Loading...
HomeMy WebLinkAbout2024-05-07 - Agendas - FinalCity of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 City Council Final Agenda Tuesday, May 7, 2024 5:30 PM City Hall Room 219 City Council Members Council Member Robert B. Stafford Ward 1 Council Member D'Andre Jones Ward 1 Council Member Sarah Moore Ward 2 Council Member Mike Wiederkehr Ward 2 Council Member Scott Berna Ward 3 Council Member Sarah Bunch Ward 3 Council Member Teresa Turk Ward 4 Council Member Holly Hertzberg Ward 4 Mayor Lioneld Jordan City Attorney Kit Williams City Clerk Treasurer Kara Paxton Pagel of 834 City Council Meeting Final Agenda May 7, 2024 ZOOM INFORMATION: CALL TO ORDER ROLL CALL PLEDGE OF ALLEGIANCE MAYOR'S ANNOUNCEMENTS, PROCLAMATIONS AND RECOGNITIONS 1. ENVIRONMENTAL STEWARDSHIP AWARDS - PRESENTED BY MAYOR LIONELD JORDAN CITY COUNCIL MEETING PRESENTATIONS, REPORTS AND DISCUSSION ITEMS 1. MONTHLY FINANCIAL REPORT - CHIEF FINANCIAL OFFICER PROPOSED AGENDA ADDITIONS A. CONSENT A.1. APPROVAL OF THE APRIL 2, 2024 CITY COUNCIL MEETING MINUTES A.2. APPROVAL OF THE APRIL 16, 2024 CITY COUNCIL MEETING MINUTES A.3. BENCHMARK CONSTRUCTION OF NWA, INC. (BID AWARD): A RESOLUTION TO AWARD BID #24-28 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $989,779.09 FOR STORM DRAINAGE INSTALLATION ALONG THE MISSION BOULEVARD TRAIL, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 TRAIL IMPROVEMENT BOND PROJECT (2024-1882) A.4. E-SCOOTER PROGRAM (REVENUE RECOGNITION): A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $30,000.00 RECOGNIZING REVENUE RECEIVED FROM THE E- SCOOTER PROGRAM (2024-1885) A.S. CROSSLAND HEAVY CONTRACTORS, INC. (CHANGE ORDER 2): A RESOLUTION TO APPROVE CHANGE ORDER NO. 2 TO RFQ # 22-07 CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR THE MIDTOWN CORRIDOR PROJECT PHASE 2 IN THE AMOUNT OF $191,461.43, AND APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND PROJECT (2024-16) City of Fayetteville, Arkansas page 2 Page 2 of 834 City Council Meeting Final Agenda May 7, 2024 A.6. DC SPARKS CONSTRUCTION, LLC. (CHANGE ORDER #2): A RESOLUTION TO APPROVE CHANGE ORDER NO. 2 TO THE FLEET SHOP EXPANSION CONTRACT WITH DC SPARKS CONSTRUCTION, LLC. IN THE AMOUNT OF $21,362.56 TO RECONCILE ADDITIONS TO THE CONTRACT (2024-24) A.7. HAWKINS-WEIR ENGINEERS, INC. (AMENDMENT NO. 3): A RESOLUTION TO APPROVE AMENDMENT NO. 3 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $646,930.00 FOR PROFESSIONAL SERVICES ASSOCIATED WITH UTILITY RELOCATIONS ALONG MARTIN LUTHER KING JR. BLVD. AT THE 1-49/HWY-62 INTERCHANGE (2024-31) A.B. OLSSON, INC. (SERVICE AGREEMENT): A RESOLUTION TO APPROVE AN ENGINEERING SERVICES AGREEMENT IN AN AMOUNT NOT TO EXCEED $68,000.00 BETWEEN THE CITY OF FAYETTEVILLE AND OLSSON, INC. FOR DESIGN OF REMOVAL AND REPLACEMENT OF COATING SYSTEMS AND UPDATING SAFETY SYSTEMS FOR THE BAXTER WATER STORAGE TANK (2024-32) A.9. D.J. SHUBECK COMPANY (PURCHASE AGREEMENT): A RESOLUTION TO AWARD BID # 24-30 AND AUTHORIZE A CONTRACT WITH D.J. SCHUBECK COMPANY IN THE AMOUNT OF $56,340.36 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR THE PURCHASE OF A BIOSOLIDS SLUDGE PUMP FOR USE AT THE WEST SIDE WATER RESOURCE RECOVERY FACILITY (2024-43) A.10. GARNEY COMPANIES, INC. (CHANGE ORDER NO. 1): A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $75,450,081.00 FOR CONSTRUCTION MANAGER AT -RISK SERVICES FOR THE WEST CORRIDOR WATER TRANSMISSION LINE PROJECT (2024-53) B. UNFINISHED BUSINESS B.1. APPEAL: REZONING-2024-0002: (740 W. STONE ST./APEX PROPERTY VENTURES, LLC, 522): AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN-2024-0002 FOR APPROXIMATELY 0.24 ACRES LOCATED AT 740 WEST STONE STREET IN WARD 2 FROM RI-U, RESIDENTIAL INTERMEDIATE -URBAN TO DG, DOWNTOWN GENERAL (2024-1880) City of Fayetteville, Arkansas page 3 Page 3 of 834 City Council Meeting Final Agenda May 7, 2024 AT THE APRIL 16, 2024 CITY COUNCIL MEETING THIS ORDINANCE WAS LEFT ON FIRST READING. C. PUBLIC HEARING C.1. CERTIFICATE OF PUBLIC CONVENIENCE AND NECESSITY - AFFORDABLE TAXI COMPANY: A RESOLUTION TO CONDUCT A PUBLIC HEARING FOR THE ISSUANCE OF A CERTIFICATE OF PUBIC CONVENIENCE AND NECESSITY TO AFFORDABLE TAXI COMPANY TO OPERATE AS A TAXI COMPANY IN THE CITY OF FAYETTEVILLE (2024-21) D. NEW BUSINESS D.1. JACK TYLER ENGINEERING, INC. (SERVICE AGREEMENT): A RESOLUTION TO ACCEPT A QUOTE FROM JACK TYLER ENGINEERING, INC. IN THE AMOUNT OF $64,572.61 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FOR THE REPAIR OF A PUMP USED AT THE HAMESTRING SEWER LIFT STATION (2024-44) D.2. COMMUNITY ORIENTED POLICING SERVICES HIRING PROGRAM (GRANT APPLICATION): A RESOLUTION TO APPROVE AN APPLICATION FOR A 2024 COPS HIRING PROGRAM MATCHING GRANT IN THE AMOUNT OF $250,000.00 TO FUND TWO SCHOOL RESOURCE OFFICERS FOR A PERIOD OF FOUR YEARS WITH THE $496,100.00 MATCHING REQUIREMENT SPLIT PROPORTIONALLY BETWEEN THE CITY AND FAYETTEVILLE PUBLIC SCHOOLS (2024-47) D.3. VACATION-2024-0006: (151 W. DICKSON ST./151 DICKSON DEVELOPMENT, 484): AN ORDINANCE TO APPROVE VAC-24-006 FOR PROPERTY LOCATED AT 151 WEST DICKSON STREET IN WARD 2 TO VACATE A 273 SQUARE FEET PORTION OF ACCESS EASEMENT (2024-6) DA. REZONING-2024-0009: (E. 10TH ST. AND S. WAXFLOWER AVE./WILLOW BEND LOTS 23, 26 & 31, 563): AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN 2024-009 FOR APPROXIMATELY 3.87 ACRES LOCATED AT EAST 10TH STREET AND SOUTH WAXFLOWER AVENUE IN WARD 1 FROM RSF-18, RESIDENTIAL SINGLE-FAMILY, EIGHTEEN UNITS PER ACRE AND NC, NEIGHBORHOOD CONSERVATION TO RI-U, RESIDENTIAL INTERMEDIATE -URBAN (2024-20) City of Fayetteville, Arkansas page 4 Page 4 of 834 City Council Meeting Final Agenda May 7, 2024 D.S. REZONING-2024-0012: (2002 AND 2008 E. HUNTSVILLE RD./TAPROOT INVESTMENT PARTNERS, 565) AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN 2024-012 FOR APPROXIMATELY 0.51 ACRES LOCATED AT 2002 AND 2008 EAST HUNTSVILLE ROAD IN WARD 1 FROM RSF-4, RESIDENTIAL SINGLE-FAMILY, FOUR UNITS PER ACRE TO RI-U, RESIDENTIAL INTERMEDIATE -URBAN AND NS-G, NEIGHBORHOOD SERVICES -GENERAL (2024-22) D.6. REZONING-2024-0014: (141 W. SKYLINE DR/MOUNT SEQUOYAH CENTER, 486) AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN 2024-014 FOR APPROXIMATELY 0.37 ACRES LOCATED AT 141 WEST SKYLINE DRIVE IN WARD 1 FROM RSF-4, RESIDENTIAL SINGLE- FAMILY, FOUR UNITS PER ACRE TO P-1, INSTITUTIONAL (2024-23) D.7. PLANNED ZONING DISTRICT-2024-0002: (WEST OF N. 54TH AVE / COLESON BROOK, LLC, 397): AN ORDINANCE TO APPROVE A RESIDENTIAL PLANNED ZONING DISTRICT ENTITLED PZD-2024-002 FOR APPROXIMATELY 12.13 ACRES LOCATED WEST OF NORTH 54TH AVENUE IN WARD 4 (2024-25) D.B. PLANNED ZONING DISTRICT-2024-0003: (215 N. WEST AVE/PARK HOTEL, 484): AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN 2024-03 FOR APPROXIMATELY 0.60 ACRES LOCATED AT 215 NORTH WEST AVENUE IN WARD 2 FROM MSC, MAIN STREET CENTER TO A PLANNED ZONING DISTRICT (2024-26) D.9. REZONING-2024-0011: (VARIOUS EXPIRED PZD LOCATIONS/ EXPIRED PZDS, PP VARIES): AN ORDINANCE TO REZONE THE PROPERTIES DESCRIBED IN REZONING PETITION RZN 2024-0011 FOR APPROXIMATELY 90.65 ACRES LOCATED IN WARDS 1, 2, AND 4 FROM PLANNED ZONING DISTRICTS TO VARIOUS STANDARD ZONING DISTRICTS (2024-26) D.10. APPEAL: CONDITIONAL USE PERMIT-2024-0011: (155 N. POWERHOUSE AVE/TRINITAS VENTURES, 483): A RESOLUTION TO GRANT THE APPEAL OF COUNCIL MEMBERS SCOTT BERNA, D'ANDRE JONES, AND BOB STAFFORD AND APPROVE CONDITIONAL USE PERMIT CUP 2024-011 TO ALLOW THE INSTALLATION OF AN OFFSITE PARKING LOT AT 155 NORTH POWERHOUSE AVENUE AND UNIVERSITY AVENUE TO SERVE THE APPLICANT'S PROPOSED City of Fayetteville, Arkansas page 5 Page 5 of 834 City Council Meeting Final Agenda May 7, 2024 APARTMENT BUILDING ON CENTER STREET (2024-51) D.11. CALL FOR A PERMANENT CEASEFIRE IN GAZA (RESOLUTION): A RESOLUTION TO CALL FOR A PERMANENT CEASEFIRE IN GAZA AND FOR THE PREVENTION OF FURTHER LOSS OF HUMAN LIFE IN THE MIDDLE EAST (2024-54) E. CITY COUNCIL AGENDA SESSION PRESENTATIONS F. CITY COUNCIL TOUR G. ANNOUNCEMENTS H. ADJOURNMENT NOTICE TO MEMBERS OF THE AUDIENCE All interested persons may appear and address the City Council on Unfinished Business, New Business, and Public Hearings at City Council meetings. If you wish to address the City Council on an agenda item, please wait for the Mayor or Chair to request public comment. When the Mayor or Chair recognizes you, please start your public comment by giving your name and address. Comments are to be addressed to the Mayor or Chair. The Mayor or Chair will direct your comments to the appropriate elected officials, staff, or others for response. Keep your comments respectful, brief, to the point, and relevant to the agenda item being considered. Each speaker from the public will be allowed one turn to speak for discussion of an agenda item. Below is a portion of the Rules of Order and Procedure of the Fayetteville City Council pertaining to City Council meetings: Agenda Additions: A new item which is requested to be added to the agenda at a City Council meeting should only be considered if it requires immediate City Council consideration and if the normal agenda setting process is not practical. The City Council may only place such new item on the City Council meeting's agenda by suspending the rules by two-thirds vote. Such agenda addition shall be heard prior to the Consent Agenda. Consent Agenda: Consent Agenda items shall be read by the Mayor and voted upon as a group without discussion by the City Council. If a Council Member wishes to comment upon or discuss a Consent Agenda item that item shall be removed and considered immediately after the Consent Agenda has been voted upon. Unfinished Business and New Business: Overview Period: Agenda items at a City Council meeting shall be introduced by the Mayor and, if an ordinance, read by the City Attorney. City staff shall then present a report. An agenda applicant (city contractor, rezoning or development applicant, etc.) may present its proposal only during this presentation period, but may be recalled by a Council Member later to answer questions. City staff, Council Members and applicants may use electronic visual aids in the City City of Fayetteville, Arkansas page 6 Page 6 of 834 City Council Meeting Final Agenda May 7, 2024 Council meeting as part of the presentation of the agenda item. City staff's presentation and an Applicant's presentation whether presented by one or more than one presenter shall each be limited to a maximum of ten (10) minutes unless the City Council by unanimous consent or majority vote allows additional time. Public Comments: Public comment at a City Council meeting shall be allowed for all members of the audience who have signed up prior to the beginning of the agenda item they wish to address being opened for public comment. Speakers shall be limited to a maximum of three (3) minutes to discuss the agenda item being considered by the City Council. Amendments may receive public comments only if approved by the City Council by unanimous consent or majority vote. If public comment is allowed for an amendment, speakers will only be allowed to speak for three (3) minutes. The City Council may allow both a speaker additional time and an unsigned -up person to speak by unanimous consent or majority vote. As part of a person's public comments allowed above, the speaker may use electronic visual aids during their three (3) minutes presentation period concerning the agenda item being considered by the City Council. Courtesy and Respect: All members of the public, all city staff and elected officials shall accord the utmost courtesy and respect to each other at all times. All shall refrain from comments that are harassing or amount to a personal attack against any identifiable individual including abusive comments and derogatory remarks about integrity or offer any other comments that are also not limited to the discussion of the specific agenda item being considered by the City Council. Any member of the public who violates these standards shall be ruled out of order by the Mayor, must immediately cease speaking and shall leave the podium. Interpreters or Telecommunications Devise for the Deaf (TDD), for hearing impaired are available for all City Council meetings, a 72-hour advance notice is required. For further information or to request an interpreter, please call 479-575-8330. A copy of the complete City Council agenda is available on our website at www.fayetteville- ar.gov or in the Office of the City Clerk, 113 W. Mountain, Fayetteville, Arkansas (479) 575- 8323. All cell phones must be silenced and may not be used within the City Council Chambers. City of Fayetteville, Arkansas page 7 Page 7 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 CITY COUNCIL MEMO TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Mihalevich, Active Transportation Manager SUBJECT: 2024-1882 Mission Blvd. Trail Storm Drainage Phase 2 Installation RECOMMENDATION: 2024-1882 Staff recommends award of Bid 24-28 and authorization of a contract with Benchmark Construction of NWA, Inc. in the amount of $989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm drainage for the Mission Blvd. Trail from Viewpoint Drive to Old Wire Road and approval of a budget adjustment. BACKGROUND: In March 2023, Resolution 50-23 awarded bid 23-17 to Sweetser Construction for phase 1 of the storm drainage from Old Wire Road to North Street. Phase 1 contract work was completed in February 2024 and City crews are working diligently to complete the shared use paved trail in phase I. The method of using contracted work and City crews has proven to be efficient in terms of both time and cost. Award of this bid will continue this successful approach into phase 2 for the section from Viewpoint Dr. to Old Wire Rd. The entire project is 1.5-miles long and includes a 12 and 10-foot-wide shared -use paved trail along Mission Boulevard (Highway 45) from Viewpoint to Maple Street. The trail will include green space separation from the street with trees, lighting, curb and drainage with a focus on bike and pedestrian safety. This project is identified as a priority in the Active Transportation Master Plan, a catalyst project in the Northwest Arkansas Bicycle & Pedestrian Plan and ranks number 6 by the Mobility Plan project prioritization scoring matrix. DISCUSSION: Bid #24-28 was opened publicly on March 27th, 2024, with two bidders providing bids. Benchmark Construction of NWA, Inc. being the lowest responsive bidder and the bid tabulation is included. The bid amount is greater than the engineers estimate but within the amount funds certified. The contract time is 180 days for final completion. BUDGET/STAFF IMPACT: The total cost with contingency is $1,039,779.09 to be funded with remaining trail bond funds. The budget adjustment moves funds within the trail bond into the Mission Blvd. Project. ATTACHMENTS: SRF (#3), BA (#4), Mission Blvd Trail Map - Phase 2 (#5), Benchmark Signed Contract Agreement (#6), Bid 24-28, Bid Tab - Final (#7), Bid 24-28, Submittal - Benchmark Construction Co. of NWA - E (#8) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 8 of 834 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-1882 20244882 Mission Blvd. Trail Storm Drainage Phase 2 Installation A RESOLUTION TO AWARD BID #24-28 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $989,779.09 FOR STORM DRAINAGE INSTALLATION ALONG THE MISSION BOULEVARD TRAIL, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 TRAIL IMPROVEMENT BOND PROJECT 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 #24-28 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $989,779.09 for Phase 2 of storm drainage installation along the Mission Boulevard Trail from Viewpoint Drive to Old Wire Road, and further approves a project contingency in the amount of $50,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Page 9 of 834 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2024-1882 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/28/2024 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Resolution to award Bid 24-28 and authorize a contract with Benchmark Construction of NWA, Inc. in the amount of $989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm drainage for the Mission Blvd. Trail from Viewpoint Drive to Old Wire Road, to recognize interest earned on the Trails bond, and to approve a budget adjustment. Budget Impact: 4703.860.7302-5814.05 Trail Projects (2022 Bonds) Account Number Fund 46030.7302 Trail Projects (Bonds) - Mission Blvd Corridor Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 130,352.00 $ 123,847.50 $ 6,504.50 $ 1,039,779.09 $ 1,039,780.00 6,505,41 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 50-23 Change Order Number: Original Contract Number: Comments: Approval Date: Page 10 of 834 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number ENGINEERING (621) 2024 /Org2 Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Resolution to award Bid 24-28 and authorize a contract with Benchmark Construction of NWA, Inc. in the amount of $989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm drainage for the Mission Blvd. Trail from Viewpoint Drive to Old Wire Road, to recognize interest earned on the Trails bond, and to approve a budget adjustment. COUNCIL DATE: ITEM ID#: 5/7/2024 2024-1882 Nolly Black 3/28/2024 10:37 RIn Budget Division TYPE: JOURNAL#: Date D - (City Council) I GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 290,820 290,820 v.2024322 Increase / (Decrease) Prolect.Sub# Account Number Expense Revenue Proiect Sub.Detl AT Account Name 4703.860.7302-5814.05 4703.860.7302-5911.99 989,780 - 50,000 - 46030 7302 EX Improvements -Trails 46030 7302 EX Contingency - Capital Project 4703.860.7302-5911.99 (16) - 46030 7302 EX Contingency- Capital Project 4703.860.7300-5911.99 (17,580) - 46030 7300.1000 EX Contingency - Capital Project 4703.860.7304-5860.02 (3,066) - 46030 7304 EX Capital Prof Svcs - Engineering/Architects 4703.860.7999-5899.00 (1.019.118) - 46030 7999 EX Unallocated - Budizet 4703.860.7000-4707.47 4703.860.7999-5899.00 290,820 290,820 46030 7000 - 46030 7999 RE Interest - 2022 Project Funds EX Unallocated - Budget \\city\dfs\Divs\Engineering\Trails\Projects\Mission Blvd Trail\Design\Storm Drainage\Phase II - Ranch to Viewpoint Bid\City Council Bid Acceptance\2024-1882 BA Benchmark - Mission Blvd. Storm Drain ph2 1 of 1 Page 11 of 834 N W+ E S u W I I Poplar St T4 S` Woodland camore St Gregory Park I Veterans a' Health Care SSystem of\ the Ozarks North St st Q New 12 foot wide Shared Use �— Paved Trail (South Side) v r Evelyn o Hills cn_ Razorback- Mission Connector Lake UCi grYan fin. Emerson Ln. Street ` akeside Dr. Rush Dr. Jackson Dr. On -Street Bikeway (Complete) woodlawn Dr. Prospect Street ��rur��rnr��r��rur��ruu Wilson Park AphPgC4 Street .. �•rCr)tp"r��r ��rr�r��■urnr��■urnnnn�■ > n Swq _ - < Jofinson St. o Q GJ p Q �, Q it o Gunter Sz c N ' c� M t` 4 �� Maple St a v Maple Street 2 Washington; c _ V > 4_ > Q, Lafayette St Q -0 45 m > 01 Dickson St 0 -21 Y New Trail Crosswalk i New 10 foot wide Shared Use Paved Trail (West Side) Existing12 foot wide Shared -Use Paved Trail � Niokaska Creek Trail �y To Razorback o Greenwa�airview � Memorial Gardens Viewpoint Dr. ai Q' J Q � � L L o E .on N1 Root o O Upgraded Crosswalks with Flashing Lights I / I a,,bA Legend � Mission Blvd. Trail (2023 Construction) Existing Shared -Use Paved Trail Mission -Razorback Connector (Complete) Enhanced Crosswalks With Flashing Lights January 2023 FAYETTEVILLE Mission Blvd. Trail - 1.5 Miles ARKANSAS O O.125 0.25 0.5 � Mission -Razorback Connector Bikeway - 1.1 Mile W#%§4 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: MISSION BLVD. TRAIL STORM DRAINAGE (PHASE 2) (VIEWPOINT TO RANCH DR) Contract No.: 24-28, Construction — Mission Blvd. Stone Drainage (Phase 11) THIS AGREEMENT is dated as of the day of in the year 2024 by and between The City of Fayetteville, Arkansas and Benchmark Construction of N WA. Inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The project requires demolition, removal, and replacement of existing storm sewer inlets and pipe, curb and gutter, fencing, waterlines, sidewalk, and asphalt pavement. 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. No burning or blasting is allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400-Bid Form for quantities. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and 00500 Agreement 00500- 1 Page 13 of 834 DOCUMENT 00500 — AGREEMENT (continued) responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 150 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 in accordance with the GENERAL CONDITIONS within 180 calendar days after the date when the Contract Times commence to run. 3.03 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 Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the 00500 Agreement 00500-2 Page 14 of 834 DOCUMENT 00500 — AGREEMENT (continued) remaining Work within the time specified in Paragraph 3.02 for completion and readiness for 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 cornpletion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 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. 4.02 As provided in the General Conditions, 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 General Conditions. 4.03 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. I . There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 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. 00500 Agreement 00500-3 Page 15 of 834 DOCUMENT 00500 — AGREEMENT (continued) 5.02 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 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. 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. 00500 Agreement 00500-4 Page 16 of 834 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. 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 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site 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 00500 Agreement 00500-5 Page 17 of 834 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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. 00500 Agreement 00500-6 Page 18 of 834 DOCUMENT 00500 — AGREEMENT (continued) 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 7.01 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 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. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 Page 19 of 834 DOCUMENT 00500 — AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Mission Blvd. Trail Stone Drainage (PHASE 2)(Viewpoint to Ranch Dr.) 8. Addenda numbers 1 inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: Al I Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 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. 00500 Agreement 00500- 8 Page 20 of 834 DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 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. 8.05 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. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for 00500 Agreement 00500-9 Page 21 of 834 DOCUMENT 00500 — AGREEMENT (continued) non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on Effective Date of the Agreement. CONTRACTOR: By: Stephen Smith (Type or legibly print) (Signature) Title: , 2024, which is the CITY OF FAYETTEVILLE By: Lioneld Jordan Contractor shall attach evidence of authority to sign. (Signature) 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 form the Arkansas State Secretary of 00500 Agreement 00500- 10 Page 22 of 834 DOCUMENT 00500 — AGREEMENT (continued) State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest Attest (SEAL) 00500 Agreement 00500- 11 Page 23 of 834 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 333 W. Poplar St.. Ste 'A' 113 W. Mountain St. Fayetteville, AR 72703 Favetteville. AR 72701 License No. AR 0033500524 Agent for Service of process Stephen Smith (Type or legibly print) (Signature) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500- 12 Page 24 of 834 CITY OF FAYETTEVILLE ARKANS ARKANSAS BID TABULATION Bid 24-28, Construction - Mission Blvd. Drainage Improvements (Phase II) DEADLINE: Wednesday, March 27, 2024 at 2:00 PM Certification of Funds: $800,000.00 (57,000.000.00 total allowed) Benchmark Construction Sweetser Construction, Inc. Company of NWA, Inc. $989,779.09 $1,066,759.00 Total Une0 Description CITY UOM Unit Extended Unit Extended 1 Mobilization (Shall not exceed 5%of Total Bid, minus Insurance and Bonding) 1 L.S. $37,664.00 $37,664.00 $15,765.00 $15,765.00 2 Insurance and Bonding 1 L.S. $30,538.00 $30,538.00 $13,500.00 $13,500.00 3 Construction Control (Staking) I L.S. $13,950.00 $13,950.00 $9,300.00 $9,300.00 4 Trench Excavation and Safety 1 L.S. $4,310.00 $4,310.00 $5,000.00 $5,000.00 5 Traffic Control 1 L.S. $53,030.00 $53,030.00 $50,000.00 $50,000.00 6 Erosion Control 1 L.S. $20,250.00 $20,250.00 $15,000.00 $15,000.00 7 Clearing, Grubbing & Demolition 1 L.S. $146,900.00 $146,900.00 $20,000.00 $20,000.00 8 Select Fill Placement (as directed) 150 C.Y. $63.33 $9,499.50 $48.00 $7,200,00 9 Class 7 Base (Truck tickets)(as directed) 200 TON $43.85 $8,770.00 $44.00 $8,800.00 30 4" Thick 4,000 PSI Concrete Trail with fiber & dowels (As Directed) 100 S.Y. $122.10 $11,210.00 $74.00 $7,400.00 11 Curb& Gutter (Type D square) 2935 L.F. $48.08 $141,114.80 $48.00 $140,880.00 12 Lip Curb & Gutter 1014 L.F. $38.55 $39,089.70 $40.00 $40,560.00 13 4' x 4' Reinforced Cont. Area Inlet & Connections & Openings (2-4) 1 E.A. $6,180.00 $6,180.00 $6,500.00 $6,500.00 14 5' x 5' Reinforced Conc. Area Inlet & Connections & Openings (1.3,1-5) 2 EA $7,335.00 $14,670.00 $6,500.00 $13,000.00 15 4' x 4' Reinforced Conc. Curb Inlet & Connections(3-1,3-3A,3-6A,3-68,3.7A,3-8A,3-88,3-9A,3-10) 9 E.A. $5,823.33 $52,409.97 $6,000.00 $54,000.00 16 Tx 8' Reinforced Conc. Curb Inlet & Connections (3-2) 1 E.A. $19,060.00 $19,060.00 $13,500.00 $13,500.00 17 6' x 8' Reinforced Conc. Curb Inlet & Connections (3-4) 1 E.A. $17,800.00 $17,800.00 $12,000.00 $12,000.00 18 4' x 6' Junction Bdx (3-3 & 3-5 Conc. Cutting Ex. RCP & Connections) 2 E.A. $7,145.00 $14,290.00 $7,000.00 $14,000.00 19 4'x 4'Junction Box (3-6,3-7,3-8) 3 E.A. $6,226.67 $18,680.01 $6,500.00 $19,500.00 20 4' x 5' Junction Box (2-3) 1 E.A. $6,540.00 $6,540.00 $7,000.00 $7,000.00 21 5'x 5'Junction Box (2-1) 1 E.A. $7,117.00 $7,117.00 $7,500.00 $7,500.00 22 4' Curb Inlet Extension(3-1(2),3-4(2),3-6A(3),3-8(3),3.8A(3),3-8B(3),3-9A,3-10) 18 E.A. $1,040.53 $18,729.54 $2,400.00 $43,200.00 23 4' Wide Flume with Side curbs (3-7A) 7 LF. $130.90 $916.30 $150.00 $1,050.00 24 8" Thick Box Top Extensions with 45 Rebar (Create a 12' wide top) 44 S.Y. $195.13 $8,585.72 $150.00 $6,600.00 25 18" Flared End Section (1-1, 2-3A) 3 E.A. $1,291.92 $3,875.76 $990.00 $2,970.00 26 18" Reinforced Concrete Pipe 461 LF. $97.52 $44,956.72 $135.00 $62,235.00 27 24" Reinforced Concrete Pipe 427 LF. $116.47 $49,732.69 $175.00 $74,725.00 28 30" Reinforced Concrete Pipe 69 LF. $159.66 $11,016.54 $300.00 $20,700.00 29 36" Reinforced Concrete Pipe 200 L.F. $224.97 $44,994.00 $450.00 $90,000.00 30 36" Flared End Section (24) 1 E.A. $2,574.00 $2,574.00 $2,600.00 $2,600.00 31 23" x 14" Flared End Section (1-4,1-6) 2 EA $1,527.00 $3,054.00 $49.50 $99.00 32 23" x 14" Elliptical Reinforced Concrete Pipe (RCHEP) 73 L.F. $137.53 $10,039.69 $1,400.00 $102,200.00 33 45" x 29" Elliptical Reinforced Concrete Pipe (RCHEP) 211 L.F. $241.77 $51,013.47 $575.00 $121,325.00 34 30" x 19" Elliptical Reinforced Concrete Pipe (RCHEP) 16 L.F. $189.83 $3,037.28 $300.00 $4,800.00 35 30" x 19" Elliptical Reinforced Concrete Pipe End Section (RCEP) (3-2A) 1 L.F. $977.00 $977.00 $1,650.00 $2,650.00 36 10' x 6' Reinforced Concrete Box Culvert (RCP Connections) 20 L.F. $1,679.85 $33,597.00 $1,650.00 $33,000.00 37 10' x 6' Reinforced Concrete Box Culvert Wing Watls 40 L.F. $740.16 $29,606.40 $480.00 $19,200.00 3 az a Amon elifuss, Sr. Purchasing Agent Page 25 of 834 CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-28 Addendum 2 Benchmark Construction Company Benchmark Construction Company of NWA, Inc. Supplier Response Event Information Number: Bid 24-28 Addendum 2 Title: Construction - Mission Blvd. Storm Drainage (Phase II) Type: Invitation to Bid Issue Date: 3/3/2024 Deadline: 3/27/2024 02:00 PM (CT) Notes: The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for Phase II of the Mission Blvd. Storm Drainage. The work includes, but is not limited to, demolition, removal, and replacement of existing storm sewer inlets and pipe, curb and gutter, fencing, waterlines, sidewalk, and asphalt pavement. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2 Page 26 of 834 Benchmark Construction Company Information Contact: Steve Smith Address: 333 W. POPLAR ST., STE A Fayetteville, AR 72703 Phone: (479) 251-1316 Email: benchmarkconst@att.net Web Address: None By submitting your response, you certify that you are authorized to represent and bind your company. Stephen Smith Signature Submitted at 312712024 12:25:17 PM (CT) Requested Attachments Bid 24-28, Bid Bond benchmarkconst@att.net Email Fl.royfflergre Me Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 24-28, Required Signature Forms Required Signature Page and Qualification Statement.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid Attributes 1 Arkansas Secretary of State Filing Number: 10032984 2 Arkansas Contractor License Number: 0033500524 3 Check Yes or No: 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 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. ❑✓ Yes, I agree ❑ No, I don't agree Page 2 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2 Page 27 of 834 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 9 Class 7 Base (Truck tickets)(as directed) Quantity: 200 UOM: TON Price: $43.85 Total: $8,770.00 1 4" Thick 4,000 PSI Concrete Trail with fiber & dowels (As Directed) 0 Quantity: 100 UOM: S.Y. Price: F $112.10 Total: $11,210.00 Page 3 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2 Page 28 of 834 2 18" Reinforced Concrete Pipe 6 Quantity: 461 UOM: L.F. Price: $97.52 Total: $44,956.72 Page 4 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2 Page 29 of 834 3 10' x 6' Reinforced Concrete Box Culvert Wing Walls 7 Quantity: 40 UOM: L.F. Price: $740.16 Total: $29,606.40 Response Total: $989,779.09 Page 5 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2 Page 30 of 834 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY THESE PRESENTS. that we (Here Insert full name and address or legal title of Contractor) Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, AR 72703 as Principal, hereinafter called the Principal, and (Here insert feill name and address nr legal title nf surety) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto Were insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter tailed the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars (5 5% ), for the payrrtent of which cum well and truly to be made, the raid Principal and the said Surety, bind ourselves;, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Mission Blvd. Site Drainage and Curb (Here inserr full name, address and description of project) NOW, THEREFORE, if the Obligee sball accept the bid of the Principal and the Principal shall enter into a Contract with the Ohliaee in ncenrdanre with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and j ve such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penally hereof between the arnouat specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of March 2024 Benchmark Construction of NWA, Inc. (Principal) - — (Seal)__ (Title) Westfield Insurance Company vuQ C (Surety) i Title) (.SQ-Ti j Mary Ann 1 ice , Attorney -In -Fact AIA 4ocument A310TM —1970. Copyright 0 1963 and 1970 by Tne Amedean Instltute of Arotv[ects. Page 31 of 834 General POWER NO. 0320052 05 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SCOTT R. CLARK, MARTY C. CLARK, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, MARY ANN JUSTICE, LISA MCCLURE, PAXTON CLARK, GRAVES SCHMIDLY, SUZANNE NIEDZWIEDZ, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Atiorney(s)-in-Fact, with full power and author itv hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE UUARINTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do In the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors or each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 27th day of JANUARY A.D., 2023 . Corporate +,,w.",•w.n ��,,,,u,.,...•., N,,..,N.N....., Seals YA•(pC•,,h `PStO AL ., r WESTFIELD INSURANCE COMPANY .•''�;• •"�,,.-• •�:•,y"°� WESTFIELD NATIONAL INSURANCE COMPANY 0 �'•• ''• ' .sG • +f Affixed yr .sa. O: p : + '• s�• ma OHIO FARMERS INSURANCE COMPANY '-_ sign�j SEAL raft 1848 Its State of Ohio "" "'"• By; County of Medina ss.: Gary W.ftumpe:r, Nations Surety Leader and Senior Executive On this 27th day of JANUARY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Suretyy Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS fNSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Rmedl4t��L ��„„NMNNNIy,- Seal R\ A 1 Affixed •�P; •'`�"�' S� State of Ohio David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: q}��,.• My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) )IC OF I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 27th day of March A.D., 2024 ,w..,•N..,,, ............... - ..•••....., ,SEAL �m_ �;'6NI►�tTEiPEa,, AL m �s sir �' ' •:O : s�• .fib : 1848 '••WN.M INI*.11 ••�•••,•, ••N1.......