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville-
ar.gov/bids. - Public Files have changed
CITY OP
.� FAYETTEVILLE
ANRANtAt
Submissions
Supplier Date Submitted Name
Goodwin & Goodwin, Inc. Jul 28, 2021 8:21 AM CDT David Garcia
rKajacs Contractors Inc. Jul 28, 2021 CDT 2:32 PM Michael Titsworth
Email Confirmation Code
docryde@yahoo.com MTUONDE3
mtitsworth@kajacs.com TUONTI1
CITY OP
.� FAYETTEVILLE
ANRANtAt
Project Criteria
Criteria I Points I Description
Total Lump Sum Bid Price 1 100 pts I Total Lump Sum Bid
Within Certified Funds
Pass/Fail I Total base bid must be within 125% of certified funds.
Total 100 pts
CITY OP
.'S FAYETTEVILLE
ANRANtAt
Scoring Summary
Active Submissions
Total Total Lump Sum Bid Price Within Certified Funds
Supplier 1100 pts / 100 pts Pass/Fail
Kajacs Contractors Inc. 100 pts 100 pts ($748,000.00) Pass
Goodwin & Goodwin, Inc. 1 82.87 pts 1 82.87 pts ($902,650.00) 1 Pass
.� �AYETTEVILLE
ARKAKfA9
Proposal Score Comments
Goodwin & Goodwin, Inc. - Scoring Comments
Total Lump Sum Bid Price - Reviewer Scores
Reviewer Score Reason Comments
Amanda Beilfuss 82.87 pts ($902,650.00) Within Certified Amount. Highest
Bid.
Within Certified Funds - Reviewer Scores
Reviewer Score Reason Comments
Amanda Beilfuss Pass Meets the requirement(s) Within Certified Amount. Highest
Bid.
CITY OP
.'S FAYETTEVILLE
ANRANtAt
Kajacs Contractors Inc. - Scoring Comments
Total Lump Sum Bid Price - Reviewer Scores
Reviewer Score Reason Comments
Amanda Beilfuss 100 pts ($748,000.00) Within Certified Amount. Lowest
Bid.
Within Certified Funds - Reviewer Scores
Reviewer Reasonj1W: Comments -JU
Amanda Beilfuss Pass Meets the requirement(s) Within Certified Amount. Lowest
Bid.
CI Ty OF
FAYETTEVILLE
ARKAKSAS
Signatures
Name
Amanda Beilfuss
(Project Owner)
Amanda Beilfuss
(Evaluator)
Andrea Foren
(Evaluator)
Signatures
Digitally signed by Amanda
Amanda Beilfuss Beilfuss
Date: 2021.07.29 09:01:30-05'00'
Digitally signed by Amanda
Amanda Beilfuss Beilfuss
Date: 2021.07.29 09:01:50-05'00'
Andrea
Digitally signed by
Andrea Foren
Foren
Date: 2021.07.29
11:10:17-05'00'
018-0031
SECTION 00 4143 — BID FORM
Contract Name: EAST SERVICE AREA IMPROVEMENTS — RICHLAND CREEK WATER LINE CROSSING
Owner: FAYETTEVILLE WATER & SEWER, CITY OF FAYETTEVILLE, ARKANSAS
City of Fayetteville Bid Number: 21-62, Construction.
OLSSON PROJECT NO.018-0031
Dated: June 2021
BID FORM 00 4143 - i
018-0031
TABLE OF CONTENTS
Page
Article1— Bid Recipient................................................................................................................................1
Article 2 — Bidder's Acknowledgements.......................................................................................................1
Article 3 — Bidder's Representations.............................................................................................................1
Article 4 — Bidder's Certification................................................................................................................... 2
Article5 — Basis of Bid................................................................................................................................... 3
Article6 —Time of Completion..................................................................................................................... 7
Article7 —Attachments to this Bid............................................................................................................... 7
Article8 — Defined Terms.............................................................................................................................. 8
Article9 — Bid Submittal................................................................................................................................8
ii - 00 4143 BID FORM
018-0031
ARTICLE 1— BID RECIPIENT
1.1 This Bid is submitted to:
City of Fayetteville, AR
113 W. Mountain
Fayetteville, Arkansas 72701
1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with Owner in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the Contract Times indicated in this
Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS
2.1 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders,
including without limitation those dealing with the disposition of Bid security. This Bid will remain
subject to acceptance for 90 days after the Bid opening, or for such longer period of time that
Bidder may agree to in writing upon request of Owner.
2.2 The Successful Bidder will sign and submit the Contract Agreement with the Bonds and other
documents required by the bidding requirements within 30 days after the date of Owner's Notice
of Award.
ARTICLE 3 — BIDDER'S REPRESENTATIONS
3.1 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and
reference items identified in the Bidding Documents, and hereby acknowledges receipt of
the following Addenda:
Addendum No.
