Loading...
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 |§;;;;;