••",,, t Frank A. Carrino, Secretary Secretary BPOAC2 (combined) (03-22) Page 32 of 834 CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from th responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are we come to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citvoffayettevillear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: • AR Secretary of State Filing #: OR submit electronically. • Arkansas Contractor License #: OR submit electronically. • 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 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. o Submit electronically or circle applicable answe . �YEor NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer YES or NO Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 7270' DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (see attached) Contract Name: MISSION BLVD. STORM DRAINAGE INSTALLATION (PHASE 2) Bid #: 24-28, Construction - Mission Blvd. Storm Drainage (Phase 2) Date: March 27, 2024 SUBMITTED TO: The City of Fayetteville, Arkansas 1 ] 3 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Benchmark Construction Company of NWA, Inc. Name Stephen Smith Address 333 West Poplar St, Ste A Principal Office above Corporation, partnership, individual, joint venture, other Corp Arkansas State General Contractor's License Number 0033500542 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/archilecl contact, amount of contract, surety, and estimated completion date.) 00140-Bidder Qualifications 00140 — 1 Page 34 of 834 DOCUMENT 00140 —BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) Has Bidder ever failed to complete any project? If so, state when, where, and why. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 00140-Bidder Qualifications 00140 — 3 Page 35 of 834 DOCUMENT 00141) — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT A. if requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. a 00140-Bidder Qualifications 00140 — 3 Page 36 of 834 DOCUMENT 00140 — BIDDF,R'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: March 27, 2024 , 2024 (OFFICIAL SEAL) Name of Organization: Benchmark Construction Company of NWA, Inc. By Stephen Smith, CEO (Type or legibly print) By (Signature) Title CEO (Type or legibly print) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140-Bidder Qualifications 00140 — 4 Page 37 of 834 DOCUMENT 0.100-BID FORM Contract Name: MISSION BLVD. STORM DRAINAGE (PHASE 2) (VIEWPOINT TO RANCH DR.) Bid Number: 24-28, CONSTRUCTION - MISSION BLVD. STORM DRAINAGE (PHASE 2) Owner: The City of Fayetteville, Arkansas 1 13 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Benchmark Construction Company of NWA, Inc. ARTICLE I- INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid 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 day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400-Bid Form 00400-1 Page 38 of 834 DOCUMENT 0400-BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number 1 2 B. Bidder has visited the Site 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. Bidder 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. Bidder 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. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400-Bid Form 00400-2 Date 3-15-24 3-20-24 Page 39 of 834 DOCUMENT 0400-BID FORM icontinncd) investiaations, 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terns and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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. Bidder has given The Purchasing Division written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400-Bid Form 00400-3 Page 40 of 834 DOCUMENT 0400-13ID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. By endorsing this bid form, Bidder certifies that they are currently not disbarred from doing business with a governmental entity. M. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. 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 event 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 minus bonds and insurance. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400-Bid Form 00400-4 Page 41 of 834 DOCUMENT 0400-BID FORM (continued) ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. Zn 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of Dollars ($ 5% bid bond B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Benchmark Construction Company of NWA, Inc. Email bench markconst@aft net Phone No. 479-251-1316 Fax No. 479-251-1319 0400-Bid Form 00400-7 Page 42 of 834 DOCUMENT 0400-BID FORM (continued) ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. 0033500524 If Bidder is: Name (type By: ndividual's Signature) Doing business a! Business address: Phone No: Fax No. Email Address: A Partnership Partnership Name: By: (Si;�natur of general partner - Name (type or printed) Business address: Phone No: Fax No. Email Address: 0400-Bid Form (SEAL) (SEAL) idence of authority to sign) 00400-8 Page 43 of 834 DOCUMENT 0400-BID FORM (continued) A Corporation or LLC Corporation Name: Benchmark Construction Company of NWA,(IkFAL) State Rf Ingnmnritinn, Arkansas Typ (General Business, P fessional, Service, Limited Liability): (Signature of general part er-attach evidence of authority to sign) Name (type or printed): Title: 1/1_-�'b _ G� (CORPORATE SEAL) Attzs / (Signature of Corporate Secretary) Business address: 333 Cy, f ,oglk r J� Fa Ife#e Yi//e, "7270 3 Phone No: 479-251-1316 Fax No. 479-251-1319 Email Address: benchmarkconst@att.net Tax ID Number (TIN) 71-0477532 DUNS # L�hA{7�izCT f�•. i1 �425,q ��.=.�- N2Vfi-A Cage Code: 900R2 END OF DOCUMENT 00400 0400-Bid Form 00400-9 Page 44 of 834 AIA G703 Contractor's SUBMITTED To: CITY OF ROGERS Qualification Statement SUBMITTED BY: STEPHEN SMITH, CEO NAME: BENCHMARK CONSTRUCTION OF NWA, INC. ADDRESS: 333 WEST POPLAR ST, STE'A', FAYETTEVILLE, AR 72703 PRINCIPAL OFFICE: ABOVE (XX) Corporation NAME OF PROJECT: MISSION BLVD SITE DRAINAGE AND CURB PH 2 § 1. ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? 38 Years § 1.2 How many years has your organization been in business under its present business name? 11 years § 1.2.1 Under what other or former names has your organization operated? Marinoni Construction Company, Inc. § 1.3 If your organization is a corporation, answer the following: § 1.3.1 Date of incorporation: June 1976 § 1.3.2 State of incorporation: Arkansas § 1.3.3 President's name: Roger Ross § 1.3.4 Ceo name: Stephen Smith § 1.4 If your organization is a partnership, answer the following: § 1.4.1 Date of organization: Not Applicable § 1.4.2 Type of partnership (if applicable): § 1.5 If your organization is individually owned, answer the following: § 1.5.1 Date of organization: June 1976 § 1.5.2 Name of Owners: Stephen Smith, Roger Ross § 1.6 If the form of your organization is other than those listed above, describe it and name the principals: NA § 2. LICENSING § 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. Jurisdictions: Arkansas. LICENSE NUMBER: 0033500524 Trade Categories: General Construction of Commercial, Industrial and Institutional Projects § 2.2 List jurisdictions in which your organization's partnership or trade name is filed. Arkansas Secretary of State § 3. EXPERIENCE § 3.1 List the categories of work that your organization normally performs with its own forces. Site Work, Dirt Work, Concrete, Framing, Masonry, Supervision, Rough and Finish Carpentry, Specialties §3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details) § 3.2.1 Has your organization ever failed to complete any work awarded to it?: No § 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No Page 45 of 834 § 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No 3.4 Projects Completed in the last 7 Years: Northwest Arkansas Regional Airport —Rental Fleet Maintenance Facility Dale Scarbrough, WDD Architects (479-442-6681) City of Rogers Veteran's Park Concessions/Maintenance Buildings Jim Swearingen Architect, Crafton Tull and Associates (479-636-4838) City of Fayetteville Compost Facility Lynn Hyke(479-466-7589) Gravette Middle School Annex David Swearingen, Crafton Tull and Associates Architect (479-636-4838) University of Arkansas —Davis Hall Historical Renovation/Addition. LEED Certified. Rob Sharp Architect (479-442-0229) Lincoln Athletic Complex (Football field, field house, track, concession/restroom building) Lewis Elliott Architects, Mary Ann Spears, Supt of Schools (479-824-7310) City of Springdale —Shiloh Restroom/Basement Remodel Don Mobley Architect (479-466-1746) Highlands Oncology Cancer Treatement Facilities—Crafton Tull and Assoc Architects. Wes Burgess Architect (479- 878-2452) Kathey Parker, Owner (479-587-1700) Starlight Skate Rink Renovation Jim Key Architect (479-444-6066) SourceGas NWA Headquarters— Polk Stanley and Assoc, Craig Curzon Architect (479-444-0473) American Electric and Power/Swepco Office/Warehouse Addition AFHJ Architects (Zed Johnson, Retired) University of Arkansas—Brough Commons Dining Hall, Harrison French Architects, Lance Weatherton, Architect (479-273-7780) JFS Fabric Store and Ulta Beauty Supply —Larry Ogrinc (lugrinc a ddr.com) , Owner Rep for Developers Diversified. University of Arkansas Harmon Parking Garage Renovations —Polk Stanley and Assoc, Craig Curzon Architect (479- 444-0473). Jim Beatty Engineer. Sequoyah Maison Condominiums —Rob Sharp Architect (442-0229) Tyson Research Farm Broiler Houses/Operations Facility —Chris Hall Bank of Fayetteville Renovations Bob King, President (479-444-4444) Decatur School District FEMA Storm Shelter/Gymnasium—Jim Mayer Architect (479-246-0055) City of Fayetteville Transfer Station —Brad Hammond at Mcgoodwin, Williams and Yates Ft Smith Airport Taxiway Paving —Brian Mauer, Engineer Boulder Ridge Fellowship Bible Church —Jack Murray (479-790-2854) City of Fayetteville Taxiway B—Carver Engineers Blowing Springs To Metfield Park Multi Purpose Trail Greenway Extension—EDG and Garver Engineers Spring Creek Multi Purpose Trail Extension —McClelland Engineers Black Hills Energy Contractor On -Call. Page 46 of 834 Highland Oncology Contractor On -Call. Bekaert Trail Greenway Extension—NWA Trailblazers Dean's Trail PH 2 Tunnel and Greenway Trail Extension —Garver Engineers Archibald Yell Improvements —City of Fayetteville 13T" Street Sidepath Shared Use Trail and Pedestrian Improvements —City of Rogers § 3.4.1 State total worth of work in progress and under contract: Work in Progress: $7 million Work under contract: Most projects are in negotiation and not under contract terms at this time. § 3.5.1 State average annual amount of construction work performed during the past five years: $6-$8 million § 3.6 List the construction experience and present commitments of the key individuals of your organization. Stephen Smith, owner, 38 years experience in commercial/industrial construction Roger Ross, owner, 35 years experience in commercial/industrial construction Chuck Ketcher, Supt, 26 years experience in commercial/industrial construction Rick Vasquez, Foreman, 30 years experience Armando Vasquez, Foreman, 25 years experience Roberto Sanchez, Foreman, 30 years experience Thomas Sargent, Foreman, 33 years experience The remaining personnel with an average of 12 years working in our company consist of the rest of the construction team. All of our personnel carry skills to self -perform projects that allow schedules and budgets to be met. Simply stated, we are not a broker contractor. Note: Our construction team, from the owners down to laborers, are 100 percent committed to satisfying each client. The ownership is not involved with any outside investments (ie developing etc..) that would distract our commitment to serving our clients!! The ownership also takes an active role in the projects that we build. Project management/Supervision is handled by the ownership, therefore a vested interest in client satisfaction is our objective. § 4. REFERENCES § 4.1 Trade References: Brown Hiller Clark Insurance, Scott Clark, 452-4000 Tune Concrete 442-8251, Dennis Tune, 479-442-8251 Darragh Company, Ronnie McDaniel, 479-651-6800 Meeks Lumber Company, Tom Hamaker, 479-442-2351 Architects and Engineers: Have worked with all major firms in the NWA area over the last 33 years. § 4.2 Bank References: Bank of Fayetteville (Bob King VP, MaryBeth Brooks President) 479-444-4444 $500,000 Line of Credit § 4.3 Surety: §4.3.1 Name of bonding company: Westfield Insurance Company § 4.3.2 Name and address of agent: Brown Hiller Clark 5500 Euper Lane Ft Smith, Ar 72913 Page 47 of 834 Scott Clark 479-452-4000 § 6. SIGNATURE a 7 T f' ^,W-4:44 § 6.1 Dated at this 13tF'i day oLJyjuwtrc'25, Name of Or ization: Be chmark Construction of NWA, Inc. By: Stephen Smith Title: CEO Page 48 of 834 DOCUMENT 00430 - LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: MISSION BLVD. TRAIL STORM DRAINAGE (PHASE 2) (VIEWPOINT TO RANCH DR) Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolition ReTf(t.I-I"R-jv- SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) j KX24-�Gt'ARk, 15 a:-H �5 uJaQ�L NOTE: This form must be submitted in accordance l witahct the gRstructio�ns to Bidders. 8y aLo,�,sg Bidder's Signature END OF DOCUMENT 00430 00430-List of Subcontractors 00430 — 1 Page 49 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director Susan Norton, Chief of Staff Matt Casey, Engineering Design Manager CITY COUNCIL MEMO 2024-1885 FROM: Matt Mihalevich, Active Transportation Manager SUBJECT: Budget Adjustment to recognize revenue from the e-scooter program in the amount of $30,000 and increase the related expense budget. RECOMMENDATION: Approval of a Budget Adjustment to recognize revenue from the e-scooter program in the amount of $30,000 and increase the related expense budget. BACKGROUND: Fayetteville began permitting shared e-scooters in 2019 shortly after an e-scooter ordinance (6205) was adopted. In 2020, e-scooter permit revenues started at $27,200 per year. 2021 and 2022 revenues increased to $60,400 per year. In 2023, the revenues increased to $93,744 due to an increase in the number of e- scooters operating. The program continues to see high usage rates and revenue is anticipated to be at least $60,000 going forward into the future. Historically, this project has used revenue from the e-scooter companies to fund half of the Mobility Coordinator's salary and $15,000 to make improvements to the trail system and on -street bicycle network, including construction of scooter/bike parking, safety campaigns for all users, promotional materials and other mobility program related enhancements and maintenance. DISCUSSION: This request is to continue to dedicate $30,000 of the revenue to the Mobility Coordinator position and increase the funds available for implementing infrastructure enhancements from $15,000 to $30,000 to account for increasing construction expenses and needs for parking. Based on historical records, e-scooter revenues will be more than sufficient to cover these expenses. YEAR REVENUE 2020 27,200 2021 60,400 2022 60,400 2023 93,745 Grand Total $241,745 Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Page 50 of 834 Increasing active transportation and mobility opportunities for our residents and visitors is a primary goal of many of the adopted plans. This project addresses these goals by using revenue generated from the e- scooters to enhance the safety and user experience of the active transportation system for all users in Fayetteville. BUDGET/STAFF IMPACT: By recognizing $30,000 of the expected $60,000 in revenue from the e-scooter program, staff will be able to use these funds for upgrades to the active transportation system. ATTACHMENTS: SRF (#3), BA (#4) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 51 of 834 _= City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-1885 Budget Adjustment to recognize revenue from the e-scooter program in the amount of $30,000 and increase the related expense budget. A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $30,000.00 RECOGNIZING REVENUE RECEIVED FROM THE E-SCOOTER PROGRAM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, in the amount of $30,000.00 recognizing revenue received from the e-scooter program and increasing the related expense budget. Page 1 Page 52 of 834 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2024-1885 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/28/2024 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Approval of a Budget Adjustment to recognize revenue from the e-scooter program in the amount of $30,000 and increase the related expense budget. Budget Impact: 1010.090.6600-5814.05 1010 Account Number Fund 21012 Mobility / Trail Improvements Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 2,509.00 Expenses (Actual+Encum) $ 1,000.00 Available Budget $ 1,509.00 Does item have a direct cost? No Item Cost $ - Is a Budget Adjustment attached? Yes Budget Adjustment $ 30,000.00 Remaining Budget 31,509.00 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 6205 Change Order Number: Approval Date: Original Contract Number: Comments: Page 53 of 834 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2024 Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A Budget Adjustment to recognize revenue from the e-scooter program in the amount of $30,000 and increase the related expense budget. COUNCIL DATE: 5/7/2024 ITEM ID#: 2024-1885 Nolly Black 4110/2024 7:34 PM Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 30,000 30,000 v.2024322 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 1010.001.0001-4208.00 - 30,000 21012 1 RE License - Scooters 1010.090.6600-5814.05 30,000 - 21012 1 EX Improvements -Trails i r I Page 54 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 CITY COUNCIL MEMO 2024-16 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director Susan Norton, Chief of Staff FROM: Matt Casey, Engineering Design Manager SUBJECT: Change Order #2 to RFQ# 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 RECOMMENDATION: Staff recommends approval of Change Order #2 to the RFQ# 22-07 contract with Crossland Heavy Contractors, Inc for the Midtown Corridor Project Phase 2 in the amount of $191,461.43, and approval of a budget adjustment. BACKGROUND: The Midtown Corridor is a project in the 2019 Transportation Bond Program and includes several different components. The corridor is 2.3 miles in length and runs in an east -west direction through a flat part of the middle of the city from 1-49 at Porter to College Avenue at Poplar Street. The project includes vehicular improvements along Stephen Carr Blvd. and Deane Street from the interstate to Garland Avenue. The project includes street improvements with new turn lanes and drainage as well as separated pedestrian and bicycle facilities. The street, drainage pedestrian, and bicycle improvements will continue along Sycamore Street from Garland Avenue to the Razorback Greenway. From the Greenway to College Avenue, the project will include multi -use trail construction along the Poplar Street alignment. Finally, a connection to the south from Poplar Street to Gregory Park was included in the design. The first phase of this corridor included the improvements to Stephen Carr Blvd. and Deane Street from 1-49 to the east side of the new fire station. Construction is complete for this phase. In August of 2022, the City Council approved a contract with Crossland Heavy Contractors, Inc. to provide construction manager at risk pre -bidding services for the second phase of this project. This phase includes the remainder of the overall project scope. On September 19, 2023, the City Council approved Change Order #1 for the construction phase of this contract. Construction is currently underway. DISCUSSION: During the construction along Deane Street, the contractor encountered multiple conflicts with the existing water main in this area. In addition, the City of Fayetteville Utilities Division identified an existing 1.5" main that would be beneficial to retire. This change order increases the construction contract to cover the relocation expenses associated with these conflicts as well as the cost necessary to tie over water services from the existing 1.5" main to facilitate the abandonment of that line. BUDGET/STAFF IMPACT: Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 55 of 834 This change order is funded by Water System Rehabilitation & Replacement fund. The current CMAR contract with Crossland Heavy Contractors is $14,679,322.00. With this change order, the total contract amount will be $14,870,783.43. ATTACHMENTS: SRF (#3), BA (#4), Midtown Corridor Change Order #2 (#5) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 56 of 834 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-16 Change Order #2 to RFQ# 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 A RESOLUTION TO APPROVE CHANGE ORDER NO. 2 TO RFQ # 22-07 CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR THE MIDTOWN CORRIDOR PROJECT PHASE 2 IN THE AMOUNT OF $191,461.43, AND APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND PROJECT WHEREAS, on August 16, 2022 the City Council passed Resolution 179-22 to approve Mayor Jordan to sign a Contract with Crossland Heavy Contractors, Inc.to provide construction manager risk services for the Midtown Corridor Project; and WHEREAS, On September 19, 2023, the City Council approved Change Order #1 for the construction phase of this contract and construction is currently under way; and WHEREAS, Change Order No. 2 includes the remainder of the overall project scope. NOW, THEREFORE, 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 approves Change Order No. 2 to RFQ # 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 in the amount of $191,461.43 and authorizes Mayor Jordan to sign this Change Order. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Page 57 of 834 Matt Casey Submitted By City of Fayetteville Staff Review Form 2024-16 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/4/2024 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order #2 to the RFQ# 22-07 contract with Crossland Heavy Contractors, Inc for the replacement of an existing 1.5" water main in the Midtown Corridor Project Phase 2 in the amount of $191,461.43, and approval of a budget adjustment. 5400.720.5600-5808.00 Account Number 12009.2022.7218 Project Number Budgeted Item? Yes Budget Impact: Water Line Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? Yes Budget Adjustment Remaining Budget Fund Midtown Corridor Project Title $ 8,383,263.00 $ 588,181.60 $ 7,795,081.40 $ 191,461.43 $ 191,462.00 $ 7,795,081.97 V20221130 Purchase Order Number: 2022-00000811 Previous Ordinance or Resolution # 179-22 Change Order Number: Original Contract Number: Comments: 2 2022-00000058 Approval Date: Page 58 of 834 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division ENGINEERING (621) Adjustment Number 2024 /Org2 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of Change Order #2 to the RFQ# 22-07 contract with Crossland Heavy Contractors, Inc for the replacement of an existing 1.5" water main in the Midtown Corridor Project Phase 2 in the amount of $191,461.43, and approval of a budget adjustment. COUNCIL DATE: ITEM ID#: 5/7/2024 2024-16 Noll y Black 4/4/2024 2: 53 PM Budget Division Date TYPE: D - (City Council) JOURNAL#: RESOLUTION/ORDINANCE I GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Prolect.Sub# Project Sub.Detl AT v.2024116 Account Name 5400.720.5600-5808.00 (191,462) - 12009 1 EX Improvements - Water Line 5400.720.5600-5808.00 191,462 - 12009 2022.7218 EX Improvements - Water Line K:\Engineering Design Services\Projects\BOND PROGRAM\2019 Bond Program\Porter-Deane-Sycamore-Poplar\Council and Committee Actions\Crossland Construction Contract CO2\2024-16 BA Crossland CO2 Midtown Corr water 1 of 1 Page 59 of 834 CITY OF FAYETTEVILLE ARKANSAS Change Order No. To Contractor: Crossland Heavy Contractors The Contract is changed as follows: CHANGE ORDER Contract Title: Midtown Multimodal Corridor Date of Issuance April 3, 2024 ORDINANCE/RESOLUTION:200-23 Effective September 19, 2023 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost 56 8" PVC PIPE 65.00 LF $220.00 118.00 $220.00 14,300.00 $25,960.00 57 16" STEEL ENCASEMENT 16.00 LF $590.00 33.00 $590.00 9,440.00 $19,470.00 COMPACT DUCTILE IRON 58 FITTINGS (LB) 570.00 LB $30.00 864.00 $30.00 17,100.00 $25,920.00 8" X 8" TAPPING SLEEVE & 60 VALVE 2.00 EA $9,200.00 4.00 $9,200.00 18,400.00 $36,800.00 CUT AND CAP EX. 2" 226 GALV. WATERLINE (CO#2) 0.00 EA $0.00 2.00 $3,733.05 - $7,466.10 INSTALL NEW 1" WATER 227 SERVICE -BORE (CO#2) 0.00 EA $0.00 14.00 $5,658.27 $79,215.78 ANCHOR COLLARS FOR 229 EX. WATERLINE (CO#2) 0.00 EA $0.00 5.15 $5,850.00 $30,127.50 LOWER 2" WATERLINE AT 230 LYNNS PLACE (CO#2) 0.00 LS $0.00 1.00 $14,904.61 - $14,904.61 CONSTRUCTION 234 MANAGERS FEE (CO#2) 0.06 % $13,373,119.00 0.06 $13,553,742.99 802,387.14 $813,224.58 Summation of Cost 861,627.14 $1,053,088.57 Net Cost for this Change Order $191,461.43 Not valid until signed by the Owner The original Contract Price was $ 78,550.00 Net change by previously authorized change orders $ 14,600,772.00 The Contract Price prior to this Change Order was $ 14,679,322.00 The Contract Price will be adjusted by $ 191,461.43 The new Contract Price including this Change Order will be $ 14,870,783.43 ............................................................... ------------------ The Contract Time(s) will be increased by 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: ................................................................................................... Substantial Completion 23-Mar-25 Final Completion 22-Apr-25 -------------------------------------------------------------------------------------------- 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 nr nravious Change Orders. VY CONTRACTORS CITY OF FAYETTEVILLE 04/03/2024 DATE BY DATE Page 60 of 834 CITY OF CITY COUNCIL MEMO FAYETTEVILLE ARKANSAS 2024-24 MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council THRU: Paul Becker, Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Dir SUBJECT: Change Order #2 to Bid 23-29 Contract Fleet Shop Expansion with DC Sparks Construction LLC. RECOMMENDATION: Approval of Change Order #2 to Bid 23-29 Contract Fleet Shop expansion with DC Sparks Construction, LLC. in the amount of $21,362.56 to reconcile additions to the contract. BACKGROUND: In October 2023, Resolution 201-23 authorized the construction associated with the fleet shop expansion. In February 2024, Resolution 47-24 authorized Change Order #1 to add a rail crane to the contract. DISCUSSION: This change reconciles the use of contingency funds and accounts for the additional scope and related costs. Items added to the scope include removing and replacing additional concrete floor slab to provide a level surface and structural concrete to accommodate mobile lifts. Plywood protection board was added for additional wall protection. BUDGET/STAFF IMPACT: Funding Source 9700.770.1920-5804.00 Shop Funds Sub. 21006.1 Fleet Shop Expansion ATTACHMENTS: SRF (#3), Fleet Bay Expansion - Change Order 2 (#4) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 61 of 834 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-24 Change Order #2 to Bid 23-29 Contract Fleet Shop Expansion with DC Sparks Construction LLC. A RESOLUTION TO APPROVE CHANGE ORDER NO. 2 TO THE FLEET SHOP EXPANSION CONTRACT WITH DC SPARKS CONSTRUCTION, LLC. IN THE AMOUNT OF $21,362.56 TO RECONCILE ADDITIONS TO THE CONTRACT 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 authorizes Mayor Jordan to sign Change Order No. 2 to the Fleet Shop Expansion Contract with DC Sparks Construction, LLC in the amount of $21,362.56 to reconcile additions to the contract. Page 1 Page 62 of 834 Wade Abernathy Submitted By City of Fayetteville Staff Review Form 2024-24 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/17/2024 FACILITIES MANAGEMENT (140) Submitted Date Division / Department Action Recommendation: Approval of Change Order #2 to Bid 23-29 Contract Fleet Shop Expansion with DC Sparks Construction LLC., in the amount of $21,362.56 to reconcile the contingency allowance for additional scope to the contract and approve a Budget Adjustment. 9700.770.1920-5804.00 Account Number 21006.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: 2023-844 1 2023-51 Budget Impact: Shop Fund Fund Fleet Shop Expansion Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 426,139.00 $ 400,025.25 5 26,113.75 $ 21,362.56 ,751.19 V20221130 Previous Ordinance or Resolution # 207-23 Approval Date: 10/3/2023 Page 63 of 834 4/8/24, 12:18 PM Change Order Print 1` OC SP/&RKS CONSTRUCTION Change Order Owner Info City of Fayetteville 113 West Mountain St Fayetteville, AR 72701 Phone:4795758323 Cell: +14795758361 Job Info 1525 S. Happy Hollow Rd. Fayetteville, AR 72701 23-021 Fay Fleet Shop Expansion CO ID Created / Approved Date CO-23-021-0012 Created: Description Contingency Overage CO Printed: Apr 8, 2024 8871 Lola Jeane Lane, Rogers, AR 72756 Phone:479-365-2889 Change Order ID CO-23-021-0012 Price Apr 8, 2024 $21,362.56 Additional days added to the contract: 100 days - Additional 60 days added to Fleet Shop Expansion project schedule of 120 days allotted per project specifications. Starting 10/10/2023 from receipt of executed contract. - Additional 40 days added to Fleet Overhead Crane project schedule of 120 days allotted per project specifications. Starting 02/20/2024 from receipt of executed change order. Crane Manufacturing Timelines: - 3 weeks for shop drawing submittals - 16 weeks for manufacturing & shipping Crane Install Timeline: - 1.5 weeks for installation Items CO: 01-0010 - BONDS: Billed to Contingency 01 -0010 - Bonds Cost Types Description Qty / Unit Unit Price Price Other CO 01-0010 - Bonds: Billed 1 $0.00 $0.00 to Contingency $1,595.00 https:Hbuildertrend.net/app/ChangeOrder/Print?ids=6978370 Page 64 of M4 4/8/24, 12:18 PM Change Order Print Items Cost Types Description I Qty / Unit Unit Price Price CO: RFI#2 ENDWALL Other CO: RFI#2 ENDWALL 1 $0.00 $0.00 COLUMNS: Billed to COLUMNS: Billed to Contingency Contingency $12,190.00 05-1223 - Structural Steel for Buildings $0.00 CO: ASI#2 REVISIONS: Other CO: ASI#2 REVISIONS: Billed 1 $0.00 Billed to Contingency to Contingency $21,567.55 05-1100 - Structural Metal Framing 1 $0.00 $0.00 CO: ASI#3 CONCRETE Other CO: ASI#3 CONCRETE SLAB SLAB REVISIONS: Partial REVISIONS: Partial Billed to Billed to Contingency Contingency $28,450.45 03-0000 - Concrete CO: ASI#3 CONCRETE SLAB CO: ASI#3 CONCRETE Other 1 Is $14,674.56 $14,674.55 SLAB REVISIONS: REVISIONS: Remaining Remaining Balance Balance $14,674.56 03-0000 - Concrete CO: PLYWOOD WALL Other CO: PLYWOOD WALL 1 Is $6,688.00 $6,688.00 PROTECTION: PROTECTION: Remaining Remaining Balance Balance $6,688.00 06-1633 - Wood Board Sheathing Status Signature Date Approved by: Mayor Lioneld Jordan I �� Approved by: I confirm that my action here represents my electronic signature and is binding. Approval of this change order may also be represented through email, text message, or other electronic communication from the project owner's representative to the DC Sparks Project Manager. TOTAL AMOUNT OF CHANGE ORDER: $21,362.55 https:Hbuildertrend.net/app/ChangeOrder/Print?ids=6978370 Page 65 of 684 23-021 Fleet Shop Expansion Change Order Log 1525 S Happy Hollow Rd, Fayetteville, AR 72756 VALUE Prev Period This Period Materials Total % Comp Balance 01-2116 - Contingency Allowances I $63,803.00 1 $46,131.28 1 $17,671.72 1 $0.00 1 $63,803.00 r 100.00% $0.00 CO: 01-0010 - Bonds $1,595.00 $1,595.00 $0.00 $0.00 $1,595.00 100.00% $0.00 CO: RFI#2 ENDWALL COLUMNS $12,190.00 $12,190.00 $0.00 $0.00 $12,190.00 100.00% $0.00 CO: ASI#2 REVISIONS $21,567.55 $10,783.78 $10,783.78 $0.00 $21,567.55 100.00% $0.00 CO: ASI#3 CONCRETE SLAB REVISIONS $43,125.00 $21,562.50 $6,887.95 $0.00 $28,450.45 65.97% $14,674.55 CO: PLYWOOD WALL PROTECTION $6,688.00 $0.00 $0.00 $0.00 $0.00 0.00% $6,688.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 TOTAL PROJECT CO'S $85,165.55 TOTAL ESTIMATED DEFICIT ($21,362.55) $3,190.15 $79.75 $609.50 $1,078.38 $1,422.52 $0.00 $0.00 Page 66 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 CITY COUNCIL MEMO 2024-31 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Hawkins -Weir Engineers, Inc. - Amendment No. 3 for 1-49 & MILK Utility Relocations RECOMMENDATION: Staff recommends approval of Amendment No. 3 to the engineering services agreement with Hawkins -Weir Engineers, Inc. for professional services associated with ARDOT Project 040846 Utility Relocations along Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed $646,930.00. BACKGROUND: ARDOT previously notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 62 where they will be widening the roadway, reconstructing the 1-49 overpass, and creating a new overpass at 15th Street. After receiving this notification, a formal selection committee was held on September 8, 2022, at which Hawkins -Weir was selected for contract negotiations (RFQ 21-01, Selection #14). Previously, Amendment No. 1 was approved (Res. 125-23) to advance the design from 30% to 100% bid - ready plans and specifications for just the relocations necessary near the 15th Street improvements. Amendment No. 2 was approved (Res. 8-24) to provide construction engineering and observation services for the 15th Street portion of the project, now in construction. DISCUSSION: Amendment No. 3 will increase the scope of engineering services to provide final engineering design on the remaining utility relocations associated with the ARDOT project. Namely, water and sewer lines along MILK Blvd from Leflar Way to east of Futrall Drive. The scope represents a very large relocation for the City, including approximately 9,000-LF of various waterlines from 2"-36" diameters, and 5,000-LF of various sewerlines from 8"-24" diameters. Preliminary engineering estimates indicate construction costs of $18MM with the project being 75% reimbursable to the City from ARDOT. However, the engineering design must be completed, and terms negotiated with ARDOT before these figures are finalized. Future contract amendments will be proposed for construction phase services when this MILK portion of the project advances through bidding. BUDGET/STAFF IMPACT: The proposed contract amendment is hourly in the maximum not -to -exceed amount of $646,930.00. The breakout between the different accounts would be $420,504.50 for the water portion, and $226,425.50 for the sewer portion. Budgeted funds are available in the Water & Sewer Relocations account within the Water & Sewer fund. Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 67 of 834 ATTACHMENTS: SRF (#3), Amendment No. 3 (#4) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 68 of 834 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-31 Hawkins -Weir Engineers, Inc. - Amendment No. 3 for I-49 & MLK Utility Relocations A RESOLUTION TO APPROVE AMENDMENT NO. 3 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $646,930.00 FOR PROFESSIONAL SERVICES ASSOCIATED WITH UTILITY RELOCATIONS ALONG MARTIN LUTHER KING JR. BLVD. AT THE I-49/HWY-62 INTERCHANGE WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations at the I-49 and Martin Luther King, Jr. Boulevard Interchange Project; and WHEREAS, on June 6, 2023, the City Council passed Resolution No. 125-23 approving Amendment No. 1 to the contract with Hawkins -Weir Engineers, Inc. to advance the design from 30% to 100% bid - ready plans and specifications for just the relocations necessary near the 15th Street improvements; and WHEREAS, on January 2, 2024, the City Council passed Resolution No. 8-24 approving Amendment No. 2 to the contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to include construction observation, field accounting, construction engineering support, material submittal reviews, as -built drawing preparation, and all services necessary to manage the project throughout construction; and WHEREAS, Amendment No. 3 will increase the scope of engineering services to provide final engineering design on the remaining utility relocations associated with the ARDOT project. NOW, THEREFORE, 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 authorizes Mayor Jordan to sign Amendment No. 3 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $646,930.00 for professional services associated with utility relocations along Martin Luther King Jr. Blvd. at the I-49/HWY-62 Interchange, as shown in the scope of services attached to Amendment No. 3. Page 1 Page 69 of 834 City of Fayetteville Staff Review Form 2024-31 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/10/2024 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Amendment No. 3 to the engineering services agreement with Hawkins - Weir Engineers, Inc. for professional services associated with ARDOT Project 040846 Utility Relocations along Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed $646,930.00. Budget Impact: 5400.720.5600-5314.00 Water and Sewer 5400.720.5700-5314.00 Account Number Fund 11011.2301 Water/Sewer Relocations - Bond Projects Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 11,659,260.00 Expenses (Actual+Encum) $ 10,864,583.65 Available Budget 794,676.35 Does item have a direct cost? Yes Item Cost $ 646,930.00 s a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget 147,746.35J V20221130 Purchase Order Number: 2023-197 Previous Ordinance or Resolution 30-23, 125-23, 8-24 Change Order Number: 3 Approval Date: Original Contract Number: 2023-00000010 Comments: RFQ 21-01, Selection #14 Page 70 of 834 hkVHAWKINSiWEIR ENGINEERS, I NC. Engineering Client Success March 14, 2024 Mr. Corey Granderson, P.E. Utilities Engineer City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Utility Relocations I-49/MLK Interchange Agreement for Engineering Services — Amendment No. 3 HWEI Project No. 2022129 Dear Mr. Granderson: We respectfully request an Amendment to our Agreement for Professional Services, dated February 7, 2023 (Agreement), for the referenced project. The purpose of this Amendment is to add engineering scope and fee for the preparation of Task 4 — Preliminary Engineering Agreement for the Final Design Phase of the 1-49/MLK Interchange. As defined in our original Agreement, Task 1 defined preliminary engineering services associated with route selections for utility relocations and preparation of an opinion of probable construction costs for both the MLK Drive and West 15`" Street utility relocations. Task 1 for the 1-49/15t' Street Interchange and I-49/MLK Interchange Preliminary Design is complete. Task 2 for the 1-49/151 Street Interchange Final Design is complete. Task 3 is for the West 15t' Street Utility Relocation Construction Phase Services, and construction of this project by Brother's Construction is currently underway. We propose an increase of $646,930.00 to our contractual not to exceed (NTE) fee based on our Standard Hourly Rate Schedule. If this Amendment is approved, our NTE fee will increase from $839,350.00 (for Tasks 1 through 3) to $1,486,280.00 (for Tasks 1 through 4), which will cover Final Design and Bidding Phases for the I-49/MLK Interchange relocations. The preliminary reimbursement percentage for the utility relocations on MILK is estimated at 75%, which will be confirmed during the Final Design Phase. For your review and consideration, we have prepared the attached Amendment No. 3, scope of services, scope of services fee proposal, standard hourly billing rate, and opinion of probable construction cost for Task 4 for the I-49/MLK Interchange. l 10 So. 7th Street • P.O. Box 648 • Vm Buren, AR 72957 • Pli: (479) 474-1227 • Fax: (479) 474-8531 211 Natural Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846 2022129\CG031424ON 516 East Millsap Road • Suite 103 • Fayetteville, AR 72703 • Ph: (479) 455-2206 403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 • Ph: (479) 242-4685 rurutv.l iatukins-tveir.ccmi Page 71 of 834 L11'�'I Mr. Corey Granderson, P.E. Page 2 March 14, 2024 We trust that this is satisfactory for your review. If you have any questions, or require additional information, please do not hesitate to contact me. Sincerely, HAWKINS-WEIR ENGINEERS, INC. Oren Noble, P.E. ON/clk Enclosures: Amendment No. 3 Agreement, dated March 14, 2024 Exhibit A — Preliminary Engineering Agreement — Scope of Services — Utility Relocations for 1-49/MLK Interchange, dated March 14, 2024 Exhibit B — Scope of Services and Fee Proposal, dated March 14, 2024 Exhibit C — Standard Hourly Billing Rate Structure Exhibit D — Preliminary Opinion of Probable Construction Cost — Utility Relocations — 1-49/MLK Interchange, dated March 14, 2024 2022129\CG031424ON �..,,..�, :.....,... Page 72 of 834 AMENDMENT NO.3 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS MUD HAWKINS-WEIR ENGINEERS, INC. In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Utility Relocation for I-49/MLK Interchange (HW Project No. 2022129), dated February 7, 2023, between the City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins -Weir Engineers, Inc. (hereinafter called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by this Amendment No. 3. SECTION 1— SCOPE OF SERVICES 1.1 Amendment No. 3 is for Task 4 - Preliminary Engineering Agreement associated with the Final Design Phase of the Utility Relocations for the I-49/MLK Interchange project. Additional services are detailed in the Engineer's attached Scope of Services dated March 14, 2024. SECTION 2 — TIME OF SERVICE 2.1 Engineer will proceed with providing the services set forth herein immediately upon execution of this Authorization by all parties. SECTION 3 — COMPENSATION 3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the terms of the Agreement. Total payment for Scope of Services described herein shall not exceed Six Hundred Forty Six Thousand Nine Hundred Thirty and 00/100 Dollars ($646,930.00) without written approval of Owner. These additional services adjust the Agreement's not to exceed fee to One Million Four Hundred Eighty Six Thousand Two Hundred Eighty and 00/100 Dollars ($1,486,280.00), and the adjustment includes $20,000 for geotechnical services. The total not to exceed reimbursable expenses is adjusted to Seventy -Four Thousand and 00/100 Dollars ($74,000). 2022129 Amendment 3 - MLK.docx Pagel of 2 Page 73 of 834 Attachments: Exhibit A — Scope of Services dated, March 14, 2024 Exhibit B — Scope of Services and Fee Proposal, dated March 14, 2024 Exhibit C — Standard Hourly Billing Rate Structure Exhibit D — Preliminary Opinion of Probable Construction Cost — Utility Relocations — I-49/MLK Interchange, dated March 14, 2024 AUTHORIZATION BY: CITY OF FAYETTEVILLE, ARKANSAS .00 Honorable Lioneld Jordan, Mayor Date: ACCEPTED BY: HAWKINS-WEIR ENGINEERS, INC. By: Ba cC rmick, P.E. Corporate ecretary 2022129 Amendment 3 — MLK.docx Page 2 of 2 Page 74 of 834 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 Utility Relocations for 1-49/MLK Interchange WFayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 Further Description of Basic Engineering Services and Related Matters: Scope The scope of work for the 1-49/Martin Luther King (MLK) Interchange project includes the relocation of publicly owned utilities to precede the roadway improvements to MLK at the proposed crossing of Interstate 49 (1-49) by the Arkansas Department of Transportation (ARDOT). The ARDOT project includes the widening of MLK for the construction of a new overpass of 1-49 and improvements West and East of 1-49. The utility relocation project will consist of an estimated 9,300 linear feet of water main ranging in size from 2-inch to 36-inch, 5,000 linear feet of sanitary sewer ranging in size from 8-inch to 24-inch, and 2,300 linear feet of steel encasement ranging in size from 16-inch to 54-inch. TASK 1 — Preliminary Engineering Services — Preliminary Design Phase MILK and 151h Street Task 1 (MLK and 15th Street) is complete per the original Agreement. TASK 2 — Preliminary Engineering Services — Final Design Phase (15th Street) Task 2 (15th Street Final Design) is complete per Amendment 1. TASK 3 — Construction Engineering Services — Construction Phase (15th Street) Task 3 (15th Street Construction Phase Services) is ongoing per Amendment 2. TASK 4 — Preliminary Engineering Services — Final Design Phase (MLK) 1. Proiect Manaaement and Administration a. Prepare correspondence and consultation with Owner b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase c. Prepare a monthly status report for submission with each invoice 2. Utility Coordination a. Obtain location and size of existing and proposed overhead and underground utilities from the CMGC b. Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans c. Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 1 of 4 Page 75 of 834 Exhibit A — Preliminary Engineering Agreement Scope of Services — Task 4ldgp"F Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 d. Perform field locates by using spot digging performed by Owner and/or CMGC 3. Preliminary Design Phase (50% Design Phase) a. Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. b. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and 1-inch equals 5 feet vertical or larger, including the following information: i. Proposed alignments of pipelines and roads ii. Existing and proposed surface profiles iii. Pipelines, roads, and structures detailed in the profile view iv. Buried utility crossing depths shown in profile v. Pipeline crossing locations (streams and roads) vi. Proposed utility easements and temporary construction easements c. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner's acquisition of utility easements and/or temporary construction easements d. Prepare 50% Opinion of Probable Construction Cost e. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Construction Cost f. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 4. Pre -Final Design Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits Prepare construction details which depict all typical items, including but not limited to fire hydrants, valves, vaults, manholes, and bores utilizing the City of Fayetteville format and standard detail drawings where applicable Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 2 of 4 Page 76 of 834 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 hN Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part II, Section A.4 iv. Prepare plans identifying existing facilities that are to be removed b. Prepare final notes on plans to fully describe the construction work to be performed c. Identify material to be used under the Build America, Buy America Act (BABAA) requirements d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end documents e. Provide construction bid proposal form in electronic format, meeting the City of Fayetteville's requirements f. Prepare 90% Opinion of Probable Construction Cost g. Perform QA/QC Review of Final Plans and Specifications h. Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the 90% Opinion of Probable Construction Cost and Specifications i. Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit and ARDOT Utility Permit. j. Assist the City's Appraiser and Right -of -Way Acquisition Agent k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 5. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments b. Submit one (1) full-size copy, one (1) half-size copy and one (1) PDF copy of the "Issued for Bid" (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Construction Cost c. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to the Arkansas Department of Health for review and respond to any questions or comments d. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to ARDOT for review and respond to any questions or comments 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 3 of 4 Page 77 of 834 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 hN Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 6. Advertising and Bidding Phase a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner's project number for use in the Owner's electronic procurement portal, Ion Wave. The Owner will maintain the official list of plan holders b. Prepare any necessary addenda for the project c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the project d. Participate in the Bid Opening e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor Construction Engineering Services — Construction Phase a. Construction Phase Services for the 1-49/MLK Relocation Project are not included in this Scope of Services General a. The Engineer should anticipate a 30-calendar day review period by the City staff between the completion of one phase and the beginning of the following phase. Additional time may be required for review by agencies b. The Plans, Specifications and Contract Documents authorized by this Agreement shall be prepared to allow construction bids to be received and construction to be performed under one (1) Construction Contract for 1-49/MLK Drive Interchange Utility Relocations c. Subcontracting of services by the Engineer shall have prior approval of the Owner Exclusions to the Scope of Services a. Construction Observation or Administration services including submittal review, review or preparation of payment requests, assessment of substantial/final completion, review of Contractor's conformance to construction documents, and preparation of Record Drawings. Any Scope of Services for Construction Phase Services will be considered under a separate Agreement or Amendment to this Agreement b. Environmental assessment or evaluation of the site 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 4 of 4 Page 78 of 834 Exhibit B Scope of Services and Fee Proposal Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase I_ CITY OF FAYETTEVILLE ARKANSAS Utility Relocations for 1-49/MLK, Fayetteville, Arkansas Task Billing Rate Engr VII $250 Engr V $200 Engr III $150 Designer II $135 GPS Survey $175 Surveyor $150 Survey Technician $50 Tech III $120 Document Processor $75 Total Hours Total Cost 1. Project Management and Administration a. Prepare correspondence and consultation with Owner 16 24 8 8 56 $10,600 b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase 16 16 8 8 48 $9,000 c. Prepare a monthly status report for submission with each invoice 24 1 24 48 1 $10,800 2. Utility Coordination a. Obtain location and size of existing and proposed overhead and underground utilities from the Construction Manager General Contractor (CMGC) 16 16 8 40 $6,800 b. Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans 12 16 40 40 108 $16,200 c. Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations 40 40 80 $18,000 d. Perform field locates by using sot digging erformed by Owner and/or CMGC 24 24 16 16 16 96 $14,400 3. Preliminary Design Phase (50% Design Phase) a. Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. 16 16 16 8 56 $10,200 b. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and f - inch equals 5 feet vertical or larger including the following information: 16 40 80 120 24 280 $43,080 I. Proposed alignments of pipelines and roads 8 16 16 32 12 84 $13,360 ii. Existing and proposed surface profiles 8 24 16 8 8 1 64 $11,240 iii. Pipelines, roads, and structures detailed in the profile view 8 40 16 32 1 1 8 104 $17,680 iv. Buried utility crossing depths shown in profile 8 24 16 16 8 72 $12,320 v. Pipeline crossing locations (streams and roads) 8 24 16 24 8 80 $13,400 vi. Proposed utility easements and temporary construction easements 8 24 8 40 40 80 40 24 264 $37,280 c. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner's acquisition of utility easements and/or temporary construction easements 16 8 40 80 20 164 $23,300 d. Prepare 50% Opinion of Probable Construction Cost 8 40 64 32 12 156 $24,820 e. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Construction Cost 4 4 8 16 $2,000 f. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 16 16 16 8 56 $10,680 4. Pre -Final Design Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours 8 24 40 56 8 136 $21,320 and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits I. Prepare construction details which depict all typical items, including but not limited to fire hydrants, 8 24 40 56 8 136 $21,320 valves, vaults, manholes, and bores utilizing the City of Fayetteville format and standard detail drawings where applicable ii. Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements 8 16 24 8 8 64 $10,840 iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater 8 24 24 24 8 24 112 $16,400 Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part 11, Section A.4 iv. Prepare plans identifying existing facilities that are to be removed 8 24 32 16 8 88 $14,720 b. Prepare final notes on plans to fully describe the construction work to be performed 8 16 16 16 8 64 $10,720 c. Identify material to be used under the Build America, Buy America Act (BABAA) requirements 8 16 24 8 56 $9,400 Exhibit B - Scope of Services Fee Proposal (3-14-24)\2022129 Final Task 4 MLK Page 1 of 2 Page 79 of 834 Exhibit B Scope of Services and Fee Proposal Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase I_ CITY OF FAYETTEVILLE ARKANSAS Utility Relocations for 1-49/MLK, Fayetteville, Arkansas Task Billing Rate Engr VII $250 Engr V $200 Engr III $150 Designer II $135 GPS Survey $175 Surveyor $150 Survey Technician $50 Tech III $120 Document Processor $75 Total Hours Total Cost d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end 8 24 40 16 120 208 $23,960 e. Provide construction bid proposal form in electronic format, meeting the City of Fayetteville's requirements 16 16 24 2 8 66 $11,670 f. Prepare Final Opinion of Probable Construction Cost 8 32 40 16 8 104 $17,160 g. Perform QA/QC Review of Final Plans and Specifications 24 32 1 40 80 1 16 192 $30,400 h. Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the Final Opinion of Probable Construction Cost and Specifications 4 8 4 16 $2,300 i. Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit, ARDOT Utility Permit, and USACE Section 404) 8 16 24 20 16 84 $12,700 j. Assist the City's Appraiser and Right -of -Way Acquisition Agent 16 16 40 24 40 24 8 168 $23,000 k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 8 8 8 8 32 $5,880 5. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments 12 16 24 40 8 100 $15,800 b. Submit one (1) full-size copy, one (1) half-size copy and one (1) PDF copy of the "Issued for Bid" (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Construction Cost 4 4 4 8 20 $2,540 c. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to the Arkansas Department of Health for review and respond to any questions or comments 8 40 40 24 12 124 $20,140 d. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to ARDOT for review and respond to any questions or comments 8 16 24 12 16 76 $11,620 6. Advertising and Bidding Phase a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner's project number for use in the Owner's electronic procurement portal, Ion Wave. The Owner will maintain the official list of plan 4 4 4 8 20 $2,540 b. Prepare any necessary addenda for the project 8 24 16 4 8 60 $10,340 c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the project 8 16 16 8 48 $8,200 d. Participate in the Bid Opening 8 8 8 24 $4,800 e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract 8 16 4 1 8 1 36 $6,400 f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor 8 16 8 16 48 1$626,9301 $7,600 Total Hours 396 1 892 1 896 1 838 1 80 1 264 1 80 1 140 1 368 3954 Total Cost - Task 2 Final Design Engineering Services 1 $99,000 J$178,4001 $134,400 1 $113,130 1 $14,0001 $39,600 1 $4,000 J$16,8001 $27,600 1 7. Reimbursable Expenses Item Description Total a. Outside Services lGeotechnical Boring $20,000 Total Estimated Reimbursable Expenses $20,000 ENGINEERING SERVICES SUMMARY Utility Relocations for 1-49/MLK, Fayetteville, Arkansas PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase J$646,930 Total Engineering Fee - Not to Exceed J$646,930 Exhibit B - Scope of Services Fee Proposal (3-14-24)\2022129 Final Task 4 MILK Page 2 of 2 Page 80 of 834 Exhibit C hw Hawkins -Weir Engineers, Inc. Hourly Rate Schedule: 2024 Description Billing Rate/Hour Engineer VI $250 Engineer VI $225 Engineer V $200 Engineer IV $175 Engineer 111 $150 Engineer II $125 Engineer 1 $75 Environmental Specialist 11 $130 Environmental Specialist 1 $110 Designer II $135 Designer 1 $100 CAD/BIM Modeler II $135 CAD/BIM Modeler 1 $100 CAD/GIS Technician 111 $120 CAD/GIS Technician 11 $95 CAD/GIS Technician I $75 Construction Manager II $140 Construction Manager 1 $125 Construction Observer IV $135 Construction Observer III $115 Construction Observer II $95 Construction Observer 1 $75 Surveyor $150 GPS Survey $175 Survey Technician $50 Business Manager $100 Graphic Designer $100 Document Processor $75 Reimbursable Expenses Mileage $0.72/mile Printing @ Cost Travel @ Cost Expert Witness Rate x 2.0 Other Direct Costs @ Cost Notes: 1. Hourly rates may be equitably adjusted annually 2. Adjustment to rate schedule will not change contract lump sum or NTE amounts 3. If a conflict exists, hourly rates & reimbursable expenses will be invoiced per terms of Agreement. Page 81 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Olsson, Inc. - Engineering for Baxter Water Tank Improvements RECOMMENDATION: 2024-32 Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. for design of removal and replacement of coating systems and updating safety systems for the Baxter water storage tank in an amount not to exceed $68,000.00. BACKGROUND: The Baxter 1-MG elevated storage tank is located at the end of Baxter Lane near North Street between College Ave. and Mission Blvd. This tank provides water to the City's primary pressure plane. The tank is in need of removal and replacement of the painted coating systems due to normal aging. Furthermore, the tank climbing systems are outdated and need to be updated to modern safety standards. Tank inspections performed in 2023 identified this tank as the top priority for reconditioning. DISCUSSION: Olsson Inc. has been involved in many past City tank rehabilitation projects, as well as new construction designs. On January 9, 2024, the City of Fayetteville conducted a formal Engineering Selection meeting for this project and selected Olsson, Inc. (RFQ 23-01, Selection #12). The scope of services for this project will include site visits, structural inspections and analyses, developing plans and specifications for coating systems and tank mixing retrofits, and bidding services. BUDGET/STAFF IMPACT: Funds are available in the Water Tank Improvements account within the Water & Sewer fund. ATTACHMENTS: SRF (#3), Professional Engineering Services Agreement (#4), Appendix A - Scope of Services (#5) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 82 of 834 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-32 Olsson, Inc. - Engineering for Baxter Water Tank Improvements A RESOLUTION TO APPROVE AN ENGINEERING SERVICES AGREEMENT IN AN AMOUNT NOT TO EXCEED $68,000.00 BETWEEN THE CITY OF FAYETTEVILLE AND OLSSON, INC. FOR DESIGN OF REMOVAL AND REPLACEMENT OF COATING SYSTEMS AND UPDATING SAFETY SYSTEMS FOR THE BAXTER WATER STORAGE TANK WHEREAS, the Baxter storage tank provides water to the City's primary pressure plane; and WHEREAS, the tank needs removal and replacement of the painted coating systems due to normal aging; and WHEREAS, the tank climbing systems are outdated and need to be updated to modern safety standards. NOW, THEREFORE, 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 authorizes Mayor Jordan to sign an agreement in an amount not to exceed $68,000.00 with Olsson, Inc. for design of removal and replacement of coating systems and updating safety systems for the Baxter water storage tank. Page 1 Page 83 of 834 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-32 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/10/2024 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. for design of removal and replacement of coating systems and updating safety systems for the Baxter water storage tank in an amount not to exceed $68,000.00. 5400.720.5600-5314.00 Account Number 14010.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: RFQ 23-01, Selection #12 Budget Impact: Water & Sewer Fund Water Tank Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,706,879.00 $ 78,910.70 Is 2,627,968.30 $ 68,000.00 2,559,968.30 Previous Ordinance or Resolution # Approval Date: V20221130 Page 84 of 834 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON INC. BAXTER 1MG GROUND WATER STORAGE TANK REHABILITATION THIS AGREEMENT is made as of , 2024, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Olsson, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction administration of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1- AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Olsson Contract Baxter 1 MG Tank Rehab Page 85 of 834 SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The City Engineer shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.7 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $68,000.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by Olsson Contract Baxter 1 MG Tank Rehab 2 Page 86 of 834 ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Tyne of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim Olsson Contract Baxter 1 MG Tank Rehab Page 87 of 834 ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. Olsson Contract Baxter 1 MG Tank Rehab Page 88 of 834 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right to use the deliverables subject to the provisions of Paragraph 6.12.2. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. Olsson Contract Baxter 1 MG Tank Rehab Page 89 of 834 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise Olsson Contract Baxter 1 MG Tank Rehab Page 90 of 834 CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the Engineer's plans and specifications, including all documents on electronic media ("delivered documents"), as instruments of professional service. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to the Engineer. Except for the Engineer's services provided for by this Agreement as related to the construction and completion of the Project, the ENGINEER accepts no liability arising from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless the Engineer is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the Engineer's responsibilities and obligations under this Agreement. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate parry at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: 3537 North Steele Blvd. STE 310 Fayetteville, Arkansas 72703 Olsson Contract Baxter 1 MG Tank Rehab Page 91 of 834 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. Olsson Contract Baxter 1 MG Tank Rehab Page 92 of 834 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Olsson Contract Baxter 1 MG Tank Rehab Page 93 of 834 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will 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. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk OLSSON, INC. By: 4 Chris Hall, PE, Water Market Leader By: 11u0 Chris Dc der END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Olsson Contract Baxter 1 MG Tank Rehab 10 Page 94 of 834 olsson a Appendix A SCOPE OF SERVICES Corey Granderson Utilities Engineer City of Fayetteville, Arkansas PROJECT DESCRIPTION AND LOCATION Project will be located at: 456 E. Baxter Lane, Fayetteville, AR Project Description: Baxter 1 MG Ground Storage Tank Rehabilitation SCOPE OF SERVICES Olsson hereby agrees to provide the following services ("Scope of Services") to the City of Fayetteville ("Client") for the Project: PHASE 100 PROJECT MANAGEMENT Project Management Project management includes coordination of the various disciplines that have involvement in the project, tracking work completion, maintenance of project schedule, billings, and miscellaneous communication with the Owner and internal staff. Project Kickoff Meeting Olsson will schedule and attend a project kickoff meeting with the Owner. The purpose of the meeting will be to establish chains of communication, establish a schedule for completion, and perform a site visit to aid in the development of the Bidding Documents. The inspection report (December, 2023 by KLM Engineering), provided by the Owner will be reviewed at the kickoff meeting to identify which improvements identified in the inspection will be performed in conjunction with this project. Olsson will make a formal data request at the kickoff meeting to identify additional information from the Owner to complete the project. The information request is anticipated to include, but is not limited to: • Existing Tank Drawings • Previous Inspection Reports • Information on existing coatings systems Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 95 of 834 Maps of the existing onsite water and electrical system Olsson will provide the Meeting Agenda and generate and distribute meeting minutes within one week of the meeting's conclusion. PHASE 200 DETAILED DESIGN Project Site Visit Olsson Engineer(s) shall visit site to conduct inspection of existing coating system and other tank rehabilitation items including ladders, rails, overflow pipe, existing cathodic protection and other items. Site visit will be coordinated with City preferred coating manufacturer professional to obtain recommendations. Lead testing of existing coating system will be requested from manufacturer's professional. A maximum of one site visit is included. Project Specifications Olsson will prepare Contract Documents to show the general scope, extent, and character of the work to be furnished and performed by the Contractor. The Bidding Documents are anticipated to include the following: • Surface Preparation Requirements • Recommended Coating Systems • Permits and Regulatory Requirements • Mixing System Specifications It is anticipated that a full drawing set will not be developed with the project, and the specifications will include supplementary figures as necessary to detail proposed improvements. Specifications will be developed electronically using E-Specs software. Structure Modifications Design Olsson will prepare details and specifications for modifications to the tank structure based on recommendations noted within the KLM Inspection Report (2023), which shall include the following: • Interior access system including ladder and fall arrest. • Exterior access system including ladder, fall arrest, and security cage. • Top of tank access system including platform from ladder, non -slip walking surface product and extents, and perimeter safety railing layout. • Other miscellaneous interior modifications to structure based on recommendations within the KLM Inspection Report. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 96 of 834 Other miscellaneous exterior modifications to structure, based on recommendations within the KLM Inspection Report. Electrical Service Connection Design Olsson will design branch circuity from the proposed mixing system to the onsite PLC, where it will be terminated and connected onto by others. Construction specifications will be added to plan sheets within the Bidding Documents and separate book specifications will not be generated. Owner Review Draft Bidding Documents will be submitted to the Owner for review and approval upon reaching 90% completion. The documents will be submitted, either electronically or via hard copy upon the Owner's request. Olsson will incorporate comments and answer questions that arise out of the Client's review. It is anticipated that a one hour virtual meeting will be scheduled to discuss any comments to be incorporated into the final Bidding Documents. Internal QA/QC Review Olsson will perform an independent quality control review of the Bidding Documents to ensure completeness and constructability in accordance with Olsson's Quality Management Plan. Specifications and associated figures will be updated to address comments that arise during the review. Opinion of Probable Cost Using bid tabulations from recently bid projects, Means Estimating Guide, and discussions with tank painting contractors, Olsson will prepare an Opinion of Probable Cost and submit to the Owner. Agency Review Olsson will submit sealed bidding documents to the Arkansas Department of Health for the purpose of obtaining a Construction Report. The review fee of $500 is included in this contract. Olsson will address comments received from Arkansas Department of Health and reseal the updated bidding documents. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 97 of 834 PHASE 300 BID AND PRECONSTRUCTION SERVICES Invitation for Bids Olsson will work with the Owner to identify potential contractors to bid upon the project. The Client will prepare and distribute an Invitation to Bids. Distribute Bidding Documents Olsson will provide bidding documents electronically to the Client to be posted on an electronic bidding site. The Client will manage the electronic bid and be responsible for any associated costs. Pre -Bid Meeting Olsson will attend a pre -bid meeting with the Client presiding. Olsson will collect questions received during the meeting and generate formal answers to each, submitting them to the Client to distribute to potential bidders. Answer Questions/Prepare Addenda All questions during bidding will initially be directed to the Client and forwarded to Olsson as necessary. Where deemed necessary, Olsson will develop addenda to clarify questions that arise during the bidding period. Olsson will generate addenda, and the Client will distribute them via the electronic bidding site. Bid Opening Olsson will attend the Bid Opening and be present for opening the bids. Olsson will collect the bids after the Bid Opening, summarize into a Bid Tabulation, and identify the Apparent Low Bidder. Recommendation of Award Olsson will review the bidding documents supplied by potential bidders to ensure that the apparent low bidder has submitted a complete bid. After verifying that all requirements have been met as identified in the front end documents, Olsson will generate a letter recommending award to the lowest responsive and responsible bidder. Olsson will provide the Owner with an engineer -certified Bid Tabulation with the Recommendation of Award. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 98 of 834 PHASE 400 ENGINEERING CONSTRUCTION ADMINISTRATION Services for Engineering Construction Administration are not included. These services are additional and shall be provided by amendment. PHASE 500 CONSTRUCTION OBSERVATION SERVICES Services for Construction Observation Services are not included. These services are additional and shall be provided by amendment. PROJECT SCHEDULE • Council Approval: • Kickoff Meeting: • Preliminary Design: • QA/QC: • Submit to ADH: • Est. Bid Advertisement: • Bidding Phase Services • Construction: COMPENSATION Tuesday, May 07, 2024 Tuesday, May 14, 2024 80 Days 14 Days Friday, August 16, 2024 Sunday, October 13, 2024 21 Days Spring 2025 Client shall pay to Olsson for the performance of the Scope of Services, the actual hourly labor rates of personnel performing such services on the project times a factor of 3.20, and all actual reimbursable expenses in accordance with the Reimbursable Expense Schedule attached to this agreement. Olsson shall submit invoices on a monthly basis, and payment is due within 30 calendar days of invoice date. Olsson's Scope of Services will be provided on a time -and -expense basis not to exceed $68,000.00. Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client's prior written approval. Optional Additional Services shall include but not limited to: • Any meetings with local, State, or Federal agencies, or other affected parties to discuss the project, other than those specifically noted. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 99 of 834 • Supplemental engineering work required to meet the requirements of regulatory or funding agencies that may become effective subsequent to the date of this agreement. • Assist City with negotiating and reviewing any liquidated damages for delays caused by Contractor if the project extends beyond the anticipated contractual durations. • Special consultants or independent professional associates requested or authorized by City. • Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, and services after the award of the contract in evaluating and determining the acceptability of substitutions proposed by the Contractor. • Evaluation of unusually complex claims or an unreasonable or extensive number of claims submitted by the Contractor or others in connection with the work beyond the level of effort budgeted under Construction Phase Services. • Changes in the general scope, extent, or character of the project or its design including, but not limited to, changes in size, complexity, the City's schedule, character of construction, or method of financing; and revisions to previously accepted studies, reports, design documents, or construction Contract Documents when such revisions are required by changes in laws, regulations, ordinances, codes, or are due to any other causes beyond the Engineer's control. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Page 100 of 834 Date: 26-Mar-24 Job: Baxter 1 MG Ground Storage Tank Rehab TOTALS Phase/ Task Description of Work Total Man -Days Total Labor Fee Total ExpnSe Fee Total Fee 100 Project Administration - $ - $ - $ - General Project Administration 3.00 $ 5,160.00 $ - $ 5,160.00 Project Kickoff Meeting 2.13 $ 2,875.00 $ 20.10 $ 2,895.10 200 Design Phase - $ - $ - $ - Site Visit 1.50 $ 1,830.00 $ 20.10 $ 1,850.10 Project Specifications 23.50 $21,380.00 $ - $21,380.00 Structure Modifications Design 12.00 $13,840.00 $ - $13,840.00 Electrical Service Connection Design 2.00 $ 3,520.00 $ - $ 3,520.00 Client Review 2.50 $ 3,300.00 $ - $ 3,300.00 QA/QC Review 4.00 $ 6,080.00 $ - $ 6,080.00 Opinion of Probable Costs 2.13 $ 2,455.00 $ - $ 2,455.00 Agency Review 2.00 $ 2,080.00 $ 550.00 $ 2,630.00 - $ - $ - $ - 300 Bidding Phase Services - $ - $ - $ - Invitation for Bids 0.63 $ 635.00 $ - $ 635.00 Distribute Plans and Specifications 0.25 $ 215.00 $ - $ 215.00 Answer Questions/Prepare Addenda 3.00 $ 3,400.00 $ - $ 3,400.00 Recommendation of Award 0.63 $ 635.00 $ - $ 635.00 400 Construction Phase Services - $ - $ - $ To be negotiated at a later date. - GRAND TOTAL 1 59.27 $67,405.00 1 $ 590.20 $67,995.20 \\Ite-o m a-fs 1 \genera l_data\Market\Water\Wate r_Wastewater\Fayetteville\ProposaIs_Contracts_Temp\CONTRACTS\2024\FayetteviI Total Fee (rounded)l $68,000.00 Page 101 of 834 Olsson 2024 Billing Rate Schedule Description Range Principal $140.00 - $463.00 Project Manager $129.00 - $274.00 Project Professional $95.00 - $242.00 Assistant Professional $71.00 - $178.00 Designer $90.00 - $216.00 CAD Operator $59.00 - $137.00 Administrative/Clerical $47.00 - $206.00 Survey $56.00 - $210.00 * Construction Services $49.00 - $279.00 * Note: 1. Special Services not included in above categories will be provided on a Special Labor Rate Schedule 2. Rates subject to change based upon updates to Billing Rates for upcoming year. Eff. 01 /2023 Page 102 of 834 olsson a REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Automobiles (Personal Vehicle) Suburban's and Pick -Ups Automobiles (Olsson Vehicle) Other Travel or Lodging Cost Meals Printing and Duplication including Mylars and Linens In -House Outside Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Film and Photo Developing Telephone and Fax Transmissions Miscellaneous Materials & Supplies Applicable to this Project Copies of Deeds, Easements or other Project Related Documents Fees for Applications or Permits Sub -Consultants Taxes Levied on Services and Reimbursable Expenses Cost $0.67/mile $0.75/mile* $95.00/day Actual Cost Actual Cost Actual Cost Actual Cost+10% Actual Cost Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost `Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Eff. 01 /2024 Page 1 of 1 Page 103 of 834 Date: 26-Mar-24 Job: Baxter 1 MG Ground Storage Tank Rehab TOTALS Phase/ Task Description of Work Total Man -Days Total Labor Fee Total ExpnSe Fee Total Fee 100 Project Administration - $ - $ - $ - General Project Administration 3.00 $ 5,160.00 $ - $ 5,160.00 Project Kickoff Meeting 2.13 $ 2,875.00 $ 20.10 $ 2,895.10 200 Design Phase - $ - $ - $ - Site Visit 1.50 $ 1,830.00 $ 20.10 $ 1,850.10 Project Specifications 23.50 $21,380.00 $ - $21,380.00 Structure Modifications Design 12.00 $13,840.00 $ - $13,840.00 Electrical Service Connection Design 2.00 $ 3,520.00 $ - $ 3,520.00 Client Review 2.50 $ 3,300.00 $ - $ 3,300.00 QA/QC Review 4.00 $ 6,080.00 $ - $ 6,080.00 Opinion of Probable Costs 2.13 $ 2,455.00 $ - $ 2,455.00 Agency Review 2.00 $ 2,080.00 $ 550.00 $ 2,630.00 - $ - $ - $ - 300 Bidding Phase Services - $ - $ - $ - Invitation for Bids 0.63 $ 635.00 $ - $ 635.00 Distribute Plans and Specifications 0.25 $ 215.00 $ - $ 215.00 Answer Questions/Prepare Addenda 3.00 $ 3,400.00 $ - $ 3,400.00 Recommendation of Award 0.63 $ 635.00 $ - $ 635.00 400 Construction Phase Services - $ - $ - $ To be negotiated at a later date. - GRAND TOTAL 1 59.27 $67,405.00 1 $ 590.20 $67,995.20 \\Ite-o m a-fs 1 \genera l_data\Market\Water\Wate r_Wastewater\Fayetteville\ProposaIs_Contracts_Temp\CONTRACTS\2024\FayetteviI Total Fee (rounded)l $68,000.00 Page 104 of 834 Olsson 2024 Billing Rate Schedule Description Range Principal $140.00 - $463.00 Project Manager $129.00 - $274.00 Project Professional $95.00 - $242.00 Assistant Professional $71.00 - $178.00 Designer $90.00 - $216.00 CAD Operator $59.00 - $137.00 Administrative/Clerical $47.00 - $206.00 Survey $56.00 - $210.00 * Construction Services $49.00 - $279.00 * Note: 1. Special Services not included in above categories will be provided on a Special Labor Rate Schedule 2. Rates subject to change based upon updates to Billing Rates for upcoming year. Eff. 01 /2023 Page 105 of 834 olsson a REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Automobiles (Personal Vehicle) Suburban's and Pick -Ups Automobiles (Olsson Vehicle) Other Travel or Lodging Cost Meals Printing and Duplication including Mylars and Linens In -House Outside Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Film and Photo Developing Telephone and Fax Transmissions Miscellaneous Materials & Supplies Applicable to this Project Copies of Deeds, Easements or other Project Related Documents Fees for Applications or Permits Sub -Consultants Taxes Levied on Services and Reimbursable Expenses Cost $0.67/mile $0.75/mile* $95.00/day Actual Cost Actual Cost Actual Cost Actual Cost+10% Actual Cost Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost `Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Eff. 01 /2024 Page 1 of 1 Page 106 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Bid 24-30 D.J. Shubeck Company — Biosolids Sludge Pump RECOMMENDATION: 2024-43 Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco L.P. c/o D.J. Schubeck Company in the amount of $56,340.36 plus applicable taxes and freight charges for use at the West Side Water Resource Recovery Facility. BACKGROUND: The existing biosolids sludge pump at West Side WRRF failed in late 2023. It is 1 of 4 sludge pumps in the process, and it was original plant equipment from 2007. The cost of a rebuild on this pump is approximately 80% of the cost of purchasing a new pump. DISCUSSION: The City of Fayetteville solicited formal bids for a new biosolids sludge pump per Bid 24-30. National Oilwell Varco L.P. c/o D.J. Schubeck Company was the lowest qualified bidder in the amount of $56,340.36. D.J. Shubeck is the manufacturer representative, and National Oilwell Varco is the pump manufacturer. The purchase would be made from National Oilwell Varco so that the City gets better pricing. Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco in the amount of $56,340.36 plus any applicable taxes and freight charges. This will bring all four sludge pumps back into operation at the West Side treatment facility. BUDGET/STAFF IMPACT: Funds are available in the Plant Pumps and Equipment account within the Water & Sewer fund. ATTACHMENTS: SRF (#3), Bid 24-30, Bid Tab - Final (#4), Bid 24-30, Submittal - D.J. Shubeck Company - E (#5) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 107 of 834 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-43 Bid 24-30 D.J. Shubeck Company — Biosolids Sludge Pump A RESOLUTION TO AWARD BID # 24-30 AND AUTHORIZE A CONTRACT WITH D.J. SCHUBECK COMPANY IN THE AMOUNT OF $56,340.36 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR THE PURCHASE OF A BIOSOLIDS SLUDGE PUMP FOR USE AT THE WEST SIDE WATER RESOURCE RECOVERY FACILITY 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 No. 24-30 and authorizes Mayor Jordan to sign a contract with D.J. Schubeck Company in the amount of $56,340.36 plus any applicable taxes and freight charges for the purchase of a biosolids sludge pump for use at the West Side Water Resource Recovery Facility. Page 1 Page 108 of 834 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-43 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/11/2024 WASTEWATER TREATMENT (730) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco L.P. c/o D.J. Schubeck Company in the amount of $56,340.36 plus applicable taxes and freight charges for use at the West Side Water Resource Recovery Facility. 5400.730.5800-5801.00 Account Number 02069.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Budget Impact: Water and Sewer Fund Plant Pumps and Equipment - WWTP Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 1,622,210.00 $ 509,339.04 1,112,870.96 $ 61,833.55 1,051,037.41 Previous Ordinance or Resolution # Approval Date: V20221130 Comments: Freight is included within the bid pricing and taxes are estimated at $5,493.19 for an estimated total of $61,833.55. Page 109 of 834 CITY OF _ FAYETTEVILLE IARKANSAS BID TABULATION Bid 24-30, Biosolids Sludge Pump DEADLINE: Tuesday, March 26, 2024 at 2:00 PM TOTAL Seepex, Inc. D.J. Shubeck Company Jack Tyler Engineering Electric Motor Center of Springdale Haynes Pump & Process $26,510.00 $56,340.36 $62,500.00 $80,966.00 $108,104.00 Line # Description CITY UOM Unit Unit Unit Unit Unit 1 Biosolids Sludge Pump 1 EA 26 510.00 56 340.36 $62,500.00 $80,966.00 $108,104.0O Rejected: Incomplete z � Kenny Fitch, Purchasing Agent 1 3 a1 ,�,4 sing Agent Page 110 of 834 CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-30 Addendum 2 D.J. Shubeck Company Supplier Response Event Information Number: Bid 24-30 Addendum 2 Title: Biosolids Sludge Pump Type: Invitation to Bid Issue Date: 3/3/2024 Deadline: 3/26/2024 02:00 PM (CT) Notes: The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) sludge pump. This bid is for the purchase of equipment only; installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville- ar.gov or by calling (479) 575-8258. Contact Information Contact: Kenny Fitch Purchasing Agent Address: Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: kfitch@fayetteville-ar.gov Page 1 of 3 pages Vendor: D.J. Shubeck Company Bid 24-30 Addendum 2 Page 111 of 834 D.J. Shubeck Company Information Contact: Ryan Smith Address: 5800 E. Skelly Drive Suite 709 Tulsa, OK 74012 Phone: (918) 742-0732 Email: ryansmith@djshubeck.com Web Address: www.djshubeck.com By submitting your response, you certify that you are authorized to represent and bind your company. Ryan Smith ryansmith@djshubeck.com Signature Email Submitted at 312512024 03:40:54 PM (CT) Supplier Note We are providing a genuine Moyno pump that is an exact duplicate of your existing Moyno pump. Requested Attachments Bid 24-30, Bid Form and Signature Pages Completed Bid 24-30, Bid Form (Addendum 1).pdf Please attach your signed, completed form. This can be found in the 'Attachments' tab. Response Attachments Fayetteville Quote_QUO-110404-X4J4X7 rev1.pdf Proposal, including the pump specifications. City of Fayetteville AR VWVTP References 3-25-24.doc References Bid Attributes 1 1 Check Yes or No: 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 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. 10 Yes ❑ No Page 2 of 3 pages Vendor: D.J. Shubeck Company Bid 24-30 Addendum 2 Page 112 of 834 2 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes ❑ No 3 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 1 1 Biosolids Sludge Pump Quantity 1 UOM: EA Supplier Notes Price: 1 $56,340.36 Total: 1 $56,340.36 Freight and the adder for the 5-year warranty ARE included in the price. The price is itemized on the attached proposal. Response Total: $56,340.36 Page 3 of 3 pages Vendor: D.J. Shubeck Company Bid 24-30 Addendum 2 Page 113 of 834 CITY OF _ FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 24-30, Biosolids Sludge Pump DEADLINE: Tuesday, March 26, 2024 before 2:00 PM, Local Time PURCHASING AGENT: Kenny Fitch, kfitch@fayetteviIle-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 03/03/2024 INVITATION TO BID Bid 24-30, Biosolids Sludge Pump No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Division. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 1 of 15 Page 114 of 834 City of Fayetteville Bid 24-30, Biosolids Sludge Pump Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 24-30, Biosolids Sludge Pump The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) sludge pump. This bid is for the purchase of equipment only; installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-8258. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Tuesday, March 26, 2024 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical bid to the City of Fayetteville, Purchasing Division address listed below. All bids are due before the time stated. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayettevillear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. Any bidder providing a service must be registered with the Arkansas Secretary of State by the bid deadline. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Kenny Fitch, Purchasing Agent P: 479.575.8258.kf itch @fayettevi I I e-a r.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 03/03/2024 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $177.41 City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 2 of 15 Page 115 of 834 City of Fayetteville Bid 24-30, Biosolids Sludge Pump Required Bid Form — Bid Signature & Online Submittal Reqirements EXECUTION OF BID: All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder. Bidders shall also complete submission through the City's online bidding portal (www.favetteville-ar.gov/bids) and complete and submit all required information, which may include: • RH Attrihiitac • Bid Line Items — Bidders shall bid on all line items and not submit partial bids • Response Attachments o Required Bid Form (this form, completed in its entirety) Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. PRICE: Bidders shall submit pricing on the City's online bidding portal (www.fayetteville-ar.gov/bids) in the format presented online. Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to obtain documents necessary to submit a physical sealed bid; however, all bidders are strongly encouraged to submit on the City's online bidding portal. Upon signing this Bid, the bidder certifies that: 1. Bidder has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Bidder is qualified and licensed in accordance with all applicable laws of federal, state, and local governments where the project is located. Any necessary registrations or licenses must be obtained prior to the bid deadline. 3. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 4. 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 City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 3 of 15 Page 116 of 834 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. 5. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 6. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized to certify the information provided herein is accurate and true. 7. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 8. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 9. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. 10. As s bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 4 of 15 Page 117 of 834 Unsigned bids will be rejected. Iterns marked * are mandatory for consideration. '-NAME OF FIRM: N "MAA Cdw&0 � WI-D i?urchase oro'erlPayment; sha/I be issueY to rNs name 'kD/Ei/A or Corporation Name: National Oilwell Varco L.P. 1%USINESS ADDRESS: 8017 Breen Rd "CITY: Richmond *PHONE: 346-223-5000 "E.-MAIL: TR-USA-moynorfq@nov.com "BY: (PRIN'TED NAME) Kris Ellii's''// *AUTHORIZED SIGNATURE: _ id^A% ,o *TITLE: Regional Sales Manager UNIQUE: ENTITY NUMBER: *STATE: Texas *Z,IP: 77064 CAGE NUMBER: *TAX ID NUMBER: 76-0488987 Acknowledge Addendums; Addendum No. 1 Dated: 3.12.24 Acknowledged by: Kris Ellis -Ryan Smith Addendum No. 2 Dated: 3.25.24 Acknowledged by: Kris Ellis - Ryan Smith Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 5 of 15 Page 118 of 834 City of Fayetteville Bid 24-30, Biosolids Sludge Pump General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.faVetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citVoffaVetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Bidder should call the Purchasing Office at 479.575.8256 to ensure correct receipt of bidding documents rp for to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 6 of 15 Page 119 of 834 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Kenny Fitch, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8256 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 7 of 15 Page 120 of 834 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: 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. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 8 of 15 Page 121 of 834 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 9 of 15 Page 122 of 834 d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bid der's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 10 of 15 Page 123 of 834 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Statutory Amount Comprehensive General & Automotive Liability: $250,000 each person $500,000 aggregate Property Damage Liability: $100,000 aggregate 26. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshaiinotbeinciudedin thebidprice. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 11 of 15 Page 124 of 834 d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Bidder in responding to this solicitation is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Bidder for any expense so incurred, regardless of whether or not the submittal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone (479.575.8258) or e-mail (kfitch @fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kfitch@fayetteville-ar.goy) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 12 of 15 Page 125 of 834 m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having anyjurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 27. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 13 of 15 Page 126 of 834 City of Fayetteville Bid 24-30, Biosolids Sludge Pump Technical Specifications ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATIONS" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a._), bidder shall write a "check mark" or write "yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can resultin bidder D15OUALIFICA TION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not. 1. GENERAL- 1.1 It is the intent of the following specifications to describe a two -stage sludge pump. 1.2 Named manufacturers within the specifications shall be used as a basis of design on regard to establishing a minimum performance standard. 1.3 All unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed incomplete and will not be considered for bid award. 1.4 All specifications written are to minimums, unless otherwise noted. 1.5 Unit(s) bid shall be new and of the latest standard production model as offered for commercial trade. 1.6 This bid is for equipment only. Installation shall be the responsibility of the City. 1.7 A list containing a minimum of three (3) users/references shall accompany this bid to qualify as a responsible bidder. The listing shall contain company, primary contact name, e-mail, phone number, and date of purchase. Users/references shall have had similar equipment purchased within the past five (5) years. 2. MANUFACTURER/MODEL— a. V The pump shall be a standard, two -stage Moyno sludge pump, or equal. b. V The body of the pump shall be made of cast iron. V The stator shall be made of Nitrile RM100. d. V The rotor shall be chrome plated. e.V Internal materials making contact with the sludge shall be made of Alloy 4150. f. V The pump shall be equipped with a 40 HP premium efficiency TEFC electric motor. g. V The pump must be compatible with the existing flange connections. Current suction flange and discharge flange have a 10in diameter. h. V Discharge flange face shall be 99.33" from the center of the suction flange, in order to maintain existing pipe infrastructure. i. The pump shall be designed to permanently connect to inlet and outlet pipes. j. V The pump shall have an inline drive configuration with gear reducer. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 14 of 15 Page 127 of 834 k. V The pump shall have a fiber deflector and a shaft sleeve. 3. PERFORMANCE SPECIFICATIONS — a. V Pump shall be capable of delivering 628 GPM at a maximum discharge pressure of 45 PSI. b. No Pump shall be capable of 213 RPM. c. No Pump shall be capable of operating with 6.362 ft net positive suction head. 4. WARRANTY a. V The warranty shall begin at the time the pump is installed. b. V Pump shall be provided with prorated a 60-month (5 year) warranty against defects in materials and/or workmanship. C. V The warranty shall be the latest revision in printed form and previously published as the manufacturer's standard warranty for all similar manufactured units. d. A certificate shall be provided to the City of Fayetteville with the local contact information and effective start-up date. 3b. - The gear reducer ratio has an output rpm of 216 not 213 rpm based on the gear reducer ratio available. 3c. - The NPSHR of 6.362 ft for a 2J345G1 equates to a pump speed of 194 RPM. The specs. in 3b. call out for 213 rpm (which 216 rpm was the closest ratio as stated above). If the pump runs at 216 rpm the NPSHR is 7.76 ft. There is no getting around the fact that if the pump runs faster it will have a higher NPSHR. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 15 of 15 Page 128 of 834 D.J. Shubeck Company Fluid Handling Specialist 580o E Skelly Dr Suite 709 • Tulsa, Oklahoma 74135 Office (918) 742-0732 • Fax (918) 742-4529 City of Fayetteville, AR Bid 24-30 — Biosolids Sludge Pump References: 3-25-24 Reference 1: City of Fayetteville, AR — Noland WWTP Buddy Carter — Buddy. Carter(a�jacobs.com WS Moyno Sludge Pump 19-4 — 2J345G1 CDQ-A-RS-A 479-443-3292 Reference 2: City of Memphis, TN Stiles WWTP Alan Meadors — Mtn Manager - alan.meadors@memphistn.gov 373 Stiles Drive — Memphis TN 38127 901-636-4313 Moyno Sludge pumps in service since the 80's Reference 3: City Water & Light (CW&L) 105 West Johnson Jonesboro, Arkansas 72401 Scott Maynard — WWTP Superintendent Phone: 870-935-5581 Ext 388 Email: sma, n�(ajonesborocwl.com Ryan Smith D.J. Shubeck Co. 5800 E. Skelly Dr Suite 709 Tulsa, OK 74135 P. 918.742.0732 F. 918.742.4529 www.djshubeck.com Page 129 of 834 ui'od Moti*on o u 'ons ,. 4000OFr 44- a mviivn aviuzio KEY City of Fayetteville, AR Purchasing Division Room 306 113 W. Mountain Road Fayetteville, AR 72701 Sales Person Kristen Ellis Quote Prepared By Jonathan Dorland Customer Contact Ryan Smith Phone 918-742-0732 Email ryansmith@djshubeck.com Line Part Number Description Quote Number Revision Quote Date Validity (Days) I ncoterms Currency Payment Terms T&Cs Final Destination End User QUO-110404-X4J4X7 1 13 March 2024 30 FOB USD Net 30 Days NOV Terms and Conditions United States City of Fayetteville, AR UOM Lead Time Qty Net Price Net Extended (Working Each Price Weeks) 1.0 2J345G1CDQ3AQA MOYNO- EA 17 1 $52,038.44 $52,038.44 2000_SE RI ES_PACKAGE 2000 Series Pump fitted with 30.0 kW / 40 HP Long Coupled Gearbox and Motor 2.0 WARRANTY-NOV 60-month warranty EA TBD 1 $2,601.92 $2,601.92 3.0 FREIGHT-G FREIGHT FOR GOODS EA TBD 1 $1,700.00 $1,700.00 Total in USD (Excluding Applicable Taxes) $56,340.36 The net pricing cited herein is exclusive of any applicable taxes. Therefore, final net price will be subject to variation based on the geographical location of the transaction or if the company is sales tax exempt. "Quoted delivery times are applicable at time of writing but are subject to prior sales." E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 2 of 7 Page 131 of 834 KEY Customer Name DJ SHUBECK COMPANY -EMAIL Quote Number QUO-110404-X4J4X7 ONLY Customer Ref. Quote Date : 13 March 2024 4nnlir_ntinn Dat; Pumped Product Capacity Suction Pressure Discharge Pressure Differential Pressure Capacity Speed 653.52 US 216 rpm GPM 628.00 US GPM 0.00 psi 45.00 psi 45.00 psi PerformanceActual Frequency 60 Hz SG Product Temperature Viscosity pH Solid Percentage Solid Size NPSHr Absorbed Power 1.00 20.00 deg C 1.0 cP 0.00 0.00 mm (Hard) : 0.00 mm (Soft) : 4.76 m 26.24 kW / 35.19 HP Variation of above information may affect pump duty point, drive power / rpm or selected pump materials. Pump Construction Details Product Line : 2000 Series Max Solid Handling : 21.8 MM (Hard) / 87.2 MM (Soft) Pump Model : 2J345G1CDQ3AQA Rotation : Suction On Gland No. Stage : 2 Suc. Chamber Handing : Vertical Rotor Mark : Standard Rotor Pump Option : Fiber Deflector & Shaft Sleeve Drive Mech : Connecting Rod Inlet Port : 10 IN ANSI Joint Type : Gear Joint Outlet Port : 10 IN ANSI Drive Coupling : Long Coupled Gearbox and Motor Paint Finish : Standard Two -Pack Epoxy Paint- RAL Sealing 5005 Blue Materials Shaft Size :4.50 IN Casing Parts : Cast Iron Sealing Type (Materials) : Braided Teflon & Graphite Packing - Stator : Nitrile Black Rotating Parts : Alloy Steel 4150 - Hard Chrome Plated Rotor Drive Specification Installed Power :40 HP Insulation Class : F Starting Method : DOL 3 PH Enclosure : TEFC Gearbox Mfg. : NORD Efficiency Class : Premium Efficient Model : SK72 Duty : Severe Duty Frame Size : IEC N/A- NEMA320TC IP Rating : IP55 Gearbox Speed (Ratio) : 205.0 rpm (8.19 : 1) Area Classification Gearbox Mounting : B3 Explosion Rating (Gbox) Motor Mfg. : WEG Explosion Rating (Motor) Motor Mounting : B34 Terminal Box Orien. Motor Speed : 1750.0 rpm Force Ventilation : N Orientation : 208/230/460V / 3 PH - 60 Hz Thermostats Electricity Supply Thermistors : N Anti -Condensation : N Tropical Protection Drip Cover NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, E industrial@nov.com USA ABN 77 004 449 478 Page 3 of 7 https://www.nov.com/fms Page 132 of 834 KEY E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USA ABN 77 004 449 478 Page 4 of 7 Page 133 of 834 KEY 1.00"i 900 800 700 600 500 C 400 300 200 100 0 40( 0 Pump Model: 2J345G1CDQ3AQA (Line Number: 1.0) Flow Vs Speed 4� Flow Vs Speed - Viscosity Speed Limit - Abrasion Speed Limit _ Selected Pump M 50 100 150 200 Speed - rpm E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 5 of 7 Page 134 of 834 KEY Power Vs Speed - Pressure at 0 psi - Pressure at 45.0 psi _ Power - 25.21 kW / 33.81 HP 40 35 30 25 20 3 O a 15 10 5 0 0 50 100 150 200 250 300 E industrial@nov.com https://www.nov.com/fms Speed - rpm NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 6 of 7 Page 135 of 834 KEY COMMENTS AND EXTRAS Packaging : See item price sheets Prices : Unless Seller has issued to the Buyer or Buyer's customer a limited period of price protection, prices are subject to change without notice. The Order is based on the prices of materials, labor, and transport ruling at the date of Order, and the Seller reserves the right to amend the price to meet any increase due to legislation, government orders, regulations, changes to prevailing wages and conditions in the industry, Force Majeure and/or any differences in exchange rates. Goods will be invoiced at the price in effect on the date the Goods are made ready for delivery at Seller's plant. Warranty : Please refer to our Terms and Conditions of Sale for further information. Terms and Conditions of Sale: NOV T&Cs —Available upon request. Exceptions List Unless specifically mentioned in our detailed offer for each item listed, the following are NOT included in our price whether specified or not: Anchor Bolts, Gauges, Panels, Seal or Packing Flush Hardware, Seal Systems, Controls, Contacts, VFDs, Starters (AC Motors), Tools, Valves, Test/Certificate Equipment Recording, Lubricants, Pressure Switches, Special Paint or Paint Preparation, Timers, Taxes and Noise & Vibration Testing. Pump is calculated to need 7.76 feet NPSHR at 216 RPM. ISO 9001:2015 We hereby assure that NOV-FMS product meets our Quality Management System requirements in accordance with IS09001:2015. Pump Model: 2J345G1CDQ3AQA (Line Number: 1.0) Area Classification Unless otherwise stated, goods supplied are for use in non -hazardous "safe" areas only. If in doubt please contact us. E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USA ABN 77 004 449 478 Page 7 of 7 Page 136 of 834 Request for 'Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. NATIONAL OILWELL VARCO, L.P. 2 Business name/disregarded entity name, if different from above m �P 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the Y 4 Exemptions codes apply only to P� ( PP Y Y 0 following seven boxes. certain entities, not individuals; see a o ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ TrusUestate Instructions on page 3): single -member LLC Exempt payee code (if any) 5 a 4. 