Addendum Date
`T/l4 A
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and
adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site
conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect
cost, progress, and performance of the Work.
D. Bidder has carefully studied all:
1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and
all drawings of physical conditions relating to existing surface or subsurface structures
at or adjacent to the Site (except Underground Facilities) that have been identified in
BID FORM 0041 43 - 1
018-0031
the Supplementary Conditions, especially with respect to Technical Data in such reports
and drawings, and
2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or
adjacent to the Site that have been identified in the Supplementary Conditions,
especially with respect to Technical Data in such reports and drawings.
E. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy
or completeness of information and data shown or indicated in the Bidding Documents with
respect to Underground Facilities at or contiguous to the site.
F. Bidder has considered the information known to Bidder itself; information commonly known
to contractors doing business in the locality of the Site; information and observations
obtained from visits to the Site; the Bidding Documents; and any Site -related reports and
drawings identified in the Bidding Documents, with respect to the effect of such information,
observations, and documents on (1) the cost, progress, and performance of the Work; (2)
the means, methods, techniques, sequences, and procedures of construction to be employed
by Bidder; and (3) Bidder's safety precautions and programs.
G. Bidder agrees, based on the information and observations referred to in the preceding
paragraph, that no further examinations, investigations, explorations, tests, studies, or data
are necessary for the determination of this Bid for performance of the Work at the price bid
and within the times required, and in accordance with the other terms and conditions of the
Bidding Documents.
H. Bidder is aware of the general nature of work to be performed by Owner and others at the
Site that relates to the Work as indicated in the Bidding Documents.
I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies
that Bidder has discovered in the Bidding Documents and confirms that the written
resolution thereof by Engineer is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for the performance and furnishing of the Work.
K. The submission of this Bid constitutes an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article, and that without exception the
Bid and all prices in the Bid are premised upon performing and furnishing the Work required
by the Bidding Documents.
ARTICLE 4 — BIDDER'S CERTIFICATION
4.1 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual
or entity and is not submitted in conformity with any collusive agreement or rules of any
group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing
for the Contract. For the purposes of this Paragraph 4.1.1):
2 - 00 41 43 BID FORM
018-0031
1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process;
2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices at
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open
competition;
3. "collusive practice" means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels; and
4. "coercive practice" means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or affect
the a execution of the Contract.
ARTICLE 5 — BASIS OF BID
5.1 Bidders are required to provide pricing for all line items, including deductive alternate items.
Failure to provide deductive alternate pricing can result in bid rejections.
In the event no bid falls within the amount of funds certified for the project plus 25%, the City will
utilize the deductive alternates in order to further evaluate bids until a bid received falls within
the amount certified, plus 25%.
In the even all deductive alternates are subtracted from the total base bid and no bid falls within
the amount certified, plus 25%, all bids shall be rejected and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract
amount for all items listed in the proposal or bid. Should the amount entered into the proposal
or bid for this item exceed 5%, the bid shall be rejected.
Bidder will complete the Work in accordance with the Contract Documents for the following
price(s) (Bid Form on page 4):
REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING
ELECTRONICALLY.
CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A
PHYSICAL SEALED BID.
BID FORM 00 41 43 - 3
Refer to the City's electronic
bidding platform to submit
bid pricing electronically.
Contact the City Purchasing Division
to submit a physical sealed bid.
018-0031
5.2 Bidder acknowledges that:
A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover
Contractor's overhead and profit for each separately identified item, and
B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids,
and final payment for all unit price Bid items will be based on actual quantities, determined as
provided in the Contract Documents.
C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by
the City of Fayetteville, Arkansas.
D. Unit process have been computed in accordance with paragraph 13.03 of the General
Conditions.
E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on
actual quantities determined as provided in the Contract Documents.
F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown
in words, unless obviously incorrect, will govern.
G. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal,
overhead, profit, insurance, etc., to cover the finished work of the several kinds called for.
H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive
any informalities in the bidding.
ARTICLE 6—TIME OF COMPLETION
6.1 Bidder agrees that the Work will be substantially complete within 90 calendar days after the date
when the Contract Times commence to run as provided in Paragraph 4.01 of the
General Conditions and will be completed and ready for final payment in accordance with
Paragraph 15.06 of the General Conditions within 120 calendar days after the date when
the Contract Times commence to run.
6.2 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 7 —ATTACHMENTS TO THIS BID
7.1 The following documents are submitted with and made a condition of this Bid:
0
A. Required Bid Security in the form of bid bond for 1%
(Dollar Amount Written in Words)
B. Required Bid Bond (Section 00 43 13).
C. List of Proposed Subcontractors.
($ 1
(Total in Figures)
BID FORM 0041 43 - 7
018-0031
D. List of Proposed Suppliers.
E. List of Project References (see Section of Bidders Qualification Statement).
F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain
such license within the time for acceptance of Bids.
G. Contractor's License No.: D00ff fb z 2L or Evidence of Bidder's ability to obtain a State
Contractor's License and a covenant by Bidder to obtain said license within the time for
acceptance of Bids.
H. Required Bidder Qualification Statement with supporting data (see Section 00 2113 Instructions
to Bidders).
ARTICLE 8 — DEFINED TERMS
8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions
to Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 9 — BID SUBMITTAL
9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below.
9.2 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract
Documents, including all Addenda, and the Comprehensive Best Management Practices Plan
included with the Bid Documents.
Submitted this fA day of Jk ?D Z/
Respectfully submitted,
I-I)A ]a CS' �n 1rcGlo�s�s�
(Firm Name)
By
(Signature)
'A �,"/ I /,6,A
(Printed Name)
8 - 00 41 43 BID FORM
CHANGE ORDER NO. 1
KAJACS CONTRACTORS, INC
City of Fayetteville Staff Review Form
2021-0748
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 9/21/2021 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order No. 1 to the contract with KAJACS Contractors, Inc. to utilize a portion
of the contingency in the amount of $27,500.00 for the Richland Creek Waterline Crossing project.
Budget Impact:
5400.720.5600-5808.00
Water and Sewer
Account Number
Fund
12009.1801
Water
System Rehabilitation
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$
10,042,504.00
Funds Obligated
$
9,452,044.62
Current Balance
$
-----------------------------
590,459.38
Does item have a cost? Yes
Item Cost
$
27,500.00
Budget Adjustment Attached? No
Budget Adjustment
$
-
Remaining Budget
$
562,959,38
V20210527
Purchase Order Number: 2021-533 Previous Ordinance or Resolution # 206-21
Change Order Number:
1
Original Contract Number: 2021-48
Comments: Funds are available in the project contingency.
Approval Date:
9/22/21
CITY OF
FAYETTEVILLE
rM ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
FROM: Corey Granderson, Utilities Engineer
DATE: September 21, 2021
STAFF MEMO
SUBJECT: Approval of Change Order No. 1 for the Richland Creek Waterline Replacement
Project
RECOMMENDATION:
Staff recommends approval of Change Order No. 1 to the contract with KAJACS Contractors,
Inc. to utilize a portion of the contingency in the amount of $27,500.00 for the Richland Creek
Waterline Crossing project.
BACKGROUND:
In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the
reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45,
including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21).
DISCUSSION:
The engineering design attempted to limit the depth of the steel encasement underneath the
creek bottom, thereby reducing excavation limits and costs. However, upon visiting the site with
the contractor and subcontractor responsible for the directional drilling for this encasement, it
became clear that additional depth was necessary to prevent "Frack Out' whereby the creek
bottom is compromised during drilling operations and the drilling must be abandoned and
relocated.
Based on this information, City Staff and Olsson Engineers agree that lowering our bore depth
an additional 5-feet is prudent. The costs for additional rock excavation, shoring, and safety are
included in this lump sum change order request.
BUDGET/STAFF IMPACT:
Funds for this change order are available within the approved project contingency of
$149,600.00.
Attachments:
Change Order 1
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
C-UT Y O:F
FAYETTEVILLE
r� ARKAMS_AS
Change Order No.
To Contractor: KAJACS Contractors, Inc.
The Contract is changed as follows:
CHANGE ORDER
Contract Title:
Date of Issuance:
ORDINANCE/RESOLUTION:
Bid 21-62, Construction, Richland Creek Waterline Crossing
206-21
Effective: August 17, 2021
September 20, 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
CO1
Add'l excavation for lowering
waterline casing 5FT from plan
es
0
LS
$ -
1
$ 27,500.00
$0.00
$27,500.00
Summation of Cost $0.00 $27,500.00
Net Cost for this Change Order $27,500.00
Not valid until signed by the Owner
The original Contract Price was _ $ 748,000.00
Net change by previously authorized change orders $ -
The Contract Price prior to this Change Order was $ 748,000.00
The Contract Price will [increase byJ ] $ 27,500.00
The new Contract Price including this Change Order will be S 775.9on.nn
The Contract Time(s) will [remain unchanged]
Required dates of Completion as of the date of this Change Order therefore are:
Substantial Completion
Final Completion
----------------- —------ —------ _------- —------ __--------- --------------------- —------------------ 1/13/2022
2/12/2022
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.
KAJACS Contractors, Inc.
2!�Z
BY DATE
Page 1 of 1
113 West Mountain Street
Fayetteville AR 72701
(479) 575-8323
Resolution: 206-21
File Number: 2021-0587
BID #21-62 KAJACS CONTRACTORS, INC.:
A RESOLUTION TO AWARD BID #21-62 AND AUTHORIZE A CONTRACT WITH
KAJACS CONTRACTORS. INC. IN THE AMOUNT OF S748.000.00 FOR CONSTRUCTION
OF THF. RICHLAND CREEK WATERLINE CROSSING PROJECT. AND TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $149.600.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAVETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville. Arkansas hereby awards Bid a ? 1-62 and
authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of
S748,000.00 for construction of the Richland Creek Waterline Crossing Project, and further approves
a project contingency in the amount of S 149.600.00.