462 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting + m LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that is disregarded from code if an ( y) a U another not the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that F is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) 0) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) in 10353 RICHMOND AVENUE 6 City, state, and ZIP code HOUSTON, TX 77042 7 List account number(s) here (optional) Taxpaver Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid LS backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and [ E Number To Give the Requester for guidelines on whose number to enter. F �l[�eC�7�E7000� Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Here I UIS.personf► i� 4 Ai�1l� ' Date i t National oilwell Varco, L.P. Texas Registered DBA Names: Grant Prideco, L.P. Division/Branch Names: Grant Prideco Chemineer Completion Tools Directional Drilling Technologies (DDT) Downhole National Oilwell DHT, L.P. Hydra Rig M/D Totco Moyno US NOV Elmar NOV Intervention Stimulation Equipment NOV Process & Flow Technologies US, Inc. XL Systems, L.P. NOV Pressure Control Group Quality Tubing ReedHycalog Rolligon Texas Oil Tools Tuboscope Wellsite Services Wilco Machine & Fab Inc Cat. No. 10231X Form W-9 (Rev. 10-2018) Page 137 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Garney Companies, Inc. - Change Order No. Line RECOMMENDATION: CITY COUNCIL MEMO 2024-53 for West Corridor Water Transmission Staff recommends approval of Change Order No. 1 with Garney Companies, Inc. in the amount of $75,450,081.00 for the West Corridor Water Transmission Line Project. BACKGROUND: The City of Fayetteville owns and operates two parallel water transmission lines from Beaver Water District (BWD) in Lowell that enter from the northeast corner of the City. These lines are a 36-inch pipe installed in 1967 and a 42-inch pipe installed in 1993. BWD intends to build a western water distribution point near HWY- 112 and the newly constructed Springdale Northern Bypass, HWY-612. This facility will supply a western water transmission feed to all four customer cities, helping with hydraulics, critical redundancy, and overall utility resiliency. Fayetteville's 11.4-mile connection to the proposed BWD facility is currently under engineering design and permitting. Garvey Companies, Inc. was selected (RFQ 23-05) and a contract executed (Res. 243-23) for Construction Manager At -Risk services on this project. Garney's pre -construction services have been ongoing, with the project successfully on -track with permitting and procurement goals. DISCUSSION: To meet the project's loan closing deadline of June 30th, 2024 with ANRD, a Guaranteed Maximum Price (GMP) must be established by Garvey, approved by the Fayetteville City Council via change order, and submitted to ANRD immediately following the May 7th City Council meeting. The GMP developed by Garney includes known material procurement pricing received through sealed competitive bidding on April 5th, 2024 and includes detailed construction estimates by Garvey of the 90% Construction Documents prepared by McClelland Consulting Engineers. BUDGET/STAFF IMPACT: On August 1 st, 2023, City Council approved Resolution 169-23 approving a Budget Adjustment to recognize loan funding from the Arkansas Natural Resources Commission in the amount of $85,000,000.00, contingent on the approval of the bond issuance and the completion of the loan closing. On April 16th, 2024, Ordinance 6737 was approved by the City Council authorizing the issuance and sale of a not to exceed $85,000,000.00 Water and Sewer System Revenue Bond, Series 2024. Once the execution and Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 138 of 834 delivery of a bond purchase agreement providing for the sale of the bond has been done, the Budget Adjustment will be posted. ATTACHMENTS: SRF (#3), Recommendation of Approval from McClelland Consulting Engineers (#4), Garney Companies, Inc. - GMP Submission (#5) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 139 of 834 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-53 Garney Companies, Inc. - Change Order No. 1 for West Corridor Water Transmission Line A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $75,450,081.00 FOR CONSTRUCTION MANAGER AT -RISK SERVICES FOR THE WEST CORRIDOR WATER TRANSMISSION LINE PROJECT WHEREAS, the City of Fayetteville needs to construct a new 48" water transmission line about 11.4 miles north just across the Benton County line near Highway 112 and the Springdale Northern Bypass to access Beaver Water District's new 60" water transmission line to improve hydraulics, provide critical redundancy for our two older transmission lines (57 and 31 years old), and ensure overall resilience of our system; and WHEREAS, Gamey Companies, Inc. was selected by RFQ 23-05 and entered into a contract with the City approved by Resolution 243-23 for construction manager at -risk services for this West Corridor Water Transmission Line Project; and WHEREAS, to meet the project's $85 Million loan closing deadline of June 30, 2024, with the Arkansas Natural Resources Commission, a guaranteed maximum price must be established by Gamey Companies, Inc., approved by the Fayetteville City Council and submitted to the Arkansas Natural Resources Commission immediately following the May 7, 2024 City Council Meeting. NOW, THEREFORE, 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 approves Change Order No. I with Gamey Companies, Inc. as the construction manager at -risk in the amount of $75,450,081.00 as the approved guaranteed maximum price for the West Corridor Water Transmission Line Project. Page 1 Page 140 of 834 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-53 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/18/2024 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 1 and Amendment No. 1 with Garney Companies, Inc. in the amount of $75,450,081.00 for the West Corridor Water Transmission Line Project. 5400.800.5650-5808.00 Account Number 18015.2401 Project Number Budgeted Item? Yes Budget Impact: Water and Sewer Fund West Water Transmission Line Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? No Budget Adjustment Purchase Order Number: Change Order Number: Original Contract Number: Comments: RFQ 23-05 Remaining Budget Project Title $ 87,476,030.00 $ 2,253,236.16 85,222,793,84 $ 75,450,081.00 9,772,712.84 V20221130 Previous Ordinance or Resolution # 169-23, Ord 6737 Approval Date: Page 141 of 834 McCLELLAND 1580 East Stearns Street CONSULTING Fayetteville, AR 72703 ENGINEERS, INC. (479) 443.2377 P 1 (479) 443.9241 F mce.us.com April 18, 2024 Mr. Corey Granderson, PE Utilities Engineer City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main Recommendation of Approval — Guaranteed Maximum Price Submission MCE Project No. 11-2184 ANRD Project No. 23-127 Dear Mr. Granderson, We have received the GMP submission document provided by Garney Companies, Inc. dated April 15, 2024. Based on our review of this document, we recommend that the City of Fayetteville execute a GMP Change Order in the amount of $75,450,081.00 in accordance with Paragraph 11.4 of the Contract for Construction Manager at Risk Services dated November 7, 2023. Please do not hesitate to call should you have any questions and as always, thank you for allowing us to be of service. Sincerely, McClelland Consulting Engineers, Inc. Nicholas R. Batker, P.E., CFM® Senior Associate I Senior Project Manager cc: Matthew Brooks, P.E. — Natural Resources Division, Department of Agriculture Zachary Smith — Natural Resources Division, Department of Agriculture WA2022\11-2184 - Fayetteville West Transmission Main\Correspondence\Client\GMP Recommendation\11-2184 GMP Page 142 of 834 Recommendation of Approval.docx 9 Resolution 243-23; RFQ 23-05 Change Order No. 1 I SUBMITTED BY: GARNEY COMPANIES, INC. 1700 SWIFT STREET, NORTH KANSAS CITY, MO 64116 816.741.4600 WADE PIERPOINT 918.779.8975 qAC .Ley) 1333 NW Vivion Road, Kansas City, MO 64118 Phone: 816.741.4600 Fax: 816.741.4488 www.garney.com Table of Contents • SECTION 1- TRANSMITTAL LETTER • SECTION 2 - GARNEY EXECUTIVE LETTER • SECTION 3 - LINK TO CONTRACT DOCUMENTS • SECTION 4 - DESCRIPTION OF VARIATIONS AND ASSUMPTIONS • SECTION 5 - OWNER SUMMARY - GMP PRICE BREAKDOWN • SECTION 6 - BID PACKAGES C=Y0101 UIMW.1K"413( LvjIMA14tlrJIri0 o SOV 1.02 - LARGE DIAMETER VALVES 0 SOV 1.03 - SMALL DIAMETER VALVES 0 SOV 1.04 - COMBINATION AIR RELEASE VALVES Page 144 of 834 Section 01 Transmittal Letter CITY OF r4ffFAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 qarney ADVANCING WATER Page 145 of 834 Corey Granderson, P.E. City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main - GMP Mr. Granderson, 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com 4/17/2024 In accordance with the Agreement between Garney Companies, Inc. and City of Fayetteville, Garney is pleased to provide the below information and attached documentation to establish the Guaranteed Maximum Price for City of Fayetteville - West Transmission Main. Garney proposes to establish the Guaranteed Maximum Price (GMP) for this project at $75,450,081.00. This GMP Proposal includes the previously accepted early material procurement scopes as well as the costs for future proposals for the complete installation of the Water Pipeline. Attached hereto are the early material procurements for reference. All scopes of work and material supply will be contracted by Garney Construction within the requirements of the Agreement for the CMAR Project. The scopes are included herein conveyed as the Bid Packages in which they were or will be procured with their respective costs along with explanations of any allowances included. Also included in this proposal is the cost for the CMAR management, fee, insurances, and contingency per the Agreement along with the anticipated Construction schedule. The GMP proposal includes the above scope of work and supply as identified in the plans and specifications made available to Garney for the purpose of construction. These plans, CMAR Contract, and specifications are generally referred to as the "West Transmission Main Fayetteville, AR - 60% CMAR Submittal" and Bidding Documents, Contract Documents and General Requirements (Volume 1) and Technical Specifications (Volume 2) "Project Manual - West Transmission Main - March 2024." The plans and specifications were not final at the time of procurement of the early work and supply packages and were intended for the sole purpose of early procurement of the above referenced items. It is both possible and likely that design revisions will be made as the project progresses to the Final Design for Construction. Any known revisions to these plans and specifications, and cost adjustments associated with those revisions, are captured in this GMP proposal. Changes in scope may require a Change to this GMP proposal, as directed by the City of Fayetteville, and in accordance with the Agreement. This GMP includes the Construction Manager at Risk's Fees and Expenses, the estimated Cost of the Work, and expenditures as outlined in the Contract Documents and Agreement. Project Schedule reflects a Substantial Completion of May 22nd, 2026 with a Final Completion of June 22nd, 2026. Page 146 of 834 Please contact Garney directly if there are any questions regarding this GMP Proposal. Sincerely, GARNEY COMPANIES, INC. ZWad4eierpD int Sr. Project Manager CC: Sam Marston - Garney Bill Williams - Garney Joey Perell - Garney Trent Williams - McClelland Consulting Engineers Nick Batker - McClelland Consulting Engineers Bidding documents: - West Transmission Main Fayetteville, AR - 60% CMAR Submittal - Project Manual - West Transmission Main - March 2024 - RFQ 23-05 - Contract for CMAR for West Transmission Main 10/19/2023 - Geotechnical Report for Fayetteville West Transmission Main - 2/5/2024 Page 147 of 834 Section 02 Executive Letter CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 «arnWV ey ADVANCING WATER Page 148 of 834 Corey Granderson, P.E. City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main - GMP Mr. Granderson, 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com 4/17/2024 In accordance with the Agreement between Garney Companies, Inc. and City of Fayetteville, Garney is pleased to provide the below information and attached documentation to establish the Guaranteed Maximum Price for City of Fayetteville - 48" West Transmission Main. Garney proposes to establish the Guaranteed Maximum Price (GMP) for this project at $75,450,081.00. This GMP Proposal includes the solicitation packages and scopes with the corresponding estimated costs for the complete installation of the Water Pipeline. The estimated costs within the GMP are indicative of the Arkansas Revolving Loan Fund (RLF) allocation to the City of Fayetteville. It is mutually understood as the project develops, and design progresses from 60% to Final, there is potential that the Project value surpasses the loaned amount by which the City of Fayetteville and CMAR shall evaluate alternative funding provided by the City for the completion of the work. Any revisions to these plans and specifications, and cost adjustments associated with those revisions, are not captured in this GMP proposal. Changes in scope may require a Change to this GMP proposal, as directed by City of Fayetteville, and in accordance with the Agreement. The plans and specification reference items below the time of GMP and were intended for the sole purpose of early procurement of the below referenced items. It is both possible and likely that design revisions will be made as the project progresses to the Final Design for Construction. Packages included in the early material procurements generally described as - Large Diameter Pipe, Large Diameter Valves, Small Diameter Valves, and Combination Air Valves. The GMP also includes future packages generally described as Clearing and Temporary Fences, SWPPP, Tunneled Crossings, Cathodic Protection Impressed Current System, Pipeline Installation Segments, and other costs including but not limited to Insurance and Bonding and Allowances. Attached hereto are supporting documents to the GMP for reference. This GMP includes the Construction Manager at Risk's Fees and Expenses, the estimated Cost of the Work, and expenditures as outlined in the Contract Documents and Agreement. Please contact Garney directly if there are any questions regarding this GMP Proposal. Sincerely, GARNEY COMPANIES, INC. Wade Pierpoint Sr. Project Manager CC: Sam Marston - Garney Page 149 of 834 Bill Williams - Garney Joey Perell - Garney Nick Batker, P.E. - MCE Trent Williams, P.E. - MCE Bidding documents: - West Transmission Main Fayetteville, AR - 60% CMAR Submittal (2/15/2024) - Project Manual - West Transmission Main - March 2024 - RFQ 23-05 - Contract for CMAR for West Transmission Main 10/19/2023 - Geotechnical Report for Fayetteville West Transmission Main - 2/5/2024 Page 150 of 834 Section 03 Link to Contract Documents Aft CITY OF ��FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 151 of 834 Garvey Contract Documents per GMP 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com The West Water Main Contract Documents can be accessed on the Project document asset management site. On this site, we have posted the following documents*. • West Transmission Main Fayetteville, AR - 60% CMAR Submittal • Project Manual - West Transmission Main - March 2024 • RFQ 23-05 - Contract for CMAR for West Transmission Water Main 10/19/2023 *Early work and material procurements were utilized at time of Bid. To access the Contract Documents: • Navigate to the following Website: https://app.buildingconnect.com Page 152 of 834 Section 04 Description of Variations and Assumptions CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 153 of 834 qLL)1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com Description of Variations. Substitutions Proposed 1. Specifications The GMP is per the Technical Specifications as provided (pending any future changes or value. a. Qualifications and Assumptions (See Below) b. Exclusions (See Below) Assumptions, Clarifications, and Exclusions a. Early Material procurement per plans and specifications available at time of bid. Allowances have been developed for changes up to the documents named in this GMP. Future changes may require an amendment to the GMP. b. GMP is provided as a not to exceed pricing for the scope included in the Contract Documents. It is assumed that funds approved for the project are available for the CMARs use interchangeably within the GMP. c. Any funds appropriated to the project that are not expended on the cost of work, CMAR (FEE/Contingency), or Allowances will be credited back to the Owner at project closeout. d. GMP pricing and schedule contingent upon RLF approval and fund release. e. All permits are to be provided by others. f. GMP does not reflect any additional cost or concessions for existing utility relocation. g. GMP assumes access to easements throughout the duration of the project. h. GMP includes all GCs, Overhead Expenses, and CMAR cost of work, as previously discussed, for a duration of 23 months from the end of the Pre -Construction Services through the Final Completion date of June 22nd, 2026. Any extension of the project and Gamey's CMAR services, outside of Gamey's scope of work, is excluded. i. GMP does not include costs associated with the purchase of temporary easements for construction. j. GMP does not include an alternative access to the easement from roads or other thoroughfares. k. Milestones included in the bid package(s) scopes of work may and likely will change as the project progresses. I. GMP does not reflect abnormal cost escallations incurred to to pandemics, changes in law or regulations by the State or Federal Government, or Global affairs that directly or indirectly affect the procurement, schedule, or construction of the transmission line. m. GMP does not include third party material testing by the CMAR, the Owner will assume the responsibility of contracting this service to be coordinated with the CMAR. n. GMP does not include continuity survey for the cathodic protection system. o. GMP based on geotechnical reports available at the time of transmittal. p. GMP does not include funds to repair or remediate roads or thoroughfares used for the deliveries on the project. q. GMP does not include any special concessions for land owners per their easement agreements. r. GMP does not include layout, staking, material testing, third -party inspections. Owner will assume responsibility of contractiong this service to be coordinated with CMAR. 3. Value Analysis a. Opportunities for value to the Project will continuously be explored and negotiated based on team consensus. 4. Allowance Schedule a. GMP -Allowances to be determined within the GMP 5. Schedule of Unit Prices a. Schedule of Unit Prices are listed by Bid Packages and detailed as included in the schedule of values provided by the proposers. 6. All other information (Not applicable) Page 154 of 834 Section 05 Owners Summary GMP Price Breakdown CITY OF .� FAYETTEVILLE IAQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 «arnWV ey ADVANCING WATER Page 155 of 834 West Transmission Main - Fayetteville, AR - 30% CMAR Resolution 243-23; RFQ 23-05 Change Order No. 1 City of Fayetteville 1 4/18/24 10:11 AM ITEM NUMBER BID PACKAGE SYSTEM DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENSION 1000 CMAR COW Treated Water CMAR GENERAL CONDITIONS (23 Months) 1.0 Lump Sum $ 4,948,434 $ 4,948,434 1010 CMAR COW Treated Water PROJECT SPECIFIC INSURANCE 1.0 Lump Sum $ 195,825 $ 195,825 2000 1.01 Treated Water STEEL PIPE MANUFACTURING 1.0 Lump Sum $ 14,056,569 $ 14,056,569 2010 1.02 Treated Water BUTTERFLY ISOLATION VALVES 1.0 Lump Sum $ 563,347 $ 563,347 2020 1.03 Treated Water COMBINATION AIR VALVES 1.0 Lump Sum $ 438,232 $ 438,232 2040 2.02 Treated Water SWPPP INSTALLATION AND INSPECTION 1.0 Lump Sum $ 478,291 $ 478,291 2050 2.03 Treated Water TUNNEL LINER PLATE/CASING INSTALLATION 1.0 Lump Sum $ 7,559,500 $ 7,559,500 2060 2.04 Treated Water CLEARING AND TEMPORARY GATES 1.0 Lump Sum $ 854,900 $ 854,900 2070 3.01 Treated Water SEGMENT 1 PIPE INSTALLATION 1.0 Lump Sum $ 18,886,111 $ 18,886,111 2080 3.02 Treated Water SEGMENT 2 PIPE INSTALLATION 1.0 Lump Sum $ 16,008,491 $ 16,008,491 SUBTOTAL TREATED WATER (COST OF WORK) $ 63,989,700 3000 CMAR PRECON CMAR Contract PRECONSTRUCTION SERVICE FEE 1.00 Lump Sum $ 429,017 $ 429,017 3010 CMAR PROCURE CMAR Contract PROCUREMENT SERVICE FEE 1.00 Lump Sum $ 261,312 $ 261,312 3020 CMAR CMAR Contract GENERAL LIABILITY INSURANCE 1.50% Percent of Cost of Work $ 63,793,875 $ 956,908 3030 CMAR CMAR Contract PERFORMANCE AND PAYMENT BONDS 0.85% Percent of Cost of Work $ 63,793,875 $ 542,248 3040 CMAR CMAR Contract CONSTRUCTION SERVICES (CMAR) FEE 1 9.00% Percent of COW & Bonds & GLI $ 65,488,856 $ 5,893,997 3050 CMAR CMAR Contract CMAR CONTINGENCY 5.16%1 Percent of COW & Bonds & GLI $ 65,488,856 $ 3,376,899 SUBTOTAL CMAR $ 11,460,381 TOTAL COWAN D CMAR $ 75,450,081 *Indicative pricing based on the plans provided generally described as "West Transmission Main - Fayetteville, AR - 60% CMAR Submittal". *General Liability Insurance (Item No. 3020) and Payment & Performance Bonds (Item No. 3030) are expressed as a Percentage of the Cost of Work (COW) (Subtotal Treated Water) which creates the Cost of Work (COW) + Bonds & GLI. *Construction Services (CMAR) Fee (Item No. 3040) and CMAR Contingency (Item No. 3050) are expressed as a Percentage of the Cost of Work (COW) + Bonds & GLI. *Preconstruction Services Fee (Item No. 3000) and Procurement Service Fee (Item No. 3010) are not part of the the General Liability Ins., P & P Bonds, CMAR Fee, and CMAR Contingency since they were previously negotiated and are a Lump Sump number. 4/18/2024 1 of 1 Page 156 of 834 Section 06 Bid Packages CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 157 of 834 Section 06 sov 1.01 Large Diameter Pipe CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 158 of 834 City of Fayetteville West Transmission Main -SOV Bid Package 1.01 -Large Diameter Pipe -Add01 BID REM NUMBER Size DESCRIPTION 1 48" Pipe: Minimum 0.250" Wall @ 42ksi (see specifications) (Installed In Open Cut Trench) " Includes All Grade Breaks and Milers (5 5°) `Includes All Bonding Materials as Required 2 48" Pipe: 0.250" Wall Bend From 05.00 Degree to 11.25 Degree (installed In Open Cut Trench) 3 48" Pipe: 0.250" Wall Bend From 11.26 Degree to 22.50 Degree (Installed In Open Cut Trench) 4 48" Pipe: 0.250" Wall Bend From 22.51 Degree to 45.00 Degree (Installed In Open Cut Trench) 5 48" Pipe: 0.250" Wall Bend From 45.01 Degree to 67.5 Degree (Installed In Open Cut Trench) 6 48" Pipe: 0.250" Wall Bend From 67.51 Degree to 90.00 Degree (installed In Open Cut Trench) 7 48" Pipe: Minimum 0.300" Wall @ 42ksi (see specifications) (Installed In Open Cut Trench) ° Includes All Grade Breaks and Miters is 5°) "Includes All Bonding Materials as Required 8 48" Pipe: 0.300" Wall Bend From 05.00 Degree to 11.25 Degree (installed In Open Cut Trench) 9 48" Pipe: 0.300" Wall Bend From 11.26 Degree to 22.50 Degree (installed In Open Cut Trench) 10 48" Pipe: 0.300" Wall Bend From 22.51 Degree to 45.00 Degree (installed In Open Cut Trench) 11 48" Pipe: 0.300" Wall Bend From 45.01 Degree to 67.5 Degree (Installed In Open Cut Trench) 12 48" Pipe: 0.300" Wall Bend From 67.51 Degree to 90.00 Degree (installed In Open Cut Trench) 13 48" Pipe: Minimum 0.300" Wall (see specifications) (20lt Lay Length, Installed In Casing or Liner Plate, per the Contract Documents) ` Includes One buttstrap and 1 foot of cut to fit at each tunnel 14 Access Manway: Manhole Assembly 15 6" Outlet for Combination Air Valve: Single CAV Assembly 16 8" Outlet for Combination Air Valve: Single CAV Assembly 17 8" Outlet for Blow Off Valve Assembly 18 12" Flanged Outlet for Tie-in to Existing System per Detail D21 (Includes 30" Outlet, Reducing Flange, Blind Flange, and Hardware) 19 48" Test Plug: Temporary (Includes 30" Outlets and Flanges on Each Side of Plug) 20 ALL Connection to existing facilities per Detail D14 at Sta.1+00 (including all Flanges, Fittings, and Piping up to the 48" Butterfly Valve) 21 Outlet for Welding (Including Rolled Plate and Patch Material, Total quantity TBD) 22 48" Butterfly Valve Valve Connection Assembly Includes Each Flanged Connections ` Includes 2 Each Butt -Straps 23 48" Butt Strap (w/ 1/4" air test port - buttstreps at tunnels to be included in items above) 24 48" Mitered Bells <_ 5° "Vendor Write -In per Estimated Quantity and Unit Price (Extension carried in Open Cut Line Item) 25 Supply Bond in the amount of 25% of the total bid value Note: 1 Note: 2 Note: 3 Note: 4 Note: 5 Note: 6 Note: 7 Note: 8 Note: 9 ALL BE MENTS 48" Pipe: Manufactured at rates to achieve or exceed the milestone dates and delivery schedule below. Estimated Quantity Unit Unit Price Extension 51,123.00 Linear Fast $ 153.40 $ 7,842,268.20 35.00 Each $ 4,030.00 $ 141,050.00 35.00 Each $ 4,030.00 $ 141,050.00 30.00 Each $ 8,370.00 $ 251,100.00 18.00 Each $ 11,940.00 $ 214,920.00 1.00 Each $ 17,940.00 $ 17,940.00 6,597.00 Linear Fast $ 167.50 $ 1,104,997.50 10.00 Each $ 4,130.00 $ 41,300.00 15.00 Each $ 4,130.00 $ 61,950.00 20.00 Each $ 9,120.00 $ 182,400.00 6.00 Each $ 12,640.00 $ 75,840.00 1.00 Each $ 17,820.00 $ 17,820.00 1,880.00 Linear Feet $ 186.50 $ 350,620.00 1.00 Each $ 15,360.00 $ 15,360.00 19.00 Each $ 17,240.00 $ 327,560.00 13.00 Each $ 17,720.00 $ 230,360.00 25.00 Each $ 18,570.00 $ 464,250.00 1.00 Each $ 18,240.00 $ 18,240.00 8.00 Each $ 44,110.00 $ 352,880.00 1.00 Each $ 125,664.30 $ 125,664.30 30.00 Each $ 2,030.00 $ 60,900.00 6.00 Each $ 15,850.00 $ 95,100.00 15.00 Each $ 1,130.00 $ 16,950,00 189.00 Each $ 200.00 1.00 Each $ 11,392.00 IN 11,392.00 48" Pipe: 59,600.00 1 Linear Feet TOTAL BABE BID: 59,600.00 Linear Feet I Total Base Bid $ 12,161,912.00 Bidder shall vide all components for exterior field joint coating system including 3% waste and field coating repair tools and materials Manufactured and ReadyMil Fore: livery provide ponen I g sys 9 a 9 r P 20,000 Linear Feet Milestone: 01 January 6, 2025 Bidder shall provide all "hardwam" required for connecting "mating" components provided by supplier including; bolts, nuts, gaskets, and 40,000 Linear Feet I Milestone: 02 IFebruary 5, 2025 Insulating kits where applicable. Manways shall be shipped on pallet on same truck as pipe. Connecting Hardware to be shipped loose direct to Remainder Linear Fee[ Milestone: 03 March 7, 2025 Installer. Bidder shall supply all Blind Flanges and Reducing Flanges (CARV, BOV, Access Manway), Connection Adapters, Couplings, Harnesses, etc. required for complete assembly of transmission pipeline and Connections to adjacent segments Delivery Rate Manufacturer shall include minimum 1-fool Cut to Fit and 1 Butt -Strap at each Tunnel Location. Manufacturer shall include 2 each butt -straps for each Large Diamter Valve. Above components shall be provided at no additional cost and included in total amount bid Complete Submittal Package Including Front End June 21st, 2024 Manufacturer shall maintain manufacturing and delivery milestones as outlined for each bid option Owner and CMAR reserves the right to award all or part to multiple suppliers. Each bidder shall submit one (1) hard copy of SOV and one (1) digital copy of SOV in excel format as specified in Instructions to Bidders. Minimum Delivery Rate @ 2,500 LF Average per week per installation Section (2 installation sections total) 1 and 2 (Delivery rates shall be further coordinated with Installation Contractor) Anticipated Date to Start Deliveries 1/13/25 $5 000 Per Day Penalty For Not Achieving Milestones Company Name: American SpimlWeld Pipe Company, LLC Pipe Material: AWWA C200 Steel Pipe Page 159 of 834 SRF Bid Bond Revision 00 BID BOND Know all men by these presents, that we, the undersigned, American SpiralWeld Pipe Company, LLC as Principal, and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto City of Fayetteville Arkansas, as Owner in the penal sum of Two Million Seventy Thousand Eight Hundred Forty Five Dollars ($2,070,845)for the payment of which, well and truly to be made, we hereby jointly and severall y bind ourselves, successors and assigns. Signed, this 2nd day of April, 2024. The Condition of the above obligation is such that whereas the Principal has submitted to Garney Construction Co. a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the City of Fayetteville Arkansas West Transmission Main ANRC Project No. 23-127 Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute ld deli in aco ounce in the Form of Contract attachment hereto (properly p dance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Section 00 43 13 West Transmission Main Bid Bond Page 160 of 834 SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal _Travelers Casualty and Surety Company of America Surety Paulett Eason Important - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 ] 3 Bid Bond Page 161 of 834 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED B RD POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230896 Certificate No. 0 0 6 816 3 7 9 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bradley S. Davis, Paulett D. Eason, Lynn Miles Thompson, Donna Bagley, Sarah L. Ivy, Sylvia Kiilerich, Andrew Fisher, and Georgina C. Serio of the City of Brentwood . State of Tennessee their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of June , 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ,.su Y''�t� ��•ii. q� pO`*r""�...�, �ds dPY. `.r•.,.''p� 'aa�Sv .any®` /�o'.^cue\j. 0iAL h'�•one t ;iSJtI., ° coNN.o.5r State of Connecticut City of Hartford ss. By. Robert L. Raney, Senior \'icc President On this the 1st day of June 2016 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. " xilrr In Witness Whereof, I hereunto set my hand and official seal. i1a My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. Marie C. Tetreault, Notary Public THIS IS INVALID WITHOUT THE RED BORDER Page 162 of 834 WARNING: THIzar:a=3sa:vse;r-+u ,ATm+^F �,.TOR+r�,^+-.�,*zaz;s<rmw,.wm•-.s.�mw.xasvw.w I' S POWER ONEY IS INVALID WITHOUT THE RED BORDER I s It This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance ff Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States 1 Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: d RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf { of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizatrce, or conditional undertaking, and any { of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice Resident, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officer's pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin C. Hughes, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. n , 20JY IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of l'1 Kevin E. Hughes, Assistant Seri tarp^ z�6 n ? f• � c :�i i .. t �. MAafi0R0. � �,. �, 7895 . -tsaz � < 19r�� 1951 a ,h � o coin:. � '`�`y, f Ddy`•p='st? * S r� .SEAL o: 6,5EAL a U t 9 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com, Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. i I 1 { WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Page 163 of 834 SPIRALWELD PIPE THE RIGHT WAY CITY OF Z:q:y),Ww*FAYETTEVILLE COVSTRUA R K A N S A S STI SPFA Technical Proposal West Transmission Main — Solicitation Set No. 1 Fayetteville, AR AMERICAN Project Number: WAR03317 Bid Date: 4/5/24 NSF. A AW WA ♦�u. MEMBEH Page 164 of 834 SRF Bid Form Revision 00 1:3117 Proposal of American SpiralWeld Pipe Company, LLC (hereinafter called "Bidder"), organized and existing under the laws of the State of South Carolina doing business as a corporation. To the City of Fayetteville, AR (hereinafter called "Owner") * Insert "a corporation", "a partnership", or "an individual" as applicable. In compliance with your Advertisement for Bids, Bidder hereby proposes to perform all Work for the construction of Goods, Special Services, or Work on the City of Fayetteville — West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main 1 Section 00 4143 Bid Form Page 165 of 834 SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Addendum No. Addendum Date Signature Acknowledging Receipt 1 March 19 2024 2 March 20, 2024 3 April 1, 2024 Bidder is aware of the general nature of work to be performed by Owner, CMAR, and others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 — Bid Package Scope of Supply (SOV) Bidder will complete the Work in accordance with the Contract Documents for the prices shown in Specification Section 00 42 23.02. Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 4143 Bid Form Page 166 of 834 Respectfully subm�ted: SRF Bid Form Revision 00 2700 J. Eagan St. Paris, TX 75460 Signature T— Address Title Date License Number (if applicable) Contact for receipt of official communications Name: Ian K. Willough (typed or printed) Business address: 1501 31st Avenue North Birmingham, AL 35207 Phone: 205-325-8094 Facsimile: 205-307-3816 E-mail: iwilloughby@american-usa.com SEAL - (if BID is by a Corporation) West Transmission Main 3 Section 00 41 43 Bid Form Page 167 of 834 00 42 23.01 STATEMENT OF QUALIFICATIONS AND PROJECT APPROACH 1.00 GENERAL A. The statement of qualifications must be submitted with the Bid Proposal and include, as a minimum, the information described in this section of the contract documents. Failure to submit the required information in the statement of qualifications may result in considering the bid non -responsive and result in rejection of the bid by the Owner. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the statement of qualifications. B. Bidders must complete the forms included in this section. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an appendix to the form. This appendix must be clearly referenced by appendix number in the form, and the appended material must include the appendix number on every sheet of the appendix. The appendix must include only the information that responds to the question or item number to which the appended information applies. C. Bidders may provide supplemental information to the statement of qualifications using AIA, AGC or other industry standard statement of qualification forms and / or bidders may submit additional information such as organizational brochures or other marketing information to help demonstrate the ability to provide best value to the owner. This information may not be submitted as a substitute to the information specifically requested in this section, or in the statement of qualifications forms. 2.00 REQUIRED INFORMATION A. In addition to the forms required in paragraph B above, ALL bidders shall also provide the See Attachment 1 following information in narrative format: 1. Project Approach — Response should be no more than 2-pages and include the following information and should describe how the Bidder proposes to produce material and manage and staff the material procurement process for this Project. a. How Bidder plans to coordinate material procurement between different Segments of the Project, if awarded more than one Segment including their approach to delivering to the site. b. Number and type of employees proposed for the project, both total number of bidder's and their subcontractors' employees. c. Type and percentage of work that may be subcontracted out by the Bidder (if applicable). d. Type and size of equipment and/or number of machines proposed to be used to manufacture and supply material (if applicable). 