PASSED and APPROVED on 8/17/2021
Attest:
,`���r�rr►rrrrrr��
C... K • .'
V • .uGZ
Kara Paxton, City Clerk Treasu&r . z:
P+9* I PrhMd on V1841
KAJACS CONTRACTORS, INC.
CHANGE ORDER INTO. 2
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2022-0783
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/19/2022 WATER SEWER (720)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order No. 2 to the contract with KAJACS Contractors, Inc. which will increase
the contract amount by $16,211.01.
Budget Impact:
5400.7 2 0.5 600-5 808.00
Account Number
12009.1801
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Purchase Order Number: 2021-533
Change Order Number: 2
Original Contract Number: 2021-48
Comments: Funds are available in the project contingency.
Water and Sewer
Fund
Water System Rehabilitation
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$
11,032,445.00
$
9,521,732.05
$
1,510,712.95
$
16, 211.01
$ 1,494,501.94
V20210527
Previous Ordinance or Resolution # 206-21
Approval Date:
08/25/22
.CITY OF
FAYETTEVILLE
ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
FROM: Corey Granderson, Utilities Engineer
DATE: August 17, 2022
STAFF MEMO
SUBJECT: Approval of Change Order No. 2 for the Richland Creek Waterline Replacement
Project
RECOMMENDATION:
Staff recommends approval of Change Order 2 to the contract with KAJACS Contractors, Inc.
which will increase the contract amount by $16,211.01.
BACKGROUND:
In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the
reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45,
including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21). Change
Order 1 was previously approved to allow the bore depth to increase below the creek to
increase likelihood of a successful bore. This work has now been successfully completed.
DISCUSSION:
At the City's request the new 18" waterline was brought into service as quickly as possible to
ensure Goshen customers would not lose water service, even though three 18-inch butterfly
valves were experiencing long lead-times. The contractor complied with this request and
completed all other aspects of the project in a timely manner. Now that the valves have been
delivered, the contractor needs additional funding to re -mobilize to the project and cut the valves
into the existing line. This additional effort, including increases in fuel costs, are justified for a
change order as this work would have been much simpler and less costly had the valves been
available at the time the line was originally being constructed. City Staff recommends approval
of this change order to complete the project and remove the temporary waterline from the HWY-
45 bridge.
BUDGET/STAFF IMPACT:
Funds for this change order are available within the approved project contingency of
$149,600.00.
Attachments:
Change Order 2
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CITY OF
�® FAYETTEVILLE
ARKANSAS
Change Order No. 2
To Contractor: KAJACS Contractors, Inc.
The Contract is ch eed as follows:
CHANGE ORDER
Contract Title: Bid 21-62, Construction, Richland Creek Waterline Crossing
Date of Issuance: August 16, 2022
ORDINANCE/RESOLUTION 206-21
Effective: August 17, 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
Coat
CO2.1
Re -Mobilization
0
EA
0
1
$ 2,000.00
S -
S 2,000.00
CO2.2
Cut/Sleeve in IS" Butterfly Valves
0
EA
0
3
S 3,500.00
$ -
$ 10,500.00
CO2.3
Restore Locations
0
LS
0
1
S 2,500.00
S -
$ 2,500.00
CO2.4
Trench Safe
0
LS
0
1
$ 500.00
S -
$ 500.00
CO2.5
Diesel Fuel Inflation Adder
0
LS
0
1
S 711.01
S -
$ 711.01
Summation of Cost $0.00
Net Cost for this Change Order
$16,211.01
$16,211.01
rvot vaua rani sipea by tae owner
The original Contract Price was $ 748,000.00
Net change by previously authorized change orders S 27,500.00
The Contract Price prior to this Change Order was S 775,500.00
The Contract Price will increase by $ 16,211.01
The new Contract Price including this Change Order will be S 791,711.01
() g-------� 0-------- calendar days
The Contract Times will remain unchanged
Required dates of Completion as of the date of this Change Order therefore are:
Substantial Completion --- ------------ __--------------- -------- —----- ----------- ----------------------------------- 1/13/2022
Final Completion 2/12/2022
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 Chance Orden.
KAJACS�Coonntra/cttors, Inc.
BY DATE
Page 1 of 1
PRESENTED TO:
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
8/16/2022
CUT IN 18" BUTTERFLY VALVES
FUEL ADDER REQUEST
Remobilize and cut in delayed 18" Butterfly Valves
Fayetteville, AR
KAJACS CONTRACTORS INC.
3026 CRAVENS ROAD
POPLAR BLUFF, MO 63901
BID ITEM DESCRIPTION UM QUANITY UNIT PRICE TOTAL PRICE
1
Re -Mobilization
EA
1
$ 2,000.00
$ 2,000.00
2
Cut/Sleeve in 18" Butterfly Valves
EA
3
$ 3,500.00
$ 10,500.00
3
Restore locations
LS
1
$ 2,500.00
$ 2,500.00
5
Trench Safety
LS
1
$ 500.00
$ 500.00
6
Diesel Fuel Inflation Adder
LS
1
$ 711.01
$ 711.01
TERMS AND EXCLUSIONS:
1. QUOTE IS BASED ON THE LACK OF MATERIALS AT TIME OF START OF JOB.
Total: $ 16,211.01
SUBMITTED:
MICHAEL TITSWORTH
PROJECT MANAGER
FAYETTEVILLE RICHLAND OFFROAD FUEL BOUGHT
DATE
INVOICE #
DESCRIPTION
AMOUNT
UM
UNIT PRICE
TOTAL
BID
OVER
ADDED
VALUE
10/28/2021
0260487-IN
DYED
DIESEL
698
GL
$
2.88
$
2,010.45
$
2.88
$
-
$
-
11/30/2021
0263720-IN
DYED
DIESEL
469
GL
$
2.57
$
1,205.38
$
2.88
$
$
12/9/2021
0264886-IN
DYED
DIESEL
408
GL
$
2.70
$
1,102.33
$
2.88
$
$
12/29/2021
0266751-IN
DYED
DIESEL
463
GL
$
2.81
$
1,299.59
$
2.88
$
$
1/12/2022
0268035-IN
DYED
DIESEL
302
GL
$
2.94
$
887.61
$
2.88
$
0.06
$
17.85
2/10/2022
0270895-IN
DYED
DIESEL
376
GL
$
3.18
$
1,194.89
$
2.88
$
0.30
$
112.01
2/28/2022
0272221-IN
DYED
DIESEL
543
GL
$
3.27
$
1,774.20
$
2.88
$
0.39
$
210.36
3/17/2022
0274287-IN
DYED
DIESEL
479
GL
$
3.65
$
1,750.31
$
2.88
$
0.77
$
370.79
711.01
Sold To:
KAJACS Contractors, Inc.
PO Box 969
Poplar Bluff. MO 63902
Invoice
1430 S. 28th - P.O. Box 5632
Invoice Number.
0260487-IN
Van Buren, AR 72956
Invoice Dets:
10/28/2021
479-471-9992 or 800338-3493
www.frostoll.com
Order Number.
0260487
Order Date:
10/27/2021
Salesperson:
GIR James
Customer Number
0036758
SOL Number.
BOU 418742
Ship To:
Goshen
West Bowman and North Wyman
Goshen, AR BTNWA
Pape: 1
Customer P.O. Truck Driver Terms Invoice Due Date
L253 68 Net 30 11/27/2021
Item Number Unit Ordered Shipped Back Ordered Price Amount
228 GAL. 500.00 698.00 0.00 2.9803 2.010.45
#2 ULS Diesel Dyed Whse: 801
/ENVFEE 3.87
Regulatory Compliance Fee
Fuel Tax Roca
FED LUST
0.00100
0.70
FED Oil Spill Recovery
0.00214
1.49
AR Excise Tax Dyed Diesel
0.06000
41.98
AR Environmental Tax
0.00300
2.09
APPROVED MT
JOB 527
CODE 1006
Net Invoice: 2,060.48
Sales Tax -
Invoice Total:
0.00
$2,060.48
Invoice
Page: '
..OIL
1430 S. 28th - P.O. Box 5632
Invoice Number.
02637204N
Van Buren, AR 72956
Invoice Date:
1 113012021
479.471-9992 or 800338-3493
�^
www.frostoll.com
Order Number.
0263720
Order Date:
11/29/2021
Salesperson:
Cliff James
Customer Number
0036758
BOL Number.
BOL# 421405
Sold To:
Ship To:
KAJACS Contractors, Inc.
Goshen
PO Box 969
West Bowman and
North Wyman
Poplar Bluff, MO 63902
Goshen, AR BTNWA
Customer P.O.
Truck Driver
Terms
Invoice Due Date
L253 68
Net 30
12/30/2021
Item Number
Unit Ordered Shipped
Back Ordered
Price Amount
228
GAL 500.00 469.00
0.00
2,5701 1,205.38
#2 ULS Oiesel Dyed
Whse: B01
/ENVFEE
3.87
Regulatory Compliance Fee
Fuel Tax Roca
FED LUST
0.00100
0.47
FED Oil Spill Recovery
0.00214
1.00
AR Excise Tax Dyed Diesel
0.06000
28.14
AR Environmental Tax
0.00300
1.41
APPROVED MT
JOB 527
CODE, 1006
Net Invoice: 1,24027
Sales Tax: 0.00
Invoice Total $1,240.27
Invoice
Page: 1
1430 S. 28th - P.O. Box 5632
Van Buren, AR 72956
479471-9992 or 800-338-3493
www.frostoil.com
Sold To:
KAJACS Contractors, Inc.