2. Experience — Response should be no more than 3-pages excluding letters of recommendation and resumes. See Attachment 1 and 9 a. Bidder's experience on similar projects. Submit photographs, project descriptive narratives, letters of recommendation, project awards, and references to demonstrate similar project experience in procuring material which meets the CMAR's expectations for quality. Experience should include, as a minimum, the satisfactory completion of at West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 168 of 834 least five similar projects within the last 5 years. If Bidder does not have specific experience with projects of this type and magnitude, the Bidder may describe its proposed approach and how its experience with other projects enhances their capability to successfully complete this Project. 3. Qualifications of Bidder — Response should include no more than 2-pages excluding resumes of Key Personnel. See Attachments 1-2 a. Provide information for individuals that will be actively working on this Project. Bidder is to provide a list of Key Personnel proposed for the Project. Key Personnel include the Project Manager, Quality Control Manager, and Pipe Layout Engineer (if applicable). If one or more of these key roles are to be filled by one individual, this information is to be provided with the list of proposed individuals. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. b. Include experience on similar projects of proposed Key Personnel. Provide the resumes of proposed Key Personnel with the Statement of Qualifications and list projects on See Attachments 1, 2-8 and which they have had significant involvement in the last 5 years. This list is to include the 10 name and a current telephone number for references for each of these project assignments. 4. Ability to Meet Project Milestones — Response should be no more than 1-page excluding list of prior projects. See Attachments 1,9, 10 a. Provide information to demonstrate the ability of the organization to meet milestones and 11 as listed in Scope of Work / Supply 00 42 23.02. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years. Indicate the number and dollar volume in terms of size and unit quantity currently under contract and the projected completion date of each active project and how the resources dedicated to these assignments will impact Bidder's ability to effectively execute their Scope of Work / Supply on this Project. Provide an estimate of the amount of the Project that will be performed using in-house resources and the amount to be performed by Subcontractors and other Suppliers. Provide, on a separate sheet, a schedule including all major components of the manufacturing of the material applicable to the bidders response. West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 169 of 834 General Information Organization doing business as American SpiralWeld Pipe Company, LLC Business address of principal office 2700 J. Eagan Street Paris, TX 75460 Telephone numbers Main number 903-705-1112 Fax number 803-695-2201 Website address www.american-usa.com Form of business (check one) If a corporation Date of incorporation X I A corporation A partnership An individual 8/11/99 State of incorporation South Carolina Chief Executive Manager's name Mike O'Brien President's name Mike O'Brien Vice President's name(s) Pat Hook Vice President of Operations C.S. Peek Vice President and Works Manager S.G. Murphy Vice President Finance and Treasurer Joe Thomas Vice President Engineering John E. Hagelskamp Vice President, Sales Manager Secretary's name Mike O'Brien Treasurer's name If a Partnership Date of organization S. G. Murphy N/A State whether partnership is general or limited If an Name Individual N/A Business address Identify all individuals not previously named which exert a significant amount of business control over the organization N/A Indicators of organization size Average number of current full-time Average estimate of revenue for N/A employees 327 the current year West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 170 of 834 Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION Alabama State County of Jefferson •—s;�,. V , being duly sworn deposes and says (Name) that they areD/ A �O T-VhZ L /2-07-'F-C-F- of the (Title)N American SpiralWeld Pipe Company, LLC corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. (Signature) Signed and sworn to me before this day of el 1 20 Notary Public) My commission expires =State Ala West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 171 of 834 STATE OF ALABAMA) JEFFERSON COUNTY) KNOW ALL MEN BY THESE PRESENTS, That the bearer, K. S. Summers, whose signature appears as�' z� ev (not valid unless signed) be and he/she hereby is duly authorized and appointed the true and lawful attorney of the undersigned American Cast Iron Pipe Company, with full power to execute on behalf of said Company and all contracts for the manufacture, sale, and delivery of goods manufactured or sold by this Company; and he/she is further authorized to sign all documents, and other papers in connection with such contracts. This power -of -attorney, unless otherwise revoked, shall continue in force through December 31, 2024, and any and all previous powers -of -attorney issued to said K. S. Summers are hereby cancelled and revoked. In witness whereof the said American Cast Iron Pipe Company, by its President and Vice President, who are authorized to execute this instrument have hereto set their signatures and seal, this the 5th day of March 2024. AMERICAN CAST IRON PIPE COMPANY Y ,.KM. M. O'Brien, President and CEO By S. C. Murphy, CFO, Senior Vice President of Finance and Treasurer 1 of 3 Page 172 of 834 AFFIDAVIT FOR PARTNERSHIP N/A State N/A ) § County of N/A ) § N/A , being duly sworn deposes and says (Name) that they are N/A (Title) of the company submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Partnership. N/A (Signature) Signed and sworn to me before this N/A day of N/A , 20_. N/A (Notary Public) My commission expires: West Transmission Main Section 00 42 23.01 5 Statement of Qualifications Page 173 of 834 AFFIDAVIT FOR INDIVIDUAL N/A State N/A ) § County of N/A N/A , being duly sworn deposes and says (Name) that they are N/A (Title) of the company submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations. N/A (Signature) Signed and sworn to me before this N/A day of N/A , 20_. A (Notary Public) My commission expires: West Transmission Main Section 00 42 23.01 6 Statement of Qualifications Page 174 of 834 JOINT VENTURE STATEMENT N/A We the undersigned do hereby give notice to our agreement to bid as a joint venture on the Project. N/A (Name of Joint Venture) N/A N/A (Name of Firm) N/A (Signature) Signed and sworn to me before this N/A day of N/A (Notary Public) My commission expires: N/A (Name of Firm) N/A (Signature) Signed and sworn to me before this N/A N/A (Notary Public) My commission expires: 20 day of N/A , 20_ END OF SECTION West Transmission Main 7 Section 00 42 23.01 Statement of Qualifications Page 175 of 834 N/A - American SpiralWeld Pipe is a Pipe Manufacturer SRF Contractor's Act of Assurance Revision 00 CONTRACTOR'S ACT OF ASSURANCE FORM As the authorized agent of the individual, incorporation, or corporation (hereinafter referred to as the Contractor) bidding on or participating in a Revolving Loan Fund (RLF) financed project, I certify that I have read and understand the requirements of the RLF Supplemental General Conditions, and that the principles, agents and employees of the Contractor will comply with these requirements, including all relevant statutes and regulations issued pursuant thereto. As the authorized agent of the Contractor, I further certify that: DBE/MBE/WBE - During the bid process, and throughout the performance of the Contract, whenever subcontracts are to be awarded, I will take the six affirmative steps described in the RLF Supplemental General Conditions to use Disadvantaged, Minority and Women's Business (DBE/MBE/WBE) firms wherever possible. I will document to the borrower and the Arkansas Natural Resources Commission all efforts to secure DBE/MBE/WBE participation, including follow-up efforts, and will report to the Owner the dollar value of all DBE/MBE/WBE contracts and subcontracts awarded. AMERICAN IRON AND STEEL - I will comply with the statutory requirements commonly known as "American Iron and Steel;" that requires all of the iron and steel products used in the project to be produced in the United States pursuant to this contract and the RLF Supplemental General Conditions. I understand that all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and I will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement as detailed in the RLF Supplemental General Conditions. EQUAL OPPORTUNITY - I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each subcontract awarded in excess of $10,000, and will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES - The Contractor that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. I will also obtain a similar certification from each subcontractor prior to the award West Transmission Main Section 00 53 00 1 Contractor's Act of Assurance Form Page 176 of 834 SRF Contractor's Act of Assurance Revision 00 of any subcontract exceeding $10,000 to said subcontractor, which is not exempt from the equal opportunity clause. LABOR STANDARDS - I will comply with the Labor Standards Provisions contained in Davis —Bacon wage rates specific to this contract and the RLF Supplemental General Conditions. I understand that the aggregate wage rates paid to any employees must equal or exceed the sum total of the base rate plus any listed fringe rate. I will furnish weekly payrolls and certifications as may be required by the Owner to affirm compliance. I will also require that weekly payrolls be submitted to the Owner for all Subcontracts. OSHA REQUIREMENTS - I will comply with the Department of Labor Occupational Safety and Health Administration (OSHA) Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in performance of the contract. PROCUREMENT PROHIBITIONS - In compliance with Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law, if the facility that gave rise to said violations produces said goods or services. PRESERVATION OF OPEN COMPETITION - In accordance with Executive Order 13202 and its amendments, I certify that I have not discriminated against my employees or any subcontractor based upon labor affiliation or lack thereof. RESPONSIBILITIES OF PARTICIPANTS REGARDING TRANSACTIONS (A.K.A. DEBARMENT AND SUSPENSION) - I certify that I shall fully comply with Subpart C of 40 CFR Part 32, entitled "Responsibilities of Participants Regarding Transactions." I am responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 40 CFR Part 32, entitled "Covered Transactions," includes a term or condition requiring compliance with Subpart C. I am responsible for further requiring the inclusion of a similar term or condition in any subsequent lower tier covered transactions. I acknowledge that failing to disclose the information required under 40 CFR 32.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. I further acknowledge that I may access the Excluded Parties List System at http://www.epls.gov. This term and condition supersede EPA Form 5700-49, "Certification Regarding Debarment, Suspension, and Other Responsibility Matters." PROHIBITION ON CERTAIN TELECOMMUNICATION AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT - I will comply with regulations at 2 CFR 200.216, designated as the "Prohibition on West Transmission Main Section 00 53 00 2 Contractor's Act of Assurance Form Page 177 of 834 SRF Contractor's Act of Assurance Revision 00 certain telecommunication and video surveillance services or equipment", implementing section 889 of Public Law 115-232 and repeated in the RLF Supplemental General Conditions. The regulation prohibits the use of federal funds to procure, enter into, extend, or renew contracts, or obtain equipment, systems, or services that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. I understand that all products used in this contract will meet this requirement and that I will provide further verified information, certification or assurance of compliance with this paragraph, or information necessary to this prohibition as detailed in the RLF Supplemental General Conditions. I understand that a false statement on this certification regarding any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution. I further certify that I will obtain a similar certification for each subcontract awarded. AUTHORIZED AGENT CONTRACTOR NAME: N/A ARKANSAS LICENSE NO. N/A SIGNATURE: A DATE: A PRINTED NAME: N/A TITLE: N/A N/A - American SpiralWeld Pipe Company is a Pipe Manufacturer West Transmission Main Section 00 53 00 3 Contractor's Act of Assurance Form Page 178 of 834 0 SPIRALWELD PIPE THE RIGHT WAY P. O. Box 2727 • Birmingham, Alabama 35202 (205) 325-7730 • Fax (205) 307-3941 • cmarsh@american-usa.com Charles A. Marsh ASWP Territory Manager April 4, 2024 RE: Attachment 1 — West Transmission Main Experience — Project Approach, Experience / Past Performance, Qualifications, Ability to Meet Project Milestones, Similar Project Experience To Whom It May Concern: Thank you for the opportunity to bid on the subject project. Information is attached and below regarding AMERICAN's Project Approach, Experience, Qualification of Bidder and Ability to Meet Project Milestones as required in 2.00 (Required Information) on page 00 42 23.01-1: 1. Project Approach a) How Bidder plans to coordinate material procurement between different Segments of the Project, if awarded more than one Segment. AMERICAN has relationships with multiple potential steel coil vendors we can discuss this project with. The total amount of tons required on this project is approximately 4,200 tons which is a substantial number but still considered spot buy. There will be no issues procuring and coordinating the number of tons for this project. We would coordinate the tons needed first and have the steel coil delivered at a consistent rate needed for production to meet the agreed upon shipping schedule. b) Number and type of employees proposed for the project, both total number of bidder's and their subcontractors' employees. AMERICAN will have over Soo employees committed to working on this project between manufacturing, sales, project management and any potential sub -fabricators if utilized. c) Type and percentage of work that may be subcontracted out by the Bidder (if applicable). AMERICAN may or may not subcontract out the Page 179 of 834 fabrications on this project. The estimated percentage of work to be subcontracted for fabrications is approximately 22 % if it does get subcontracted out. d) Type and size of equipment and/or number of machines proposed to be used to manufacture and supply material (if applicable). AMERICAN has three manufacturing facilities with a total of 4 pipe mills in the central/eastern half of the USA. AMERICAN has ample capacity to manufacture this entire project per the "Ability to Meet Project Milestones" portion of the proposal. 2. Experience on Similar Projects — See AMERICAN's attached project reference list. (Attachment 9). In addition to the many large projects listed on our project list, one project should be highlighted. AMERICAN Cast Iron Pipe Company (ACIPCO) entered a competitively negotiated contract with the Karegnondi Water Authority (KWA) in September 2013 that consisted of 75 miles of 66", 6o", 48" and 36" diameter pipe, resilient seated gate valves ranging in diameters from 16" to 6o" as well as fire hydrants. The pipeline was built to bring water from Lake Huron to Genesee County, Michigan. AMERICAN coordinated and managed all aspects of our products with thirteen different contracts that KWA designated for the construction of its project. AMERICAN SpiralWeld Pipe (ASWP), a wholly owned subsidiary of AMERICAN Cast Iron Pipe Company (ACIPCO), supplied 30 miles of 6o" and 66" as well as 5 miles of 48" spiral -welded steel pipe as part of this KWA contract. The 36" pipe supplied for the KWA project was ductile iron pipe manufactured by ACIPCO's Ductile Iron Pipe Division. This project was a tremendous success not only for AMERICAN, but also for KWA. Please feel free to reach out to the contacts for this project listed on the project spreadsheet. 3. Qualifications of Bidder a. See Attachments 2-8 for list of individuals that will be working on this project. Key personnel on this list include Project Managers, Quality Control Managers and Pipe Layout Engineers. b. See attachments 3 and io for project experience of Desi Gunter who is our proposed project manager for this project. Kevin Boyd is our backup project manager. c. ASWP is a wholly owned subsidiary of AMERICAN Cast Iron Pipe Company (ACIPCO) and manufactures spiral -welded steel pipe in state-of-the-art facilities located in Paris, TX, Columbia, SC and Flint, MI. ASWP's spiral weld -seam pipe mills are the most technically advanced mills in the world with the capacity to produce high quality spiral welded steel pipe up to 144-inches with wall thicknesses through 1-inch. ASWP operations began in August of 2000, and ASWP has supplied over 2 million feet of pipe for various projects since manufacturing began. These projects include pipe for penstocks, water lines, wastewater lines, circulating cooling lines for power 2 Page 180 of 834 plants, water treatment plants, wastewater treatment plants, and structural applications. ASWP has experience in supplying pipe meeting the requirements of AWWA, AWS, and ASTM specifications and all applicable codes. d. AMERICAN SpiralWeld Pipe is a member of the Steel Tank institute & Steel Plate Fabricators Association (STI/SPFA), dedicated to the promotion of steel as the choice material for quality piping for the petroleum, chemical, food and water storage industries; steel tanks; pressure vessels; and specialty products. AMERICAN's production facilities in Paris, TX, Columbia, South Carolina, and Flint, Michigan, along with our Customer Service Department in Birmingham are quality accredited by the SPFA Quality Certification Program. This accreditation certifies AMERICAN's design and fabrication processes meet the highest standards. The Steel Plate Fabricators Association (SPFA) pipe certification program is one of the most recognized third - party certification programs in the water transmission industry. Applicants go through a rigorous audit with more than ioo individual checklist items every three years. After the initial audit, every other year, our third -party assessor returns for a follow-up that includes more than 50 individual checks. The checklist, as mentioned previously, is a consensus document produced by the manufacturers, assessors and SPFA. The checklist identifies the most critical AWWA standard requirements. All the necessary testing, inspection instruments, welding, coating and lining, and personnel certification requirements, as prescribed by the standard are included in the SPFA checklist. The assessors of the third -party organization have many years of experience in steel fabricated pipe and the SPFA certification program. Assessors are assigned to the plant by the third -party agency, so the manufacturer cannot arbitrarily choose the assessor of its liking. Our third -party agency, Lloyd's Registry Quality Assurance, Inc. has an excellent reputation in the inspection/auditing service industry. 4. Ability to Meet Project Milestones AMERICAN is committed to meeting the pipe delivery requirements for the subject project as shown on the Schedule of Values Worksheet. Specific milestone dates for layout drawings submittal, approval of layout drawings, and full release of drawings will be developed and be the mutual responsibility of AMERICAN and Garney to achieve and maintain the project schedule. These dates will keep both AMERICAN and Garney on track so that each party understands their obligations required to maintain the project schedule. If any of the milestone dates are not met, the shipping schedules are subject to change. Accordingly, any delay in material being placed on order could cause appreciable increases in the shipping schedule. If this occurs, AMERICAN and Garney will have 3 Page 181 of 834 to negotiate a rate and start ship date that satisfies both parties. Please see the attached Gantt Chart (Attachment 11) for project milestone dates. The Gantt Chart shows 12o days for submittals and 12o days for approval time. This isn't to say drawings or approval will take this much time, it is just the total time available to get drawings submitted and approved. To clarify, ASWP would need approval by 10/31/24 in order to meet the schedule Garney is requesting. 5. Clarifications a. The bid documents require bids to be valid for a period of 6o days from the date bids are opened. Therefore, AMERICAN's price proposal has a price validity of 6o days going through 6/4/24. If AMERICAN can be released to order steel between 4/5/24 and 5/5/24, there would be a Lump Sum deduct available in the amount Of ($126,330). AMERICAN would need to be contacted to offer a new price if the award date goes past 6/4/24. 6. Acceptance of Contractual Terms AMERICAN and the CMAR (Garney) have a mutual corporate agreement addressing Terms & Conditions of Sale (T's & C's). As directed, AMERICAN is submitting our proposal per this mutual corporate agreement. Thank you for the opportunity to bid on this important project. Should you have any questions, or need further clarification about our bid, we would welcome the opportunity to discuss and provide additional information. I can be reached at (205) 325-7730• Sincerely, Charles Marsh ASWP Senior Territory Manager 0 Page 182 of 834 Attachment 2 Proposed Project Managers Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Desi Gunter Years of experience as project manager 9 Years of experience with this organization 20 Number of similar projects as project manager 20+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WTX03066 60% October 2024 CM105387 20% May 2024 WCO03057 20% April 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Steve Ford Name Randy Tummers Title/ position Vice President Title/ position Senior Estimator Organization Garney Construction Organization Reynolds Construction Telephone 615-953-2300 Telephone 877-770-0127 E-mail sford@garney.com E-mail Randy.tummers@reynoldscon.com Project BKY07385 Project PPA06169 Candidate role on project candidateAlternate Name of individual Project Manager I Candidate role Project Manager on project Kevin Boyd Years of experience as project manager 3 Years of experience with this organization 3 Number of similar projects as project manager 12 Number of similar projects in other positions 12 Current project assignments Name of assignment Percent of time used for this project Estimated project completion date EFL00210 30% October 2024 LLA00156 30% December 2026 WTX03070 40% July 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Thomas Seltz Name Mark Dutton Title/ position Project Manager Title/ position Project Manager Organization MC2 Main Lane Organization Harper Brothers Telephone 832-797-0970 Telephone 832-657-2320 E-mail Thomas.seltz@mc2civil.com E-mail Mark.dutton@harperbro.com Project WTX02906 Project WTX02915 Candidate role on project Project Manager Candidate role on project Project Manager Page 183 of 834 Attachment 2 Proposed Quality Control Manager Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Rupesh Patel Years of experience as quality control manager 1.75 Years of experience with this organization 1.75 Number of similar projects as quality control manager 12 Number of similar projects in other positions 100+ for Oil and Gas Industry — Previous Employer Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WCO03057 10% April 2024 WTX03066 50% October 2024 WTX02936 20% June 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name John Luka Name Rahul Patwardhan Title/ position Chief Engineer Title/ position Director of CIA Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 803-530-2028 Telephone 501-551-2833 E-mail jluka@american-usa.com E-mail rpatwardhan@american-usa.com Project N/A Project N/A Candidate role on project candidateAlternate Name of individual Technical & Operating Assistance for Manufacturing Candidate role Administer & Support CIA on project Activities Rahul Patwardhan Years of experience as quality control manager 12 Years of experience with this organization 2.2 Number of similar projects as quality control manager 50+ Number of similar projects in other positions 100+ for Oil and Gas Industry — Previous Employer Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WCO03057 10% April 2024 WTX03066 50% October 2024 WTX02936 20% June 2024 contactReference Name . .n (listing names indicates John Luka approval . contacting Name the names individuals Patrick Hook Title/ position Chief Engineer Title/ position Vice President of Operations Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 803-530-2028 Telephone 501-551-2833 E-mail jluka@american-usa.com E-mail phook@american-usa.com Project N/A Project N/A Candidate role on project Technical & Operational Assistance for Manufacturing Candidate role on project Vice President of Operations Page 184 of 834 Attachment 2 Proposed Pipe Layout Engineer (if applicable) Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Wade Bowman Years of experience as pipe layout engineer 23 Years of experience with this organization 23 Number of similar projects as pipe layout engineer 40+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CM105387 20% May 2024 EFL00280 30% July 2024 WTX03288 50% August 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Kyle Couture Name Scott Summers Title/ position Territory Manager Title/position Director of Project Management Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 205-325-7052 Telephone 205-325-1934 E-mail kcouture@american-usa.com E-mail ssummers@american-usa.com Project N/A Project N/A Candidate role on project candidateAlternate Name of individual Pipe Layout Engineer I Candidate role Pipe Layout Engineer on project Amanda Moses Years of experience as pipe layout engineer 24 Years of experience with this organization 24 Number of similar projects as pipe layout engineer 40+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CM105482 20% July 2024 WTX03082 20% May 2024 WCO03266 60% October 2024 contactReference Name . .n (listing names indicates approval Kyle Couture . contacting Name the names individuals Scott Summers Title/ position Territory Manager Title/ position Director of Project Management Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 205-325-7052 Telephone 205-325-1934 E-mail kcouture@american-usa.com E-mail ssummers@american-usa.com Project N/A Project N/A Candidate role on project pipe Layout Engineer Candidate role on project pipe Layout Engineer Page 185 of 834 Attachment 3 Christina "Desi" Gunter 304 Cathy Lane - Gardendale, AL 35071 1 205-540-1872 1 DGunter@American-USA.com Language • English Education ASSOCIATES DEGREE 12003 1 JEFFERSON STATE COMMUNITY COLLEGE • Major: Architectural / Civil Design - Summa Cum Laude ASSOCIATES DEGREE 12003 1 JEFFERSON STATE COMMUNITY COLLEGE • Major: Construction Management - Summa Cum Laude BACHELOR OF SCIENCE DEGREE 12014 1 UNIVERSITY OF ALABAMA AT BIRMINGHAM • Major: Industrial Distribution • Graduated Magna Cum Laude • Related coursework: Business Degree Career Roles, Skills, & Abilities ASWP PROJECT MANAGER - 2016-current • Single point of contact for the client on all aspects of a project from award to completion (managing approximately 12 projects at a time). • Stays in constant contact with production, clients (contractors and/or engineers), and vendors to endure timely completion of projects. • Responsible for having expert knowledge on each project's contract drawings and specifications. • Solves all technical, scheduling, and financial issues and clearly communicates solutions to a variety of audiences. • Responsible for identifying value engineering opportunities that could potentially save the client money. • Responsible for building strong relationship with clients. ADIP DETAIL DRAFTER - 2004-2015 • Trained in AutoCAD, CoCreate, & ANT drawing package software programs. • Over 10 years of experience in both plant work and water transmission lines in the ADIP product line. • Developed lay schedules from an excel based program. LEADERSHIP • National Society of Leadership and Success - current member • American Leadership Association - current member • Phi Kappa Phi Honor Society - current member • Golden Key International Honor Society - current member Page 186 of 834 Attachment 4 Kevin J. Boyd (205) 295-8873 1 kevinboyd1039@yahoo.com PROFILE • Experience in programming in software MATLAB. • Working knowledge of AutoCAD, SolidWorks, and ANT. • Experience in problem solving and teamwork. EDUCATION University of Alabama at Birmingham Birmingham, AL Bachelor of Science, Mechanical Engineering Graduation Date: May 2020 Member of Pi Tau Sigma mechanical engineering honor society Bevill State Community College Jasper, AL Associate of Science, Engineering Graduation Date: May 2016 EXPERIENCE & INVOLVEMENT University of Alabama at Birmingham Capstone Senior Design Project Respirometer for Exercising Drosophilia Birmingham, AL American Cast Iron Pipe Company ASWP Project Manager Birmingham, AL Project Management May 2021-present • Managed projects across the country for project life cycle. Projects varied from line jobs to adapter/connection pieces. • Gained substantial knowledge in ERP software JD Edwards. • Worked with detailers/estimators on drawings based on contract documents such as plans and specs. • Gained key problem -solving skills while working to solve problems with both internal and external applications. American Cast Iron Pipe Company ASWP Project Detailer Birmingham, AL Project Management May 2020-May 2021 • Worked with multiple project managers on start to finish drawing packages for ASWP. This included reading contract drawings, acquiring necessary information for the drawings, and learning all necessary components of AMERICAN Spiral Weld Pipe for each job worked on. • Gained substantial knowledge in AutoCAD and ANT when detailing projects from start to finish and when helping other detailers with work when needed. • Gained knowledge in ASWP such as knowledge of end types, fittings, AWWA Standards, shop manufacturing standards, and project specifications. • Worked with training ASWP Co-op. This included teaching them how to use AutoCAD, release authorizations, independent projects, and compiling data for SPFA audits. Page 187 of 834 American Cast Iron Pipe Company Co-op (3 term) Birmingham, AL Project Management 2020 August 2018-May • Tracked data and information that was distributed to American Spiral Weld Pipe in Columbia, SC. • Gained substantial knowledge in AutoCAD, ANT, and SolidWorks while creating and modifying engineering drawings given to the shop. • Worked closely with the Project Engineer and manager to improve the overall efficiency of the department. Standardized drawings for detailers and estimators such as blind flanges and hinged manway • Completed a start to finish "project reconciliation" project that recapped how efficient the company was on any given project. • Researched Academic papers published from ASCE Pipelines Convention from 2006 to 2019 and categorized them into a spreadsheet to be used by the sales department and internally for continued knowledge growth. 1075 13t" Street South 1934-8400I www.uab.edu/careerservices LMCAREER AND PRBIdf8fi of 834 DEVELOPMENT SERVICES Attachment 5 0 F!, SPIRALWELD PIPE cp� THE RIGHT WAY Rupesh Patel EMPLOYMENT July 2022-Present American SpiralWeld Pipe Company, LLC, Paris, TX, USA QA Manager Responsible for daily Quality operation of Paris Facility Quality Assurance department. Responsibilities include managing QA staff; monitoring production and Quality processes for conformance to governing specifications, codes, and standards; defining and entering required quality tests for manufactured items; reviewing and approving all quality documentation; managing and expanding the quality program, policies, and procedures; providing additional inspection and QC support throughout production; driving continuous improvement in the QA department. Carry out periodic Audit to improve and streamline process and documentation. Assisting Director Quality for Development of QMS System. 