PO Box 969
Poplar Bluff, MO 63902
Invoice Number: 0264986-IN
Invoice Data: 12/9/2021
Order Number.
0264886
Order Date:
1202021
Salesperson:
Cliff James
Customer Number
0036758
BOL Number.
BOL# 422180
Ship To:
Goshen
West Bowman and North Wyman
Goshen, AR BTNWA
Customer P.O. Truck Driver Terms Invoice Due Date
L254 62 Net 30 1/8=22
Item Number UnIt Ordered Shipped Back Ordered Price Amount
228 GAL 500.00 408.00 0.00 2.7018 1,102.33
#2 ULS Diesel Dyed Whse: B01
/ENVFEE
3.87
Regulatory Comp(lance Fee
Fuel Tax Reca
FED LUST
0.00100
0A1
FED Oil Spill Recovery
0.00214
0.87
AR Excise Tax Dyed Diesel
0.06000
24.48
AR Environmental Tax
0.00300
1.22
APPROVED MT
JOB 527
CODE 1006
Net tmoice: 1,133.18
Sales Tax: 0.00
Invoice Total: $1,133.19
Invoice
Page: 1 K
<OtC
1430 S. 28th - P.O. Box 5632
Van Buren, AR 72956
479471-9992 or 800338-3493
www.hvmoil.com
APPROVED MT
JOB 527
CODE 1006
Invoice Number. 0266751-IN
Invoice Date: 12/29/2021
Order Number.
0266751
Order Date:
12/28/2021
Salesperson:
CINf James
Customer Number
0036758
BOL Number.
SOL# 423713
Sold To: Ship To:
KAJACS Contractors, Inc. Goshen
PO Box 969 West Bowman and North Wyman
Poplar Bluff, MO 63902 Goshen, AR BTNWA
Customer P.O. Truck Der Terms Invoice Due Date
L254 62 Not 30 1/28/2022
Item Number Unit Ordered Shipped Back Ordered Price Amount
228 GAL 500.00 463.00 0.00 2.8069 1,299.59
#2 ULS Diesel Dyed Whse: 801
/ENVFEE 3.87
Regulatory Compliance Fee
Fuel Tax Re"
FED LUST
0.00100
0.46
FED Oil Spill Recovery
0.00214
0.99
AR Excise Tax Dyed Diesel
0.06000
27.78
AR Environmental Tax
0.00300
1.39
Net Invoice: 1,334.08
Sales Tax: 0.00
Invoice Total: $1,334AO
Invoice
Page. 1
1430 S. 28th - P.O. Box 5632
Van Buren, AR 72956
479-471-9992 or 800-338-3493
www.frostoll.com �
Invoice Number. 02680354N
Invoke Date: 1/12/2022
Order Number:
0268035
Order Date:
1/11/2022
Salesperson:
Cliff James
Customer Number
0036758
SOL Number.
BOL# 424657
Sold To: Ship To:
KAJACS Contractors, Inc. Goshen
PO Box 969 West Bowman and North Wyman
Poplar Bluff, MO 63902 Goshen, AR BTNWA
Customer P.O. Truck Driver Terms Invoice Due Date
L254 62 Net 30 2/11/2022
Rom Number Unit Ordered Shipped Back Ordered Price Amount
228 GAL 500.00 302.00 0.00 2.9391 987.61
#2 ULS Diesel Dyed Whse: 801
/ENVFEE
3.87
Regulatory Compliance Fee
Fuel Tax Roca
FED LUST
0.00100
0.30
FED OU Spill Recovery
0.00214
0.65
AR Excise Tax Dyed Diesel
0.06000
18.12
AR Environmental Tax
0.00300
0.91
APPROVED MT
JOB 527
CODE 1006
Net Invoice: 911.46
Sales Tax: 0.00
Invoice Total: $911 A6
Invoice
Page: 1
-
OWL
1430 S. 28th - P.O. Box 5632
J1
Invoice Number.
0270895-IN
Van Buren, AR 72956
479-471-9992 or 800-339-3493
J
Invoice Date:
2/10/2022
1�
www.frostoil.com
Order Number:
Order Date:
0270895
2/9/2022
APPROVED MT
Salesperson:
Cliff James
JOB 727
Customer Number
0036758
CODE 1006
SOL Number
BOL# 426683
Sold To:
Ship To:
KAJACS Contractors, Inc.
Goshen
PO Box 969
West Bowman and North Wyman
Poplar Bluff, MO 63902
Goshen, AR BTNWA
Customer P.O. Truck Delvar Terms Invoice Due Date
L253 68 Net 30 3112/2022
Item Number Unit Ordered Shipped Back Ordered Price Amount
228 GAL 500.00 376.00 0.00 3.1779 1,194.89
#2 ULS Diesel Dyed Whse: B01
/ENVFEE 3.87
Regulatory Compliance Fee
Fuel Tax Roca
FED LUST 0.00100 0.38
FED OH Spill Recovery 0.00214 0.80
AR Excise Tax Dyed Diesel 0.06000 22.56
AR Environmental Tax 0.00300 1.13
Net Invoice: 1.223.63
Sales Tax: 0.00
Invoice Total: $1,223.53
Invoice
Page: 1
OIL
1430 S. 28th - P.O. Box 5632
Van Buren, AR 72956
479471-9992 or 800-33&U93
www.frostoil.com
APPROVED MT
JOB 527
CODE 1006
Sold To:
KAJACS Contractor;, Inc.
PO Box 969
Poplar Bluff, MO 63902
Invoice Number: 02722214N
Invoice Date: 2/28/2022
Order Number:
0272221
Order Date:
2/23/2022
Salesperson:
CM James
Customer Number
0036758
SOL Number.
BOL# 427840,428026
Ship To:
Goshen
West Bowman and North Wyman
Goshen, AR BTNWA
Custorer P.O. Truck Delvar Terms Invoke Due Data
L253 6a Net 30 3/30/2022
Item Number Unit Ordered Shipped Back Ordered
Price
Amount
228 GAL 500.00 543.00 0.00
3.2674
1.774.20
#2 ULS Diesel Dyed Mee: B01
/ENVFEE
3.87
Regulatory Compliance Fee
Fuel Tax Recap
FED LUST
0.00100
0.54
FED Oil Spill Recovery
0.00214
1.16
AR Excise Tax Dyed Diesel
0.06000
32.58
AR Environmental Tax
0.00300
1.63
Thank you for your business " Not Invoice: 1,813.98
Sales Tax: 0.00
Invofee Total: i1,813.88
v Ok�pf�:
r
Sold To:
KAJACS Contractors, Inc.
PO Box 969
Poplar Bluff. MO 63902
1430 S. 28th - P.O. Box 5632
Van Buren. AR 72956
479471-9992 or 800-338.3493
www.frostoll.com
MT/527/1006
Invoice
Invoice Number: 0274287-IN
Invoice Date: 3/1712022
Order Number:
0274287
Order Date:
3/16/2022
Salesperson:
Cliff James
Customer Number
0036758
BOL Number:
BOL# 1407230
Ship To:
Goshen
West Bowman and North Wyman
Goshen, AR BTNWA
Pope: 1
Customer P.O. Truck
Driver
Terms
Invoice Due Date
L253
68
Net 30
4/16/2022
Item Number Unit Ordered
Shipped
Back Ordered
Price Amount
228 GAL 50000
47900
000
3.6541 1,75031
42 ULS Diesel Dyed
Whse: B01
/ENVFEE
3.87
Regulatory Compliance Fee
Fuel Tax Recap
FED LUST
0.00100
0,48
FED Oil Spill Recovery
0.00214
1.03
AR Excise Tax Dyed Diesel
0.06000
28.74
AR Environmental Tax
0,00300
1.44
Net Invoice- 1.785,87
Sales Tax 0.00
Invoice Total: $1,785.87
RICHLAND FUEL BID 7/15/2021
NWA FUEL BOUGHT
DATE
UNIT PRICE
UM
1/27/2021
$ 2.12
GALLON
2/23/2021
$ 2.44
GALLON
3/11/2021
$ 2.65
GALLON
4/9/2021
$ 2.34
GALLON
5/4/2021
$ 2.48
GALLON
5/13/2021
$ 2.49
GALLON
WESTVILLE
WESTVILLE
CONTRACT 1
CONTRACT 1
CONTRACT 1
CONTRACT 1
AVERAGE
$2.50/GALLON
ADDER
15% ADDER
BID PRICE
$2.88/GALLON BID
RICHLAND CREEK WATERLINE
REPLACEMENT PROJECT
City of Fayetteville Staff Review Form
2022-0958
Legistar File ID
N/A
City Council Meeting Date -Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 9/29/2022 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order No. 3 to the contract with KAIACS Contractors, Inc. to reconcile final
quantities and increase the contract amount by $3,680.00 for the Richland Creek Waterline Improvements Project.
Budget Impact:
5400.720.5600-5808.00
Account Number
12009.1801
Project Number
Water and Sewer
Fund
Water System Rehabilitation
Project Title
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
Purchase Order Number: 2021-533
Change Order Number: 3
Original Contract Number: 2021-48
Comments: Funds are available in the project contingency.