2010-2022 Welspun Tubular LLC, Little Rock, AR, USA-72206 — (General Supervisor, QA&C, Shift Supervisor QA&C, Sr. Process Engineer Finishing, QA Engineer Spiral QC) As General Supervisor role, managed all QA & C aspects of large diameter Spiral plant's Day to Day activity including QC Lab testing, identifying critical to quality requirements, and controlling output at each stage of the process to handing over finished product to customer. Contribute to company's EBITA by ensuring Daily Quality Inspection activity are in compliance with Customer Requirements. Directing and coordinating all QA& C activities to meet daily targets, achieve Safety ORIR, reduce 3R (Repairs, Rework, and Reject), and operate within approved Budget. Maintaining Quality Records to meet API 5L, ISO 9001, and ITP protocols. Training of Employees for Each Project/Size to meet Customer's Specific requirements. Dealing with Customer appointed Third Party Inspection (TPI) personnel. No major non-conformance for 10 years of Supplied Pipes to various Customers. Reduced project start-up time and correction by developing process control parameters on various sizes of the pipe, and specifications. Establish internal feedback protocol by increasing the no of sampling pipes at major inspection station to reduce the risk of cyclic / repetitive errors. Process control activity by periodically measured, monitored, and improved based on the feedback received from internal stations (Internal station feedback to next and previous stations) 2008-2010 Body Blue 2006 Inc. - 2300 Drew Road, Mississauga, ON, Canada — Sr Quality Inspector Carried out Sampling of all Raw Material as per SOP and Test Plan. Warehouse Manager to maintain the Inventory Count. Strategic Sampling of Finish product in case of Material Recall 2006-2008 Celestica - 844 Don Mills Road, Toronto, ON, Canada Failure Analysis Technician Carried out the board level inspection for different Telecommunication boards for IBM as per IPC 610, In -circuit and functional testing of boards, press fit of connectors, Heat sink attachments, and debug for any repairs, mechanical assembly, and final inspection of product as per the MPI. Carry out failure analysis of different boards as per the MPI, WHIMS, and Health & Safety instructions to meet the production target Page 189 of 834 1997-2005 Welspun Gujarat Stahl Rohren Ltd. Bharuch, Gujarat, India Graduate Trainee, Sr. Engineer QC, Asst. Manager QC Carried out Daily Online & Offline Ultrasonic testing of Spiral Welded pipes. Assisted in Ultrasonic Operation at L SAW pipe plant. Carried out inspection at Raw material Supplier's facility. Carried Daily shift inspection activities as per ITP and Process chart. Managed all QA&C activity for Spiral plant including Lab Testing and Supervise Contractor activities for External Cement Coating & Internal Paint Coating. Executed Gujarat Water works order at Madhasana Site. OTHER Bachelor of Engineering - Poona / North Maharashtra University, India EXPERIENCE Certified ISO 9001:2015 Lead Auditor Course in 2016 Visual Inspection Level II course in Littlerock, USA 2010 ASNT Certificate in Ultrasonic Testing Level — II in 2005 CWI from IIW, India — 2003 Page 190 of 834 Attachment 6 RAW Patwardhan PROFILE Quality Management System, Quality Assurance and Control & Operation Management in SAW & HFW Pipe Manufacturing industry, Expertise in Fusion Bonded Epoxy Coating System & Process • Core member of leadership Group, involved in creating strategies for organization; safety strategies to minimize incidences, resolving operation, quality, and employee -related issues, strategy for Inventory control and min -max levels, finalizing Monthly and Quarterly Plant Performance Reports, Planning and decision making of HR policies related to the disciplinary point system for an hourly employee, COVID Protocols. • Championed customer satisfaction objectives that include customer relationship management, customer complaint resolution supported by root cause and corrective action methodologies, Identifying Critical to Quality (CTQ) requirements and accordingly building control plan that defines criteria for product quality checks, frequencies, methods and procedures for manufacturing operations to controls and deliver quality product. • Developed, implemented and managed Quality Management system for four plants based on ISO 9001:2015, API Q1 9th Edition, and Production strategies. Developed functional audit checklists, administered periodic internal audits, assessment, and audits of external suppliers, and led to identifying and closing gaps to ensure Quality system meeting compliance to accepted quality protocol. • Lead continuous improvement activities related to cost reduction, cycle time reduction, performance improvement and waste elimination for operations, supply chain and yard using techniques such as DMAIC, CAPA and tools such as histograms, FMEA, root cause analysis, Statistical process control charts SPC. • People management includes recruitment, retention of talent, coaching, performance appraisals, and disciplines: strong communication and Team Building skills. • Highly experienced in preparing annual departmental budget including: staffing requirements, capital equipment, and operation expenditures. Operated department within an average of 3% below approved budget. • Digital transformation strategist who understands the needs of transforming legacy systems into modern digital applications using Agile Scrum methodologies (e.g. Automated Customer Inquiry Process, Coil & Pipe Traceability process) • Succefully completed multi -million dollars Greenfield projects (Spiral Weld Pipe & Coating Plant at Little Rock, Coating & HFW Plant at Dahej, India) and brownfield projects (HFW and coating plant at Little Rock) in time; starting from Project Initiation, Layout designing, Planning and Execution to Project closing. CAREER CHRONOLOGY Director - Quality Assurance Jan 2021— Till Date AMERICAN SpiralWeld Pipe Co. Columbia, SC • Director role, overall responsible for managing all QA functions across three locations. Sr Manager (Head of Department) —Quality Assurance & Technical Service Dec 2009— Aug 2021 Welspun Tubular, Little Rock, AR, USA Senior Manager role, lead and managed all quality control and assurance aspects of large, multi -million dollars Oil & Gas Pipeline and coating Projects starting from bidding, identifying critical to quality requirements, approving quality documents and controlling output at each stage of the process to handing over finished product to customer. • Contributed to achieving EBITA +90% of the time by managing, directing, and coordinating all quality control, quality assurance and Operations activities, personnel, Operations & Qualitative targets (e.g. productivity, plant uptime, rework and rejection within norms, operating within approved budget, consumption within norms), Safety ORIR, ensuring compliance with quality industry regulatory and customer requirements. • Zero major non-conformance consecutively for five years in customer and API -ISO 9001:2015 audits. Pagc 1 Page 191 of 834 • Consistently achieved high Customer satisfaction ratings (average of 4 out of 5 for each customer) in quality of product, customer service and project documentation. • Reduced project start-up time and correction by developing coating process control parameters on various sizes of the pipe and specifications. • Initiated and lead weekly weekly quality review meetings with internal stakeholders of each unit to analyse and improve plant operation and quality performance, Monthly and quarterly quality reviews with Top Management. Developed presentations for Quality Management Reviews. Plant Manager (Coatings) / Sr. Manager — Operations Dec 2007— Dec 2009 Welspun Gujarat Stahl Rohren LTD, Dahej, India. • Oversaw all plant operations ensuring adherence to policies and procedures. • Achieved production targets +95% of time, plant up time, rework and rejection within norms, expenses within approved budget, first time yield and Safety ORIR each year by collaborating with personnel from all functions. • Reduced changeover time from 24 hours duration to 4 hours by designing new conveyor rollers operates with connected links and common drive motor, reduced waste (e.g. motion, waiting time) by designing and installing coupling conveyor systems. • Managed reduction in downtime by 4% by initiating and implementing 5S and lean methodology application; Muda (non -value added task within process) in Motion, Conveyance and waiting forms. Plant Manager - TYCO (India) Pvt. Ltd., Nagpur, India Jun 2004 - Dec 2007 • Oversaw all plant operations ensuring adherence to policies and procedures. • Reduced overall machining and assembly time by 14.3% by collaborating with casting foundries on redesigning of dies for closer tolerances and accuracy of the product. • Raised Weighing & Bagging machine Client base by 15.8% by aggressively working on dormant clients, understanding their issues and achieving the accuracy and precision in weight by modifying control panels. • Lead annual contract negotiations with employee groups and union representatives and ensured effective working relationship between management and labor all the time. Asst. Manager - Operations - EUPEC-Welspun Pipe Coating (I) Ltd., Dahej, India Apr 2000 - Jun 2004 • Responsible for day-to-day coating operations. • Successfully completed Fabrication, Erection and commissioning of 30 million dollars 3-Layer Polyethylene Coating plant. • Project Manager for fabrication, erection & commissioning of multi -million dollars Coal Tar, Concrete Coating and HFW Plant. Planning / Production Engineer- Kilburn Engineering Ltd., India • Responsible for Planning of material, fabrication process, and shipping. EDUCATION Nov 1996 - Mar 2000 Bachelor of Engineering (Production) I Walchand Institute of Technology, Solapur, India CERTIFICATION • Certified ISO 9001:2015 Lead Auditor • Lean six sigma Green & Black belt training was completed recently and preparing for the certification examination even though used most of the techniques during Welspun Tenure. Page 2 Page 192 of 834 SKILLS Operation & Quality Management. Problem Solving, Leadership and Time Management Skills. IT skills: Working Knowledge of SAP, Microsoft Office, MS -Project, AutoCAD Page 3 Page 193 of 834 Attachment 7 Wade Bowman Drafter American Cast Iron Pipe Company 2916 16th Street North Birmingham, Alabama 35207 Office: 866-442-2797 Fax: 205-488-7576 Direct Line: 205-325-7805 wbowman(a),american-usa.com Experience: American Cast Iron Pipe Company — 20 years Drafter: 02/02-Present Responsible for detailing layout and shop drawings of pipeline projects secured by American SpiralWeld Pipe. Daniel Industrial Metals — 11 years Detailer, Drafting Department: 04/91-02/02 Responsibilities included detailing shop and erection drawings for miscellaneous and structural steel for commercial projects. Structural Techniques —1.5 years Drafter: 01 /90-04/91 Responsible for detailing shop and erection drawings for commercial structural steel projects. Drafting Service —11 years Drafter: 09/79-01/90 Responsible for detailing shop and erection drawings for commercial structural steel projects. Page 194 of 834 Attachment 8 Amanda Moses Drafter American Cast Iron Pipe Company 2916 16th Street North Birmingham, Alabama 35207 Office: 866-442-2797 Fax: 205-488-7576 Direct Line: 205-307-2839 amoses(&,,american-usa. com Experience: American Cast Iron Pipe Company — 22 years Drafter: 11/00-Present Responsible for detailing layout and shop drawings of pipeline and structural projects secured by American SpiralWeld Pipe. Merchandising Equipment, Inc. — 2 years Assistant Manager, Drafting Department: 12/99-10/00 Responsibilities included supervising and training of all department employees, managing design projects, and maintaining company certifications. Drafter: 12/98-12/99 Responsible for managing design projects of retail store designs and case work, and reading blueprints. Education: University of Alabama at Birmingham, Alabama Bachelor of Science in Computer Science University of Alabama at Birmingham, Alabama Bachelor of Science in Chemistry University of Alabama at Birmingham, Alabama Bachelor of Arts in Spanish Virginia College of Birmingham Associate of Applied Science, Computer Aided Drafting and Design Page 195 of 834 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List Ship Date % Complete Project Location and Description Owner Engineer Contractor or Purchaser Quantity (ft) Size Wall Thickness Lining Coating Karegnondi Water Authority 131,690 60" 0.294" CML Poly 10/1/2014 100% Lake Huron Initiative G-4610 Beecher Rd Flint, MI Flint, MI Direct Bid Direct Bid to KWA 128,891 66" 0.294" CML Poly Matt Raysin - 810-235-2555 394 66" 0.294" CML Poly Karegnondi Water Authority 956 60" 0.294" CML Poly 7/15/2015 100% Genesee County Impoundment Plan S5002 G-4610 Beecher Rd Genesee County, MI Flint, MI Direct Bid Direct Bid 2,500 48" 0.294" CML Poly 810-732-7870 373 36" 0.294" CML Poly 9/15/2015 - Karegnondi Water Authority G-4610 Beecher Rd Genesee County Impoundment Plan S5004 Flint, MI Genesee County, MI 810-235-2555 ------------------------------ Direct Bid Direct Bid 100% 5,200 48" 0.294" CML Poly 3,400 36" 0.294" CML Poly Matt Raysin 34,320 48" 0.294 CML Poly Karegondi Water Authority 4/16/2016 ° 100% Genesee County Impoundment Plan S5005 G-4610 Beecher Rd. Genesee Co, MI 810-235-2555 Direct Bid Direct Bid Flint, MI 38,887 42 0.27 CML Poly Genessee County Drain Commission Fleis & Vandenbrink 6/17/2017 100% S-5006 Potter Rd SE Loop Extension G-4610 Beecher Rd. Flint, MI Flint, MI 2125 Ridgewood Dr, Suite 101 Midland, MI 48642 810-235-2555 989-837-3280 Louisville Water Company Louisville Water Company Garvey Construction 11/17/2017 100% Eastern Parkway 48" TMR - Phase 2 550 South 3rd St. Louisville, KY Louisville, KY 40202 550 South 3rd St. 200 Crutchfield Ave Louisville, KY 40202 Nashville, TN 37210 8,319 42" 0.375 CML Bare / Poly Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 615-350-7975 15146 31.375" 0.250" 6/17/2017 100% North Dakota State Water Commission Raw Water Main Transmission Pipeline SWC Project 1736 Upgrades Intake to Zap Reservoirs 900 East Blvd, Dept 770 Beulah, ND Bismarck, ND 58501 1-800-366-6888 Bartlett & West Rachel Contracting 3456 E. Century Avenue 4125 Napier Court NE Bismarck, ND 58501 St. Michael, MN 55376 701-258-1110 763-242-4749 4276 31.375" 0.281" CML Tape 216 31.375" 0.375" 394 48.000" 0.500" --- ---- ---- ---- ---- ---- ---- ---- ---- --- ---- ---------------------- ----- ---- ---- ---- 7,900 ---- ---- 48 ---- ---- ---- ---- 0.500 ---- ---- ----- CML ---- ------ Tape 5,700 60 0.750 CML Tape NYC -Design & Construction NYC - Design & Construction CAC Industries 12/17/2017 100% QED 991 30-30 Thompson Avenue Queens, NY Long Island City, NY 11101 30-30 Thomas Ave 37-10 Review Ave Long Island City, NY 11101 Long Island City, NY 11101 50 72 0.750 CML Tape 718-391-1000 718-391-1000 732-946-8400 NYC -Design & Construction NYC - Design & Construction CAC Industries 8,250 48 0.500 CML Tape 12/17/2017 100% HWX710A 30-30 Thompson Avenue Bronx, NY Long Island City, NY 11101 30-30 Thomas Ave 37-10 Review Ave Long Island City, NY 11101 Long Island City, NY 11101 1,000 36 0.375 CML Tape 450 30 0.375 CML Tape 718-391-1000 718-391-1000 732-946-8400 400 24 0.375 CML Tape 12/17/2017 o 100 /o Aiken County Public Service Authority Horse Creek Pollution Control Facility 70 Psa Rd Improvements Beech Island, SC 29842 Aiken, SC 803-278-1911 Goodwyn Mills Cawood Brasfield & Gorrie 101 East Washington St, Suite 200 3021 7th Ave South Greenville, SC 29601 Birmingham, AL 35233 864-527-0460 205-328-4000 400 42" 0.188" Epoxy, C210 Pol 300 48" 0.188" Epoxy, C210 Pol 925 54" 0.199" Epoxy, C210 Pol Town of Cary HDR Engineering Garvey Construction 26,000 42" 0.180" CML Pol 12/17/2017 100% Raw Water Transmission Parallel Pipeline 316 N. Academy St Cary, NC Cary, NC 27513 440 S. Church St; Suite 1000 505 James Jackson Ave Charlotte, NC 28202 Cary, NC 27513 4,900 48" 0.200 CML Pol 1,200 54" 0.230" CML Pol Betsy Drake - 919-469-4030 Matt Schultz - 704-338-6700 540-707-2004 Birmingham Water Works Arcadis BL Harbert International 626 60" 0.375" Epoxy, C210 Polyurethane 5/18/2018 100% Shades Mountain Filter Plant 3600 1 st Ave North Birmingham, AL Birmingham, AL 35222 2170 Highlands Avenue South; Suite 250 820 Shades Creek Pkwy; Suite 3000 Birmingham, AL 35205 Birmingham, AL 35209 60 48" 0.313" Epoxy, C210 Polyurethane 205-244-4000 205-930-5707 205-802-2880 8/18/2018 ° 100% City of Houston, Department of Public 54" Waterline Along Vickery Drive Works Houston, TX 611 Walker St Houston, TX 77002 832-395-2511 - ----- . . - Lockwood, Andrews, & Newnam, Inc. Harper Brothers 2925 Briarpark Drive 654 N. Sam Houston Pkwy East, Suite 100 Houston, TX 77042 Houston, TX 77060 (713) 266-6900 713-893-4593 3,200 54" 0.271" CML, C205 Polyurethane City of Fort Wayne, IN AECOM Cleary Construction 2,880 54" 0.188" Poly, C222 Polyurethane 6/18/2018 100% Morton Street Lift Station FM 200 East Berry St, Room 130 Fort Wayne, IN Fort Wayne, IN 46802 One Indiana Square, Suite 2100 2006 Edmonton Rd Indianapolis, IN 46204 Tompkinsville, KY 42167 260-427-1234 317-532-5400 270-487-1784 11/18/2018 ° 100 /o Louisville Water Company Eastern Pkwy 48" Transmission Main Rehab 550 South 3rd St. Phase 2B, South 3rd St to Interstate 65 Louisville, KY 40202 Louisville, KY Mike Meyer - 502-569-3600 EXT 2326 Louisville Water Company MAC Construction 550 South 3rd St. 1500 Envoy Circle, Suite 1510 Louisville, KY 40202 Louisville, KY 40299 Mike Meyer - 502-569-3600 EXT 2327 502-671-0774 1,420 42" 0.375" CML, C205 Polyurethane ASWP Project Reference List Page 1 of 4 Page 196 of 834 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List 9,300 66" 0.322" CML, C205 Polyurethane Denver Water HDR / Dewberry Garvey Construction 7/1/2018 100% Conduit 16 West Segment 1600 W 12th Ave 1670 Broadway 7911 Shaffer Pkwy Arvada, CO Denver, CO 80204 Denver, CO 80202 Littleton, CO 80127 303-628-6614 303-764-1520 303-791-3600 45 9 2,945 36" 36 " 0.375" CML, C205 Tape NYC -Design & Construction NYC -Design & Construction Perfetto Contracting Co Inc 0.875" CML, C205 Tape 11/18/2018 100% QED - 1007 (Rockaway Blvd) 30-30 Thompson Avenue 30-30 Thompson Avenue 152 41st St Queens, NY Long Island City, NY 11101 Long Island City, NY 11101 Brooklyn, NY 11232 732-946-8400 EXT 114 732-946-8400 EXT 114 718-541-9376 Washington Suburban Sanitary Atkins Garvey Construction 600 60" 0.660" CML, C205 Tape - C214 5/19/2019 ° 100% Purple Line Project Commission 14501 Sweitzer Lane 400 E. Pratt St 4515 Daly Drive, Suite K, College Park, MD Laurel, MD 20707 Baltimore, MD 21202 Chantilly, VA 20151 - - 301-206-4001 443-393-6084 703-794-6194 5,571 72" " 0.431 CML, C205 Tape - C214 City of Baltimore Department of Public Brierley Associates Oscar Renda Contracting, Inc. 100 48 0.294 „ CML, C206 Tape - C215 1/23/2019 100% Druid Lake Finished Water Tanks Works 999 Waterside Dr 608 Henrietta Creek Rd 75 30" 0.198" CML, C207 Tape - C216 Baltimore, MD 2700 Madison Ave Norfolk, VA 23510 Roanoke, TX Baltimore, MD 21217 757-777-3712 817-293-4263 54,096 54" 0.225" CML, C205 Poly - C222 Package B -Effluent Pipeline for Georgia Pacific -Foley Cellulose Plant ' Hazen and Sawyer Reynolds Construction, LLC 1/19/2019 100% Fenholloway WWQI 1 Buckeye Drive 4000 Hollywood Blvd-, Suite 750N 12421 San Jose Blvd-, Suite 200B Perry, FL Perry, FL 32348 Hollywood, FL 33021 Jacksonville, FL 32223 954-987-0066 954-987-0066 904-695-9290 Package A - Effluent Pipeline for Georgia Pacific - Foley Cellulose Plant Hazen and Sawyer Wharton -Smith, Inc. 295 84" 0.385" CML, C205 Poly - C222 11/18/2018 100% Fenholloway WWQI 1 Buckeye Drive 4000 Hollywood Blvd-, Suite 750N 750 Monroe Rd 450 54" 0.225" CML, C205 Poly - C222 Perry, FL Perry, FL 32348 Hollywood, FL 33021 Sanford, FL 32771 954-987-0067 954-987-0067 Sloan Hagerty - 407-230-4959 Colorado Springs Utilities 1,700 66" 0.375" CML, C205 Poly - C222 1521 Hancock Expressway, PO Box 1103,' Dewberry Garvey Construction Homestake Suction Pipeline Replacement Mail Coe 1821 990 S Broadway, Suite 400 7911 Shaffer Pkwy 3/1/2020 ° 100% Project Colorado Springs, CO 80947 Denver, CO 80209 Littleton, CO 80127 Granite, CO (719) 668-8537 - (303) 951-0613 303-791-3600 --- 8,731 42" 0.375" CML, C205 Poly / Bare Louisville Water Company Eastern Pkwy 48" Transmission Main Rehab HDR Cleary Construction 9/1/2019 100% 550 South 3rd St. Phase 3 401 West Main Street 2006 Edmonton Rd Louisville, KY 40202 Louisville, KY Louisville, KY 40202 Tompkinsville, KY 42167 Mike Meyer - 502-569-3600 EXT 2326 Florida Keys Aqueduct Authority 502-584-4118 270-487-1784 Carollo Metro Equipment Services 10,300 31.375" 0.375" CML, C205 Tape, C214 11/19/2019 ° 100% Grassy Key Tranmission Main Replacement 3200 Overseas Hwy 2056 Vista Pkwy, Suite 400 9415 SW 72nd Street #123 Marathon, FL Marathon, FL 33050 West Palm Beach, FL 33441 Miami, FL 33173 305-296-2454 561-868-6403 786-663-2811 20,586 49.75" 0.200" CML, C205 Poly, C222 San Patricio Municipal Water 54" & 48" Treated Transmission Waterline Cash Construction Co., Inc. J Schwarz &Associates, Inc 5,371 55.750 0.22511 CML, C205 Poly, C222 11/19/2019 100% Project - Contract 1 4213 TX-361 Corpus Christi, TX 78412 217 Kingston Lacy Blvd 2,550 49.750" 0.875" Poly, C222 Poly, C222 Portland, TX 78374 Corpus Christi, TX Pflugerville, TX 78660 361-906-2430 361-643-6521 The Village of Oak Lawn 512-251-7872 CDM Smith Reliable Contracting and Equipment Co. 26,476 60" .290", .320", .640", .730" CML, C205 Poly, C222 WTM Package No 6A 9446 S. Raymond Ave Suite 700 125 South Wacker Drive, 4100 S. Emerald Ave 4/20/2020 ° 100% Oak Lawn, IL Oak Lawn, IL , ChicagoIL 60606 Chicago, IL 60609 708-636-4400 312-346-5000 312-666-3626 Peace River/ Manasota Regional Water King Engineering Association Garvey Construction 21,200 48" 0.240" CML, C205 Poly, C222 Phase 3B - Regional Integrated Loop Supply 2930 University Pkwy 2151 NE Coachman Road 1/1/2020 100% System 9415 Town Center Pkwy Sarasota, FL 34243 Clearwater, FL 33765 Sarasota County, FL Lakewood Ranch, FL 34202 941-358-6540 407-877-5903 941-316-1776 NYC DEP C H2 M H i l l Kiewit-Shea Constructors, AJV 1,300 48" 0.500" Bare Bare Rondout Tunnel Project 59-17 Junction Blvd, 13th Floor 29 Broadway #1700 5503-US-9W 5/1/2020 ° 100% Wawarsing, NY Flushing, NY 11373 New York, NY 100006 Newburgh, NY 12550 212-639-9675 212-545-6300 201-575-9689 - -- - -- - -- - - --- City of Denton - -- S&J Construction — - Freese and Nichols 4,225 43.750" 0.198" CML, C205 Poly, C222 N-S Phase 3 WTM 901-B Texas Street 2220 San Jacinto Blvd, Suite 330 1009 South Redmond Rd 5/1/2020 100% Denton, TX Denton, TX 76209 Denton, TX 76205 Jacksonville, AR 72076 940-349-7133 940-220-4340 501-247-2298 Great Lakes Water Authority Somat Engineering, Inc. LGC Global 12,425 48" 0.200" CML, C205 Poly, C222 Schoolcraft Road 48in Water Transmission 9101 W Jefferson Ave 3031 W. Grand Blvd, Suite 228 7310 Woodward, Suite 500 7/1/2020 100% Main Detroit, MI 48209 Detroit, MI 48202 Detroit, MI 48202 Livonia, MI 844-455-4592 313-963-2721 313-989-4141 DDC Engineers Ruby Collins 25,350 48" 0.200" CML, C205 Poly, C222 Grand Strand Water and Sewer Authority 48" Water Line from US Hwy 701 to SC Hwy 1298 Professional Dr Monte Beasley 2,800 48" 0.675" Poly, C222 Poly, C222 4/20/2020 100% PO Bo2368 x 2 68 544 rtle Beach, SC 29577 4875 Martin Court Conway,, Myrtle Beach, SC 843-692-3200 Smyrna, GA 843-443-8200 770-432-2900 ASWP Project Reference List Page 2 of 4 Page 197 of 834 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List Jacobs Engineering Inc. 21,473 43.75" 0.210" CML, C205 Poly, C222 South Metro WISE Authority T Lowell Construction 9191 S. Jamaica Street 8/20/2020 100% Binney Connection Project 8400 E Prentice Ave; Suite 315 3211 S Interstate 25 , CO 80112 EnglewoodCO Aurora, CO Greenwood Village, CO 80111 303-70 Castle Rock, CO 80109 720-216-5158 303-688-2330 - 1,200 43.75" 0.500" City of Thornton, CO Scott Contracting 2,550 43.75" 0.340" 13,268 43.75" 0.320" Thornton Water Project Work Package 1 9500 Civic Center Drive Burns & McDonnell Engineering Co, Inc 9200 E Mineral Ave; Suite 400 10,262 43.75" 0.290" 7/17/2020 100% Thornton, CO Thornton, CO 8022913ismarck, ND 58501 9785 Maroon Cir, Suite 400 Centennial, CO 80112 CML, C205 Poly, C222 1,902 43.75" 0.235" 1-800-366-6888 Centennial, CO 80112701-258-1110 Justin Kulbacki - 720-256-5284763-242- 9,871 43.75" 0.235" 4749 7,500 49.000" 0.500" CML, C205 Poly, C222 NYC -Design & Construction NYC -Design & Construction CAC Industries 11/22/2022 75% BED776 30-30 Thomas Ave 30-30 Thomas Ave 54-08 Vernon Blvd Brooklyn, NY Long Island City, NY 11101 Long Island City, NY 11101 Long Island City, NY 11101 732-946-8400 - EXT 114 732-946-8400 - EXT 115 718-729-3600 202 24" Varies CML, C205 Poly, C222 398 30" Varies CML, C205 Poly, C222 Great Lakes Water Authority AECOM LGC Global 643 42" Varies CML, C205 Poly, C222 1,998 48" Varies CML, C205 Poly, C222 Yard Piping, Valves and Venturi Meters 9101 W Jefferson Ave 400 Renaissance Center, Suite 2600 7310 Woodward, Suite 500 6/20/2022 o 100% Replacement at Water Works Part Detroit, MI 48209 Detroit, MI 48202 Detroit, MI 48343 - - - - - - - - - - - 844-455-4592 313-309-7184 313-989-4141 55 54" Varies CML, C205 Poly, C222 692 60" Varies CML, C205 Poly, C222 156 66" Varies CML, C205 Poly, C222 2,166 72" Varies CML, C205 Poly, C222 City of Phoenix Inc Sundt Construction, . Stanley Consultants, Inc. 20,974 67.875 0.310 „ CML, C205 Poly, C222 Segment 2, Zone 4A Water Transmission 200 W Washington St. 2620 S 55th St 1661 E. Cam Rd, Suite 400 2,037 67.875" 0.490" CML, C205 Poly, C222 5/21/2021 100% Main Phoenix, AZ 85003 Tempe, AZ 85282 Phoenix, AZ x, AZ 85016 Phoenix, AZ 602-262-6011 480-293-3000 Jay Horak, PE ------ ---- ------------ ---- ---- ----------- ---- ---- ---- -- -- -------------------- ---- ---- -------------------- - ---- - --- ----------- ---- ---- ---- -- -- ---- 6,480 ---- ---- 49.750" ---- ---- ---- ---- 0.365" ---- ---- ----- ---- ------ 12,312 49.750" 0.281" San Antonio Water System Freese & Nichols Thalle Construction Co. 62,967 49.750" 0.260" WRIP Phase 2 - Pipeline 2800 US-281 9601 McAllister Freeway, Suite 1008 900 NC-86 1,744 49.750 0.306„ 3/21/2021 100% Segment 2C & 3 San Antonio, TX 78212 San Antonio, TX 78216 Hillsborough, NC 27278 CML, C205 Poly, C222 3,256 49.750" 0.260" San Antonio, TX 210-704-7297 210-298-3800 919-245-1490 North Harris County Regional Water Harper Brothers Construction Aurora Technical Services 10,087 84" 0.414", 0.433", 0.635" CML, C205 Poly, C222 92 36" 0.250" CML, C205 Poly, C222 Project 25D Proposed 84" Water Line Along Authority N. 654 NSam Houston, Pkwy, Suite 330 2121 Sage Road, Suite 150 530 30" 0.385" CML, C205 Poly, C222 5/21/2021 100% Plaza Verde & Centerpoint 3648 Cypress Creek Pkwy: Suite 110 Houston, TX 77060 Houston, TX 7 Houston, TX Houston, TX 77068 713-893-4593 281-453-770056 0 281-440-3924 Nashville Metro Water Services Brown and Caldwell Garvey Construction 1,000 84" 0.350" CML, C205 Poly, C222 Central WWTP Capcity Improvements & 1450 Lebanon Pike 200 Crutchfield Avenue 220 Athen Way, Suite 500 6/21/2021 100% CSO Nashville, TN 37210 Nashville, TN 37210 Nashville, TN 37228 Nashville, TN 615-880-2420 615-350-7975 615-255-2288 Great Lakes Water Authority 42,500 54" 0.268"-0.625" CML, C205 Poly, C222 Brown and Caldwell Ric -Man Construction, Inc. GLWA Contract No 2004456, 14 Mile 9101 W Jefferson Ave 38600 Van Dyke Ave, Suite 100 100 West Big Beaver Road, Suite 540 12/21/2021 ° 100% Transmission Main Loop - Phase 2 Detroit, MI 48209 Troy, MI 48084 Sterling Heights, MI 48312 Oakland County, MI 844-455-4592 248-786-4760 586-997-8830 North Harris County Regional Water Harper Brothers Construction 11,768 84" 0.423" CML, C205 Poly, C222 Project 25A Proposed 84" Water Line Along Authority Binkley &Barfield, Inc. 654 N. Sam Houston, Pkwy, Suite 330 9/21/2021 100% Centerpoint Energy Northbelt Corridor 3648 Cypress Creek Pkwy: Suite 110 SeamiDr. Houston, TX 77060 Houston, TX Houston, TX 77068 ouston, Houst 77008 713-893-4593 281-440-3924 - 719-8693433 North Harris County Regional Water 3,550 84" 0.423" CML, C205 Poly, C222 Project 25G - 84" Water Line Along Lessner Authority Arcadis Reytec Construction, Inc. 3/22/2022 100% Road 3648 Cypress Creek Pkwy: Suite 110 10205 Wesheimer Road -Suite 800 1901 Hollister St Houston, TX Houston, TX 77068 Houston, TX 77042 Houston, TX 77080 281-440-3924 North Harris County Regional Water 713-953-4800 Kimley-Horn MC2 Civil, Inc. 8,300 36" 0.210" - 0.500" CML, C205 Poly, C222 Project 25E Authority 10814 Jollyville Rd, Campus IV, Suite 200 14115 Luthe Rd, Suite 100 3/22/2022 100% 3648 Cypress Creek Pkwy: Suite 110 Houston, TX Austin, TX 78759 Houston, TX 77039 Houston, TX 77068 512-418-1771 713-896-3141 281-440-3924 K Friese and Associates Carney Construction 60,675 42" 0.198" CML, C205 Poly, C222 33,825 36" 0.198" CML, C205 Poly, C222 Alliance Regional Water Authority Phase 1 B Treated Water Pipeline Segment 1120 S. Capital of Texas Hwy 40 NE Interstate 410 Loop #343 5/22/2022 100% 630 E. Hopkins B Cityview II, Suite 100 San Antonio, TX 78216 San Marcos, TX San Marcos, TX Austin, TX 78746 210-981-2645 512-294-3214 512-338-1704 City of Houston, Department of Public HDR Engineering, Inc. Harper Brothers Construction 9,631 72" 0.362" CML, C205 Poly, C222 72" Water Line from Crawford to Mt Vernon Works 4828 Loop Central Drive, Suite 800 654 N. Sam Houston, Pkwy, Suite 330 6/22/2022 100% Houston, TX 611 Walker St Houston, TX 77081 Houston, TX 77060 Houston, TX 77002 713-622-9264 713-893-4593 832-395-2500 ASWP Project Reference List Page 3 of 4 Page 198 of 834 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List CDM Smith Reliable Contracting & Equipment Co. 2,750 60" 0.270" CML, C205 Poly, C222 The Village of Oak Lawn 125 South Wacker Drive; Suite 700 4100 S. Emerald Avenue 7/22/2022 100% Water Transmission Bid Package 4B 9446 S. Raymond Ave Chicago, IL 60606 Chicago, IL 60609 Oak Lawn, IL Oak Lawn, IL 312-346-5000 312-666-3626 708-636-4400 Brown and Caldwell Ruby -Collins, Inc. 3,760 54" 0.225" CML, C205 Poly, C222 Lake Keowee Intake to Adkins Water Plant Greenville Water System 250 Berryhill Road; Suite 104 4325 Dick Pond Road, Suite D 400 54" 0.300" CML, C205 Poly, C222 7/22/2022 100% Raw Water System Improvements 407 W Broad St Greenville, SC 29601 Columbia, SC 29210 Conway, SC 29588 Greenville, SC 864-241-6000 803-873-9701 843-748-9000 Crist Engineers, Inc. Belt Construction, Inc. 20,550 42" 0.198" CML, C205 Poly, C222 Contract 2, Raw Water Supply Transmission City of Hot Springs, AR Utility Dept 205 Executive Court 2507 E. Broad Street 7/22/2022 100% 324 Malvern n Ave Pipe Line Project, Section 1 and Section 2 Little Rock, AR 72205 Texarkana, AR 71854 Hot Springs, AR Hot Springs, 71901 501-664-1552 870-772-7216 501-321-6830 Wilson Engineers Achen-Gardner Construction, LLC 3,960 90" 0.510" CML, C205 Bare City of Phoenix 1620 W Foundationhead PKWY Suite 501 550 S 79th Street 10/22/2022 100% Val Vista Transmission Main 200 W Washington St. Tempe, AZ 85282 Chandler, AZ 85226 Mesa, AZ Phoenix, AZ 85003 480-893-8860 480-490-1300 602-262-6011 West Harris County Regional Water Black & Veatch Harper Brothers Construction 23,617 96" 0.5", 0.6" CML, C205 Poly, C222 100 96" 0.750" CML, C205 Poly, C222 Authority 920 Memorial City Way Suite 600 654 N. Sam Houston, Pkwy, Suite 330 7/1/2023 100% WHCRWA Segment B2 7215 Harms Rd Houston, TX 77024 Houston, TX 77060 Houston, TX Houston, TX 77098 713-961-1100 713-893-4593 (713) 860-6400 Olsson Engineering 4,900 36" 0.233" CML, C205 Poly, C222 Windier Public Improvement Authority Windler Public Improvement Authority 1525 Raleigh St.; Suite 400 11/22/2022 100% Windier GVP 36" Water Relocation 5750 DTC Pkwy; Suite 210 5750 DTC Pkwy- Suite 210 Denver, CO 80204 Aurora, CO Greenwood Village, CO 80111 Greenwood Village, CO 80111 303-237-2072 303-795-9900 303-795-9900 K Friese and Associates Garvey Construction 4,068 42" 0.198" and 0.375" CML, C205 Poly, C222 3,214 36" 0.198" and 0.375" CML, C205 Poly, C222 Alliance Regional Water Authority Phase 1 B Treated Water Pipeline Segment 1120 S. Capital of Texas Hwy 40 NE Interstate 410 Loop #343 12/1/2022 100% 630 E. Hopkins B - Change Order Cityview II, Suite 100 1 San Antonio, TX 78216 San Marcos, TX San Marcos, TX Austin, TX 78 210-981-2645 512-294-3214 512-338-1704 Wade Trim 30,000 37.500" 0.385" CML, C205 Poly, C222 Florida Keys Aqueduct Authority Florida Keys Aqueduct Authority 201 One Tampe Center 1/23/2023 o 95/o Islamorada Transmission Main 1100 Kenndy Drive 1100 Kenndy Drive N Franklin St #1350 Islamorada, FL Key West, FL 33040 Key West, FL 33040 Tampa, FL 33602 305-295-2136 305-295-2136 Dewberry Engineers Inc. BT Construction 1,650 49.75 0.335" CML, C205 Bare Aurora Water Project Manager 990 S. Broadway, Suite 400 9885 Emporia St 11/22/2023 100% Rampart PCCP Slipline Phase 2 1515 E Alameda Pkwy, Suite 4400 Denver, CO 80209 Henderson, CO 80640 Aurora, CO Aurora, CO 80012 303-95100615 303-469-0199 720-859-4342 HDR Reynolds Construction Company 42,520 31.375 0.198" CML, C205 Poly, C222 Aurora City Water Utility Administration 1670 Broadway, Suite 3400 1775 East 69th Avenue 6/27/2023 o 95/o Eastern Utility Extension Zone 4 1515 E Alameda Pkwy, Suite 3600 Denver, CO 80202 Denver, CO 80229 Aurora, CO Aurora, CO 80012 303-764-1547 303-287-7700 303-739-7370 LAN Garvey Construction (CMAR) 142,711 66" 0.290" CML, C205 Poly, C222 Upper Trinity Regional Water District 8350 N. Central Expressway; Suite 1400 40 NE Interstate 410; Loop #343 26,250 72" 0.320" CML, C205 Poly, C222 8/15/2023 90% Lake Ralph Hall Raw Water Pipeline 900 North Kealy Avenue; PO Box 305 Dallas, TX 75206 San Antonio, TX 78216 Ladonia, TX Lewisville, TX 75067 214-522-8778 210-981-2645 972-219-1228 Walker Partners Engineers and Surveyors Garvey Construction 44,270 36" 0.198" CML, C205 Poly, C222 ARWA Phase 1 B Treated Pipeline, Segment Alliance Regional Water Authority 804 Las Cimas Pkwy 40 NE Interstate 410; Loop #343 8/15/2023 75% E 630 E. Hopkins Austin, TX 78746 San Antonio, TX 78216 New Braunfels, TX San Marcos, 512-294-3214 210-981-2645 512-294-3214 Peace River / Manasota Regional Water Wade Trim Garvey Construction 37,500 43.750" 0.250" CML, C205 Poly, C222 Peace River - Phase 3C Supply 201 N. Frankin St. Suite 1350 370 E Crown Point Rd 7/15/2023 40% Sarasota, FL 9415 Town Center Pkwy Tampa, FL 33602 Winter Garden, FL 34787 Lakewood Ranch, FL 34202 813-882-4373 941-451-1488 941-316-1776 Providence Infrastructure Consultants Reynolds Construction Company 33,710 37.5 0.198" CML, C205 Poly, C222 10,510 37.5 0.221" CML, C205 Poly, C222 Greeley Water & Sewer Department 300 Plaza Drive Suite 320 1775 East 69th Avenue 3/27/2023 o 85 /o Terry Ranch Pipeline Project Segment 1 1001 11th Avenue, 2nd Floor Highlands Ranch, CO 80129 Denver, CO 80229 Greeley, CO Greeley, CO 80631 303-997-5035 303-287-7700 970-350-9811 ASWP Project Reference List Page 4 of 4 Page 199 of 834 Attachment 10 American SpiralWeld Pipe Company, LLC Project Manager Project Reference List American Ship Date Project Manager Project Location and Description Owner Engineer Contractor or Purchaser Quantity (R) Size Louisville Water Company 550 South 3rd St. Louisville Water Company 550 South 3rd St. Gamey Construction 200 Crutchfield Ave 11 /17/2017 Desi Gunter Eastern Parkway 48" TMR - Phase 2 Louisville, KY