$ 10,962,445.00
$ 9,470,607.96
$ 1,491,837.04
$ 3,680.00
5 1,488,157.04
Previous Ordinance or Resolution# 206-21
Approval Date: 09/30/22
CITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
TO:
Mayor Lioneld Jordan
THRU:
Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
FROM:
Corey Granderson, Utilities Engineer
DATE:
September 29, 2022
STAFF MEMO
SUBJECT: Approval of Change Order No. 3 for the Richland Creek Waterline Replacement
Project
Staff recommends approval of Change Order 3 to the contract with KAJACS Contractors, Inc.
which will increase the contract amount by $3,680.00.
BACKGROUND:
In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the
reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45,
including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21). Change
Order 1 was previously approved to allow the bore depth to increase below the creek to
increase likelihood of a successful bore. This work has now been successfully completed.
Change Order 2 was previously approved for re -mobilization to cut -in several 18-inch valves
that experienced long lead-time delays.
DISCUSSION:
Change Order 3 is the final project reconciliation change order which will allow for final payment
and project close-out. The final change order increased the contract cast due to additional
ductile iron fittings necessary to facilitate the valve cut -ins from Change Order 2. These fittings
were payed out of original bid prices to avoid requesting change order pricing on items already
quoted in the original bid, thus avoiding any potential increases in unit price.
BUDGET/STAFF IMPACT:
Funds for this change order are available within the approved project contingency of
$149,600.00.
Attachments:
Change Order 3
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CHANGE ORDER
No. 3
' 1J O'JCCO„
Dam a WWom: 912712022
ERedt. Data: 9/27I2022
era: East Service Area Waterlmprovements—
o�.�.. City of Fayetteville
w.aw..21-82
Richland Creek Water Line Crossing
10/15/2021
com,aa<r. KAJACS Contractors. Inc.
mroud.a w. K18-0031
0eeapaon Updating quantities of bid items 4-7 to reconcile final quantities with quantities required in the
field.
A nwar ti: (teal doaanenla supporam "me): Updated schedule of values attached wpporting Contract
Price change.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIMES
(note changes in Milestones Jjopplkulak]
Original Contract Price:
Original Contract Times:
Substantial Completion (days or date): 1/13/2022
$ 748 000000
Ready for Final Payment (days or date): 2/12/2022
[Increaseli=eEFeRSel from previously approved
{Invease]-(Becreasel from previously approved Change Orden
Change Orders No. 1 to No. 2 :
No. 1 to No.2_:
Substantial Completion(days or date): N/A
$ 43,711.01
Ready for Final Payment (days or date): N/A
Contract Price prior to this Change Order.
Contract Times prior to this Change Order:
Substantial Completion (days or date): 1/n/2022
$ 791,711.02
Ready for Final Payment (days or date): 2/12/2022
(Increase][Pewease] of this Change Order:
(:ae:eeal 'Pee:e:;el of this Change Order:
substantial Completion(days or date): N/A
$3,680.00
Ready for Final Payment (days or date): N/A
Contract Prim incorporating this Change Order:
Contract Times with all approved Charge Orden:
Substantial Completion (days or date): 1/132022
$ 795.391.01
Ready for Final Payment (days or date): 2/12/2022
RECOMMENDED:
ACCEPTED:
By:
AM.
ed71s
By:
4 �/— By:
�ACCEPTED:
ChIllneer Qktorred Signature)
0vmer(Atmtorirad 9gradure)
Ca/ntraan.lAvtiamee SlPrturel
Title:
Erin Needham, Project Manager
Tire
Cure, Craedxsm. Whams Engineer Title:
)L1re�eeJ %rls.ae.K �Cayar
,
Date:
9/27/22
Date
9-29-2022 Date:
1(2.742.2-
r
�
By: Xmka— *.A�-ritle: Mayor Lioneld Jordan Date: 09/30/22
Prepared and publlshed=3 byMe i npr enslolns CenbanaawmMls Cannnnowc
Page 1 or 1
S
8
8
8
8
8
8
8
8, 8 8
8
8
8
8
8 8
8
S
S
8
A «
51
A
A
.4
8
8$-
8-
d
S --
8
s
-
-
8--
8-
8
c
S
w
8
8
8
8
8
8
8
8 8 8
8
8
8
8
8
8
8
8
E
Sa
A
A
s
A
A
A
A
8
A A A
8
A
A
9
A
A
A
A
N
8
8
8
A
8$
8
8
8 8 8
¢¢
gQ
$.
8
8
8
8
88,
8
8
8
3
�
a
u
p
#
g
i
6
_
_
8
8
8
8
8
8
8
8
8 8, 8
8
8
8
8
8
8
8
8
C
LL
'
o
0
11
8a31««______
__^_
a
$
e
3€
8
1
{a2
t
5p
g
Y
3
8
!-
..,. ..
!■|!!!!■
;;:`
).,!|
|[|§
kk.f|
ll�,.,■
|§|||||
!I
|!||(!
!
!!
||!!|!f
|§;;;;;