Louisville, KY 40202 Louisville, KY 40202 Nashville, TN 37210 8,319 42" Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 615-350-7975 AECOM 2,880 54" City of Fort Wayne, IN 200 East Berry St, Room One Indiana Square, Suite 2100 Indianapolis, IN Cleary Construction 2006 Edmonton Rd 6/18/2018 Desi Gunter Morton Street Lift Station FM Fort Wayne, IN 130 46204 Tompkinsville, KY 42167 Fort Wayne, IN 46802260-427-1234 31746204400 270-487-1784 MAC Construction 1,420 42" Eastern Pkwy 48" Transmission Main Rehab Phase Louisville Water Company 550 South 3rd St. Louisville Water Company 550 South 3rd St. 1500 Envoy Circle, Suite 1510 11 /18/201 s Desi Gunter 2B, South 3rd St to Interstate 65 Louisville, KY 40202 Louisville, KY 40202 Louisville, KY 40299 Louisville, KY Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 502-671-0774 9,300 66" Denver Water 1600 W 12th Ave Denver, CO HDR / Dewberry 1670 Broadway Gamey Construction 7911 Shaffer Pkwy 7/l/2018 Desi Gunter Conduit 16 West Segment Arvada, CO 80204 Denver, CO 80202 Littleton, CO 80127 303-628-6614 303-764-1520 303-791-3600 Georgia Pacific - Foley Cellulose Plant 1 Buckeye Hazen and Sawyer 54,096 54" Package B - Effluent Pipeline for Fenholloway W WQI Drive 4000 Hollywood Blvd; Suite 750N Hollywood, FL Reynolds Construction, LLC 12421 San Jose Blvd; 1/19I2019 Desi Gunter perry, FL Perry, FL 32348 33021 Suite 200B Jacksonville, FL 32223 954-987-0066 954-987-0066 904-695-9290 1,700 66" Colorado Springs Utilities 1521 Hancock Dewberry Gamey Construction 7911 Shaffer Pkwy 3/1/2020 Desi Gunter Homestake Suction Pipeline Replacement Project Expressway, PO Box 990 S Broadway, Suite 400 Littleton, CO 60127 Granite, CO 1103, Mail Coe 1821 Colorado Springs, CO 80947 Denver, CO 80209 303-791-3600 (719)668-8537 (303)951-0613 8,731 42" Eastern Pkwy 48" Transmission Main Rehab Phase 3 Louisville Water Company 550 South 3rd St. HDR Cleary Construction 2006 Edmonton Rd 9/1/2019 Desi Gunter Louisville, KY Louisville, KY 40202 401 West Main Street Louisville, KY 40202 Tompkinsville, KY 42167 Mike Meyer -502-569-3600 EXT 2326 502-584-4118 270-487-1784 Florida Keys Aqueduct Authority 3200 Overseas Metro Equipment Services 9415 SW 72nd Street 10,300 31.375" Grassy Key Tranmission Main Replacement Marathon, Hwy Carollo #123 11/19/2019 Deli Gunter FL Marathon, 2056 Vista Pkwy, Suite 400 West Palm Beach, FL Miami, -2 54 305-296-2454 33441 561-868-6403 63 28173 786-663-2811 CDM Smith 26,476 60"Reliable The Village of Oak Lawn 9446 S. Raymond Ave 125 South Wacker Drive, Suite 700 Chicago, IL Contracting and Equipment Co. 4I20I2020 Desi Gunter WTM Package No 6A Oak Lawn, IL Oak Lawn, IL 60606 4100 S. Emerald Ave Chicago, IL 60609 708-636-4400 312-346-5000 346- 312-666-3626 Freese and Nichols 4,225 43.750"S&J City of Denton 901-B Texas Street Denton, TX 2220 San Jacinto Blvd, Suite 330 Construction 1009 South Redmond Rd 5/1/2020 Desi Gunter N-S Phase 3 WTM Denton, TX 76209 Denton, TX 76205 Jacksonville, AR 72076 940-349-7133 940-220-4340 01-247-2298 5 202 24" 398 30" 643 42" Great Lakes Water Authority 9101 W Jefferson AECOM LGC Global 6/20/2022 Desi Gunter Ward Piping, Valves and Venturi Meters Replacement Ave Detroit, MI 48209 400 Renaissance Center, Suite 2600 7310 Woodward, Suite 500 1,998 48" 55 54" at Water Works Part 844MI -455-4592 Detroit, Detroit, MI41402 9-71843 313-30-7184 313-989d1 692 60" 156 66" 2,166 72" 10,087 84" North Harris County Regional Water Authority Aurora Technical Services 2121 Sage Road, Suite Harper Brothers Construction 654 N. Sam Houston, 92 36" Project 25D Proposed 84" Water Line Along Plaza 3648 Cypress Creek Pkwy: Suite 110 150 Pkwy, Suite 330 530 30" 5/21/2021 Desi Gunter Verde & Centerpolnt Houston, TX Houston, TX 77068 Houston, TX 77056 Houston, TX 77060 281- 40-3924 281-453-7700 713-893-4593 Nashville Metro Water Services 1450 Lebanon 1,000 84" Central W WTP Capcity Improvements & CSO Pike Brown and Caldwell 220 Athen Way, Suite 500 Gamey Construction 200 Crutchfield Avenue 6/21/2021 Desi Gunter Nashville, TN Nashville, TN 37210 Nashville, TN 37228 615-255-2288 Nashville, TN 37210 615-350-7975 615-880-2420 North Harris County Regional Water Authority Harper Brothers Construction 654 N. Sam Houston, 11,768 84" Project 25A Proposed 84" Water Line Along 3648 Cypress Creek Pkwy: Suite 110 Binkley & Barfield, Inc. 1710 Seamist Dr. Suite 330 9/21/2021 Desi Gunter Centerpdnt Energy Northbelt Corridor Houston, TX 77068 Houston, TX 77008 Houston, TX 77060 Houston, TX 281-440 3924 719-869-3433 713-893-4593 North Harris County Regional Water Authority Arcadis 3,550 1" Project 25G - 84" Water Line Along Gessner Road 3648 Cypress Creek Pkwy: Suite 110 10205 Wesheimer Road - Suite 800 Houston, TX Reytec Construction, Inc. 3/22/2022 Kevin Boyd Houston, TX Houston, TX 77068 77042 1901 Hollister St 281-440-3924 713-953-4800 Houston, TX 77080 North Harris County Regional Water Authority Kimley-Horn MC2 Civil, Inc. 8,300 36" 3648 Cypress Creek Pkwy: Suite 110 10814 Jollyville Rd, Campus IV, Suite 200 Austin, TX 14115 Luthe Rd, Suite 100 3/22/2022 Kevin Boyd Project 25E Houston, TX Houston, TX 77068 78759 Houston, TX 77039 281-440-3924 512-418-1771 713-896-3141 Page 200 of 834 Attachment 10 American SpiralWeld Pipe Company, LLC Project Manager Project Reference List 60,675 42" K Friese and Associates 1120 S. Capital of Texas Garvey Construction 33,825 36" 5/22/2022 Deal Gunter Phase 1 B Treated Water Pipeline Segment B San Marcos, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 Hwy Cityview Il, Suite 100 Austin, TX 78746 40 NE Interstate 410 Loop #343 San Antonio, TX 78216 512-338-1704 210-981-2645 9,631 72" 6/22/2022 Kevin Boyd 72" Water Line from Crawford to Mt Vernon Houston TX City of Houston, Department of Public Works 611 Walker St Houston, TX 77002 832-395-2500 HDR Engineering, Inc. H, 4828 Loop Central Drive, Suite 800 ouston, TX 77081 713-622-9264 Harper Brothers Construction 654 N. Sam Houston, Pkwy, Suite 330 Houston, TX 77060 713-893-4593 2,750 60" 7/22/2022 Deli Gunter Water Transmission Bid Package 4B Oak Lawn, IL The Village of Oak Lawn 9446 S. R g Raymond Ave Oak Lawn, IL 708-636-0400 CDM Smith 125 South Wacker Drive; Suite 700 Chicago, IL 60606 312-346-5000 Reliable Contracting & Equipment Co. 4100 S. Emerald Avenue Chicago, IL 60609 312-666-3626 20,550 42" 7/22/2022 Desi Gunter Contract 2, Raw Water Supply Transmission Pipe Line Project, Section 1 and Section 2 Hot Springs, AR City of Hot Springs, AR Utility Dept 324 Malvern Ave Hot Springs, AR 71901 501-321-6830 Crist EngineersInc. 205 Executive Court Little Rock , , AR 72205 501-664-1552 Belt Construction, Inc. 2507 E. Broad Street Texarkana, AR 71854 870-772-7216 23,617 96" 1/1/2023 Kevin Boyd W HCRWA Segment B2 Houston, TX West Harris County Regional Water Authority 7215 Harms Rd Houston, TX 77098 (713)860-6400 Black & Veatch 920 Memorial City Way Suite 600 Houston, TX 77024 713-961-1100 Harper Brothers Construction 654 N. Sam Houston, Pkwy, Suite 330 Houston, TX 77060 713-893-4593 100 96" 4,900 36" Windier Public Improvement Authority 5750 DTC Olsson Engineering 1525 Raleigh St.; Suite 400 Windier Public Improvement Authority 5750 DTC 11/22/2022 Desi Gunter Windier GVP 36" Water Relocation Aurora, CO Pkwy, Suite 210 Greenwood Village, CO 80111 Denver, CO 80204 Pkwy, Suite 210 Greenwood Village, CO 80111 303-795-9900 303-237-2072 303-795-9900 4,068 42" 12I1I2022 Desi Gunter Phase 1 B Treated Water Pipeline Segment B - Change Order San Marcos, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 K Friese and Associates 1120 S. Capital of Texas Hwy Cityview II, Suite 100 Austin, TX 78746 512-338-1704 Garvey Construction 40 NE Interstate 410 Loop #343 San Antonio, TX 78216 210-981-2645 31214 36" 22,000 37.500" 1/23/2023 Kevin Boyd Islamorada Transmission Main Islamorada, FL Florida Keys Aqueduct Authority 1100 Kenndy Drive Key West, FL 33040 305-295-2136 Wade Trim 201 One Tampa Center N Franklin St 91350 Tampa, FL 33602 Florida Keys Aqueduct Authority 1100 Kenndy Drive 305-290 Karin Key West, FL 3 Authority 2136 42,520 31.375 Aurora City Water Utility Administration 1515 E HDR Reynolds Construction Company 1775 East 69th 5/23/2023 Desi Gunter Eastern Utility Extension Zone 4 Aurora, CO Alameda Pkwy, Suite 3600 Aurora, CO 80012 1670 Broadway, Suite 3400 Denver, CO 80202 Avenue Denver, CO 80229 303-739-7370 303-764-1547 303-287-7700 142,711 66" 8/15/2023 Desi Gunter Lake Ralph Hall Raw Water Pipeline Ladonia, TX Upper Trinity Regional Water District 900 North Keely Avenue; PO Box 305 Lewisville, TX 75067 LAN 8350 N. Central Expressway; Suite 1400 Dallas, TX 75206 Garvey Construction (CMAR) 40 NE Interstate 410; Loop #343 San Antonio, TX 78216 26,250 72 972-219-1228 214-522-8778 210-981-2645 Walker Partners Engineers and Surveyors 44,270 36" 8/15/2023 Kevin Boyd ARWA Phase I Treated Pipeline, Segment F New Braunfels, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 804 Las Cimas Pkwy Austin, TX 78Walker Partners Engineers and Surveyors 804 Las Cimas Pkwy Austin, TX 78746 Garvey Construction (CMAR) 40 NE Interstate 410; Loop #343 San Antonio, TX 78216 210-981-2646 512-294-3214 33,710 36" 3/27/2023 Desi Gunter Terry Ranch Pipeline Project Segment 1 Greeley, CO Greeley Water & Sewer Department 1001 1lth Avenue, 2nd Floor Greeley, CO 80631 Providence Infrastructure Consultants 300 Plaza Drive Suite 320 Highlands Ranch, CO 80129 Reynolds Construction Company 1775 East 69th Avenue Denver, CO 80229 10,510 36" 970-350-9811 303-997-5035 303-287-7700 Page 201 of 834 Attachment 11 SPIRALWELD PIPE THE RIGHT WAY Project Gantt Chart oject Number: WAR03317 Project Name: West Transmission Main - 50,200' of 48" x 0.260" Pipe; 11,050' of 48" x 0.310" P Location: Fayetteville, AR Customer: Garney Construction "Note: All dates are estimates. Actual dates are dependant upon information received in order to complete necessary activities.'* Todav's Date 1 3/14/2024 1 Shia Rate 12.500' / week / Crew - 2 Crews (5000' / Week Total Task Name Start Weekend/ Weekday?End Duration s (Days) Queue Time (Days) Depends On: Completed PO / Letter of Intent 5/28/2024 Weekday 5/29/2024 1 0 None None No Design Calcs Submittal 5/14/2024 Weekday 5/28/2024 14 0 None None No Steel Order 5/29/2024 Weekday 8/7/2024 70 0 PO / Letter of Intent Purchase Order No Drawings 6/3/2024 Weekday 10/1 /2024 120 0 None None No Approval 7/3/2024 Weekday 10/31/2024 120 0 Drawings None No Release 10/31/2024 Weekday 11/21/2024 21 0 Approval None No Manufacturing 11/25/2024 Weekday 3/17/2025 112 49 Release Steel Order No Shipping 1/13/2025 Weekday 4/14/2025 91 0 Manufacturing None No PO / Letter of Intent Design Calcs Submittal Steel Order Drawings Approval Release Manufacturing Shipping ginal Issue Date: Revision: Revision Date: Project Manager: Project Detailer: I Today's Date tX tX tK tX tX tX tK tX tX tX tK tX N N N N N tX tK tX tK N tX N tK N tX N tK N DX h h h h h h h h h h h h h h h h h h 00' 00' 00' 00' 00' 00' 00' J 00' Off' 90 Off' 00' 00' 00' Off' g g g Off' g Off' g g g g g g g g 9 9 9 00' h�0\���\�ti���0\� ��'\�'`� �'`c'\�ti�O\ 1��\�'`O\�'`,l\�ti\ \r�) L(b \�' \rt\\�ti''`'`ti\�`L'���\`L'���'\�'`�'\�`�� Attachment 11 - WAR03317 - West Transmission Main - GANTT CHART - 031224 - Rev 1 Page 202 of 834 Section 06 SOV 1.02 Large Diameter Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 203 of 834 ` § ( � § in ] )))mN ID f J E k eee § _ k (L # § 32A2 )\ i �) C, k )oee 00 m �; a212 ; � ...... af!! 3 ` �`%% )§22 k w ; ¥ N04 § k , w �,m« f � � ] § / ) 0 m \ / � � Page 204 G 834 SRF Bid Form Revision 00 MEN Proposal of Ferguson Enterprises, LLC - dba Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street Fayetteville AR 72701 (hereinafter called "Owner"). * Insert "a corporation", "a partnership", or "an individual" as applicable. Fn compliance with your Advertisement for Bids Bidder hereby proposestoperform all -Work for _ the construction of Goods, Special Services, or Work on the City of Fayetteville — West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form Page 205 of 834 SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidder -is -aware -of -the -general nature -of work -to be performed by Owner,-CMAR,--and others the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 — Bid Package Scope of Supply (SOV) II complete the Work in accordance with ration Section 00 42 23.02. ices Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents, Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Oa Section 00 4143 Bid Form Page 206 of 834 SRF Bid Form Revision 00 Respectfully submitted:w y 971 Shaver Street, Springdale, AR 72762 igna re ' Address General Manager April 3, 2024 Title License Number (if applicable) Contact for receipt of official communications Name: Andy Henderson ---. --— -- (typed -or printed) Business address: 971 Shaver Street, Springdale, AR 72762 Phone: 918-508-4956 Facsimile: SE, West Transmission Main Date E-mail: andy.henderson@ferguson.com Section 00 4143 3 Bid Form Page 207 of 834 General Information Organization doing business as Ferguson Enterprises LLC dba Ferguson Waterworks Business address of principal office 971 Shaver Street Springdale AR 72762 Telephone numbers 479-927-1688 Main number 918-508-4956 - Andy Henderson Sales Manager Fax number Website address Fer uson.com Form of business (check one) Date of incorporation X I A corporation A partnership An individual 1953 State of incorporation Virginia --Chief Executive Manager's name Kevin- Murphy --- -- President's name Robert Cam osano Vice President's name(s) Chris Tuinstra Secretary's name Tracy Jacobs Treasurer's name Date of organization Shaun McElhannon INA State whether partnership is general or limited Name NA Business address n m d which exert asignificant amournt of business cantrol over the organization rage number of current full-time Average estimate of revenue for 30K+ the current year 30b+ 7employees West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 208 of 834 Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION state Arkansas ) § County of Washington ) § Tommy Tanner being duly sworn deposes and says (Name) that they are General Manager (Title) of the Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this '`'I day of ��f 1 2C11. My commission expires: West Transmission Main —No! ry Public State of Oklahoma Jeff Wayne Withers My Commission # 16012306 e Expires 12/12/2026 6 4 Section 00 42 23.01 Statement of Qualifications Page 209 of 834 DocuSign Envelope ID: 67B66233-425F-424C-A626-C2A631B2E1C5 DocuSign Envelope ID: 67866233-425F-424C-A626-C2A631B2E1C5 ✓ V V V V I=,1..�1. V V I V,. l 1✓• V I✓ V VI. V V^/L V I-T..7v-/7V..tI-✓Ll1V V 1 ✓LL 1 V N SECRETARIAL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"), hereby designates and certifies that the following employee ofthe Company, is authorized, on behalf of the Company to take the action(s) designated herein and to execute any and all documents necessary to further such actions: DS Individual Name: Tommy Tanner Title: General Manager (` v Authorized Action(s): --1 To -enter into contracts, agreements or other documents; -and to execute such documents and undertake all such acts as may deemed in the best interest of the Company. 2. To prepare and submit bids and proposals to the Company's customers. This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner in writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of. Directors of the Company effective July 31, 2023. In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. +`'ANY ERp'°r J�O : GOMPAiyy SEA,.•• (Company Seal) ' 1'IRGIN�P 'f��aaor�o:�►�r, Commonwealth of Virginia . City of Newport News Ferguson Enterprises, LLC 0 WeVey E. ice Assistant Secretary Sworn to subscribe and acknowledged before me on February 12, 2024, by Wesley E. Rice, personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of such Company. ��•� R MEy�'%, Notary —Casey hlhoff 5�� ... PV••.y0,� ; My commission expires: July 31, 2026 VAC;0 Bpi:T (Notary Seal) : �' n : • COMMISSION 2 n • NUMBER •_ �i 7510825 ; LTIA Page 210 of 834 SRF Bid Bond Revision 00 Know all men by these presents, that we, the undersigned, Ferguson Enterprises LLC dba Ferguson Waterworks , as Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound unto the City of Fayetteville, Arkansas , as Owner in the penal sum of Five Percent of the Total Amount Bid ---------- ------($--------5%-------- -) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of April 20 24 . The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No 1(Steel Pipe Large Diameter Valves Small Diameter Valves, Combination Air Release Valves) Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main 1 Section 00 43 13 Bid Bond Page 211 of 834 SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA FERGUSON WATERWOR e ee� ®eENTEepa P ,\e •• ..•R�®� �m 0`��O•.GOMp��� By. 1, , (9 Principal Brenda Crowdirw Assistant TreasuP�� •. ;r m .SEAL FEDERAL INSURANCE COMPANY Surety By:� 4. Wendy Lee a kins/Attorney-In-Fact Arkansas No - esident Agent License # 1981735 Important - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 13 Bid Bond Page 212 of 834 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2022 (in thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments $ 123,147 Outstanding Losses and Loss Expenses $ 9,263,034 United States Govemment, State Reinsurance Payable on Losses and Expenses 1,723,796 and Municipal Bonds 3,769,695 Uneamed Premiums 2,632,690 Other Bonds 5,964,508 Ceded Reinsurance Premiums Payable 380,182 Stocks 245.498 Other Liabilities 471,528 Other Invested Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 TOTAL LIABILITIES 14,471,130 Investments in Affiliates Capital Stock 20,980 Great Northern Ins, Co. 422,405 Paid -in Surplus 2,711,474 Vigilant Ins, Co, 361,723 Unassigned Funds 1,545,403 Chubb Indemnity Ins, Co, 105,044 Chubb National Ins. Co, 194,379 SURPLUS TO POLICYHOLDERS 4,277.857 Other Affiliates 124,046 Premiums Receivable 1,859,933 Other Assets 3,510,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS $18,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners, At December 31, 2022, investments with a carrying value of $512,747,632 were deposited with government authoritles as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swom, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's financial condition as of the 31 st day of December, 2022. Sworn before me tillslkm�I f zal 19 y commission expi es Commonwealth of Pennsylvania - Notary Seal Jaime L. Yates, Notary Public Philadelphia County My -commission expires September 19, 2023 Commission number 1357070 Member, Pennsylvania Association of Notaries Page 213 of 834 FA U FE31, Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaltlyn MalkoWski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania --------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 911, day of August, 2022. tktv;n \Lt;hitx'tr;.A��istantSc�rctary STATE OF NEW JERSEY County of Hunterdon SS. A-tv- V"k 9-,� Stchhrn \I. i Iancy,l`icc Ih'tyident On this 9th day of August, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, tome known to be Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal a Y,� KATHERINE J. AOELAAR NOTARY PUBLIC OF NEW JERSEY yPlNLIC �t'JEAg� No. 2316686 Commission Expires July 16, 2024 — Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalfofthe Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalfofthe Company, under the seal of the Company or otherwise. (2) Each duly appointed attomey-in-factof the Company is hereby authorized to execute any Written Commitment for and on behalfofthe Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfofthe Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalfofthe Company, under the seal ofthe Company orotherwlse,such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limitor otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies) do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 11(' 04)" (0 (a I * ". -1 � Ikiw1I1 \L Chl(N'txs. A\�Itilani SCCrctar� IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone 908)903-3493 Fax 908 903-36S6 e-mail: surety@chubb.com Combined: FED-VIG-PI-VVFIC-AAIC (rev. 11-19) Page 214 of 834 rage L 10 OT 0,54 Page 216 of 834 Feature Highlights N *NSF/ANSI 61 Certified Page 217 of 834 Feature Benef its PROVEW DESIGM The American-BFV® is designed, manufactured, and tested to meet all AWWA C504 and C516 require- ments including performance tests, leakage tests, and hydrostat- ic testing. Third -party Proof of Design Testing was successfully completed and flow testing was performed at the Utah State Hydraulics Lab, one of the premier testing labs in the world. With thousands of field installa- tions_th_roughput the world, the American-BFV® design has proven dependable since 1971. The valves are certified for use in drinking water in accordance with NSF/ANSI 61 and are WQA Certified Lead -Free. The American-BFV® provides the features that engineers and users have requested and are included in the AWWA C504 and C516 Butterfly Valve standards. The American-BFV® is designed to pro- vide long life and trouble -free performance. If maintenance becomes necessary, the valve is also designed for easy field ser- vice. The shaft seal incorporates V-type packing which is easily replaced in the field without removal from the line. Adjust- ment of the resilient seat is easily performed with a torque wrench, as compared to epoxy filled seats that require special equipment and materials or bonded seats that cannot be replaced or adjust- ed in the field. The unique Tri-LocTM seat reten- tion system assures seat integrity by securing the seat through three different mechanical meth- ods to assure long-term depen- dable service, See Figure 1. All seat designs provide excellent seating but only the Tri-LocTM pro- vides ease of adjustment or replacement in the field if ever needed. The American-BFV® disc is ductile iron in all sizes. The added strength allows the disc design to have —a sma_Ile_r cross _section_pro- viding improved headloss charac- teristics. The American-BFV® will withstand flow rates and pressure transients beyond the maximum AWWA pressure rating. ADVAMCED TECHMOLOGY Incorporating the latest in valve technology assures a high -quality valve that will provide long ser- vice. The design process utilized Solid Modeling and Finite Element Analysis (FEA) of the key structu- ral components. Flow and torque data was derived from flow tests, mathematical models and Com- putational Fluid Dynamics (CFD). Manufacturing technology uses automated process control in the foundry and ISO 9001 controlled manufacturing processes. Every valve is tested in accordance with AWWA C504 and C516. C Valve Construction PRESSURE RATINGS MATERIALS OF CONSTRUCTION MAXIMUM 4- "'I A 2000 ANSI 1,25# Gray Iron Flange 150E 150 2100 AWWA MJ,Gray Iron 150B 150 2200 ANSI 250# Ductile Iron Flange 250E 250 2300 AWWA MJ Ductile Iron 250E 250 2400 ANSI 125# Ductile Iron Flange 250B 250 2500 ANSI 125# Gray Iron Wafer 150B 150 2600 tANSI 125#'FLG x MJ Gray Iron 150B 150 Headloss Chart 14 _0 150B Body Cast Iron ASTM Ductile Iron, Bronze 3'-72t' A126, Class B Stainless Steel Steel 150B Body Bronze " Ductile Iron ASTM A536 Gr, 65-45-12 Stainless Steel Steel 2508 Body ) 3"-108" Disc Ductile Iron ASTM A536 Bronze Stainless Steel Gr, 65-45 1 -12 Steel 150B Shaft Stainless Steel ASTM Stainless Steel 3"-72- A276 Type 304 Type 316, Monel 150B Shaft 78"-108" Stainless Steel ASTM A564 Type 630, H1 150 Monel 25013 Sha 3"-108" Resilient Seat �7EPDM7,iton Body, Seat and Type 316 Stainless Steel Monel - -1 -Hardware----- - ---- I - ------- -- - Shaft Bearings Nylatron Teflon, Bronze 3' - 24" Shaft Bearings Teflon -Lined, Fib I erglass- Teflon -Lined, tainless Steel or 30" and Larger Backed Bron7p Backed w m MEE MEEME EMIN ®fieAAF MEMS EVAIM 'so ME WAN WA "VA W W I rA E MENWA Mm M 1 01 VA F&M I or, I'mmorl 11WAff gly All Ali W, , _W,4,�1'wA11_V2lMWAE11M 12FAFrA 09 111WAFAMWAWN059 . 'I .7 7":1.AM WAN EFAIN MIiiiiiiw.m_w 0 WA I FAFAF MFANWAM IWWA MUMEN WAM IWAMUA AfWAZZMER r JWAW WASWASM ENFAWAMEAFAFAVANFORAFARM F FA WA FA W .ffjrjFffAjF ,jr 'M ME WAN ZA Immam Iowa MOR 110 0 FA ff 2 w" G "AV'.W.ANd!1FfAWA6ZFA1l OSM ME NFAWA NWAMWCon4-arwlM%Iml I a 11ANA'Al I M01 KA WE I I A FASTY/11 FA mum ��WAMWIMMEMMEWma�—W:A-M=rMMFAEWMMFAEIAWMWAEMWAMMY,IMW�EWMWAWAWAWAWAW,MYAWMFAF�MMM ME= IMMINKFAM11ZAIMMIM! mmw' MMIR= �WA ME MFAWIAIIIEIIFAIMWAWAIFAII9113FAVAI IN IFFA r1l 6 X 91 a. 11N, I I m IOU= �,MWAMMMWMMBMVAEWAMIAYAMWAWAY,00 SWAMVAMMRMWASSEEPrA=FMWiEFARFAYAWAIN WAMAMIEW.AMMU,MWAWAVAEFffArAlINFA WAWAWAFAWATAFEMArAFAWAFAMEWIe•=11M rAWIWAWMrArFAIFNAVffAIFSASt-iL*aE§N LA FAN F 2 1A, r 5 5 milli J= eel WAID ERFAMENIVAMNAMOVAEFAMWAWAID'AMFM■WA m Page 219 of 834 — Actuation/Controls TRAVELING NUT ACTUATOR WORM GEAR MANUAL ACTUATOR SLOTTED LEVER LINK AND LE Val-Matic's traveling nut manual actuators are designed to specifically match the torque characteristics of Val-Matic Butterfly Valves and are built in accordance with AWWA Standards. The traveling nut actuator provides characterized closure which allows the valve to slowly close during the last half of travel to reduce pipeline surges. Val-Matic actuators have the exclu- sive feature of externally adjustable stops rated to 450 ft-lbs of input torque. ELECTRIC MOTOR ACTUATION Val-Matic's motorized traveling nut and worm gear actuators are designed to match the torque characteristics of quarter turn valves. The actuators are built in accordance with AWWA Standard C542 for Electric Actuators and are equipped with thermal overloads, torque switches and limit switches to protect the actuator and valve. AIR, OIL AND WATER CYLINDER ACTUATOR Val-Matic's cylin- Tder actuators are designed and built n accordance with AWWA C541 for Hydraulic Actuators. They provide reliable character- ized closure and feature externally adjustable closed stops. Cylinders are constructed of stainless steel for air, oil or water supply media to 150 psig. Cylinder actuators can be equipped with limit switches, positioners, sole- noid valves, and flow con- trol valves to provide con- trol functions. Val-Matic's worm gear actuators provide precise quarter turn actuation in accordance with AWWA Standards. Worm gears include externally adjustable mechanical stops to control end of valve travel. Optional spur gear assemblies are provid- ed to increase mechanical advantage thereby reducing the handwheel and nut input torques. CONTROL SYSTEMS Hydraulic Control Panels operate pump control valves using air, oil, or water and include solenoid and flow control valves for slow open, slow close, and emergency shutdown. The panels fea- ture rugged corrosion resis- tant piping in a NEMA 4X enclosure with window, shutoff valve, and supply pressure gauge. Oil Accumulator Systems consist of redundant oil pumps and air compres- sors piped to an ASME certified air -over -oil accumulator tank. The system provides a clean and reliable oil supply to operate all of the pump control valves even after power outages. Electric Control Panels pro- vide the interface between the hydraulic control panel and the pump motor con- trols. The NEMA 4X panel displays valve position and alarm conditions with heavy-duty pilot lights and controls critical system func- tions with socket -type relays and timers. Page 220 of 834 9A 24" Valves Page 222 of 834 J -.IHN- rG- -F EN LLEFT ' i 2" SQ. NUT B K o� b i P C �- - EXTERNAL STOPS m\ D I SEAT ADJUSTABLE E - NO. OF TAPPED HOLES (EACH FLANGE) FROM THIS SIDE. LA/2 FLANGES CONFORM TO ANSI B16,1 CLASS 125TA (TYP) COLD WORKING PRESSURE 250 PSI (2508) SEE DRAWING NO. VM-2004-M FOR STANDARD 250B MATERIALS OF CONSTRUCTION. CLASS 125 LB. DUCTILE IRON FLANGE DIMENSIONS, INCHES VALVE O4A A B C D E F G H J K T T TO S NO. BOLT ATOR Swr SIZE CLASS OPEN BOLTS SIZE SIZE LBS. 4 250B 5.00 7.50 9.00 0.94 0 6.00 7.46 1.50 9.96 7.83 - 15 8 5/8 LS-1 A 71 6 250B 5.00 9.50 11.00 1.00 0 7.00 8.15 1.50 10.65 7.83 0.69 15 8 3/4 LS-1.2A 90 8 250B 6.00 11.75 13.50 1.13 0 8.00 9.13 1.50 11.63 7.83 1.18 15 8 3/4 LS-1.2A 125 10 250B 8.00 14.25 16.00 1.19 0 10.00 11.50 2.00 14.19 8.71 1.13 20 12 7/8 LS-2A 200 12 250B 8.00 17.00 19.00 1.25 0 11.06 12.56 2.00 15.25 8.71 2.13 20 12 7/8 LS-2A 250 14 250B 8.00 18.75 21.00 1.38 0 13.50 15.65 3.50 19.03 12.06 3.13 35 12 1 LS-3A 400 16 250B 8.00 21.25 23.50 1.44 0 14.63 16.69 3,50 20.06 12.06 4.13 35 16 1 LS-3A 480 18 250B 8.00 22.75 25.00 1.56 4 15.50 17.94 5.00 21.38 13.81 5.13 50 16 1 1/8 LS-4A 640 20 250B 8.00 25.00 27,50 1.69 4 17.50 19.94 5.00 2338 13,81 6.06 50 20 1 1/8 LS-4A 775 24 250B 8.00 29.50 32.00 1.88 4 20.50 22.94 5.00 26.38 13,81 8.0j 50 20 1 1/4 LS 4A 1,085 Revised 12-21-18 250B / 125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR DATE 3-14-11 AL ATIC® VALVE AND MANUFACTURING CORP. DRWG. NO. VM-2404/BLS � Page 223 of 834 BUTTERFLY VALVE 3"-24" AWWA CLASS 150E AND 250B SERIES 2000 MATERIALS OF CONSTRUCTION PART NO. PART NAME STANDARD MATERIAL OPTIONAL MATERIAL 1 BODY (CLASS 150B) BODY (CLASS 250B) CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 65-45-12 DUCTILE IRON, ASTM A536, GRADE 65-45-12 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 65-45-12 4 SHAFT (CLASS 150B) SHAFT (CLASS 250B) STAINLESS STEEL ASTM A276, T304 STAINLESS STEEL ASTM A564, T630, H1150 STAINLESS STEEL ASTM A276, T316 5 SLEEVE BEARING NYLATRON® PTFE LINED; FIBERGLASS BACKED 6 RESILIENT SEAT BUNA-N PEROXIDE -CURED EPDM, FKM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - 8 LOCKING CAP SCREWS STAINLESS STEEL ASTM F593, T316 WITH NYLON PELLET - 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 - 10 TAPER PIN O-RING PEROXIDE -CURED EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 - 13 PACKING, V-TYPE BUNA-N EPDM, KM 14 KEY CARBON STEEL 15 THRUST BEARING CAP CAST IRON ASTM A126, CLASS B - 16 CAP SCREWS TAINLESS STEEL, T316 18 THRUST BEARING BRONZE ASTM 763, ALLOY C99500 - 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 4/19/23 MATERIALS OF CONSTRUCTION DATE: 6-7-99 VA-L-MATIC VALVE AND MANUFACTURING CORP. DRWG. NO. VM-2004-M Page 224 of 834 36" Valves Page 225 of 834 [ -H j T (TYP) NOTE: FOR OPEN RIGHT ROTATION, J —� BEVEL GEAR REQUIRED, SEE DRWG. NO. G I F VM-2430BLSR SEAT ADJUSTABLE FROM THIS SIDE. EXTERNAL CLOSED STOP E - NO, OF TAPPED HOLES (EACH FLANGE) FLANGES CONFORM TO ANSI B16.1 CLASS 125 — C COLD WORKING PRESSURE 250 PSI (250B) CLASS 125 LB. DUCTILE IRON DIMENSIONS, INCHES VALVE AWWA IE E E ''o ACTU SHPG A B C DF G H J K P T BOLTTS SI e SIZE CLASS Qty. Tap Deep Ol SIZE LBS. an 25nR -Iq nn as nn'lR 7F 9 19lJl d 1 1/. 7 nn 97 RR 99 19 R Fn 34.5n 20.5017.75 8.81 63 28 1.25 LS-5A 2435 =3612.0014275j46.0012.38j 4 1 1/2-62.38 29.50 31.8d8.50 37.25 20.5d17,75 11.81 63 1 32 1.50 LS-5 3425 Revised 1-22-14 250B/125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR DATE 3-14-11 DRWG. NO. NIAZ • �T� VALVE AND MANUFACTURING CORP. VM-2430/BLS Page 226 of 834 BUTTERFLY VALVE 30"-72" SERIES 2000 MATERIALS OF CONSTRUCTION PART NO. PART NAME STANDARD MATERIAL OPTIONAL MATERIAL 1 BODY (CLASS 150B) BODY (CLASS 250B) CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 65-45-12 DUCTILE IRON, ASTM A536, GRADE 65-45-12 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 6545-12 4 SHAFT (CLASS 150B) SHAFT (CLASS 250B) STAINLESS STEEL ASTM A276; T304 STAINLESS STEEL ASTM A564, T630, H1150 STAINLESS STEEL ASTM A276, T316 5 SLEEVE BEARING PTFE LINED, FIBERGLASS BACKED 6 RESILIENT SEAT B EPDM, KM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - 8 LOCKING CAP SCREWS STAINLESS STEEL ASTM F593, T316 WITH NYLON PELLET - 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 10 TAPER PIN O-RING EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 13 PACKING, V-TYPE BUNA-N EPDM, FKM 14 KEY CARBON STEEL - 15 THRUST BEARING CAP BRONZE PER ASTM B763 - 16 CAP SCREWS STAINLESS STEEL ASTM A276, T316 17 THRUST BEARING STUD BRONZE PER ASTM B763 - 18 THRUST PLATE CAST IRON, ASTM A126, CLASS B - 19 THRUST PLATE BOLTS STAINLESS STEEL, T316 20 THRUST PLATE GASKET COMPRESSED NON -ASBESTOS FIBER 21 LOCK CAP CAST IRON ASTM A126, CLASS B 22 LOCK CAP BOLTS STAINLESS STEEL, T316 23 LOCK CAP GASKET COMPRESSED NON -ASBESTOS FIBER - 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 6/21 /23 MATERIALS OF CONSTRUCTION DATE: 6-7-99 ��/ �ALm AT�VALVE AND MANUFACTURING CORP. DRWG. NO. VM-2030-M Page 227 of 834 TRAVELING NUT ACTUATOR SIZE LS-5A PART NO. PART NAME 1 2 3 4 5 6 7 8 9 9A HOUSING HOUSING COVER HOUSING & COVER BUSHING HOUSING COVER BOLTS HOUSING COVER GASKET INDICATOR SHAFT COVER (ABOVE GROUND SERVICE) NON -ROTATING SHAFT COVER (BURIED SERVICE) SHAFT COVER BOLTS SHAFT COVER GASKET LEVER LOCKING PIN 10 _ LEVER O-RING 11 LEVER RETAINING RING 12 LINK 13 LINK BUSHING 14 CROSSHEAD 15 TRAVELING GUIDE 16 OPERATOR STEM 17 STEM TRUST BEARING COLLAR 18 STEM COLLAR PIN 19 STOP NUT 20 STOP NUT PIN 21 END CAP (FOR SOIL PIPE ALIGNMENT OR MOTOR ATTACHMENT) 22 END CAP SOCKET HD. BOLTS 33 STEM O-RING 36 HANDWHEEL (OPTIONAL) 37 PIN 39 BALL BEARINGS 40 BEARING RACE 42 OPERATING NUT (OPTIONAL FOR ABOVE GROUND SERVICE, STANDARD FOR BURIED SERVICE) 43 CHAINWHEEL KIT (OPTIONAL) 46 STOP COVER 47 STOP COVER O-RING 48 END CAP O-RING 50 STOP COVER BOLTS MATERIAL CAST IRON ASTM A48, CLASS 40 CAST IRON ASTM A48, CLASS 40 TEFLON / FIBERGLASS BACKED STAINLESS STEEL T316 RTV SEALANT CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 RTV SEALANT DUCTILE IRON ASTM A536, GRADE 65-45-12 ALLOY STEEL _ BUNA-N STEEL STEEL TEFLON / FIBERGLASS BACKED BRONZE ASTM B124, ALLOY C67500 BRONZE ASTM B124, ALLOY C67500 HIGH TENSILE STEEL (NICKEL PLATED EXPOSED END) BRONZE ASTM B124, ALLOY C37700 STEEL STEEL STEEL CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL 17-4 PH BUNA-N CAST IRON STEEL STEEL STEEL CAST IRON DUCTILE IRON CAST IRON ASTM A48, CLASS 40 BUNA-N BUNA-N STAINLESS STEEL T316 NOTE: ALL SPECIFICATIONS AS LAST REVISED. MATERIALS OF CONSTRUCTION 'DATE 8/22/08 1 DRWG. NO. r' PME _ VALVE AND MANUFACTURING CORP. I VWLSM-M Page 228 of 834 48" Valves Page 229 of 834 - T-► (TYP) H 0 EXTERNAL CLOSED STOP DL I SEAT ADJUSTABLE I FROM THIS SIDE. A/2 F*- A J =1 ( r--- G ►r---- F L / 2" SQ. NUT 11.6J i�: Iu - E - NO. OF TAPPED HOLES (EACH FLANGE) FLANGES CONFORM TO ANSI B16.1 CLASS 125 - -11 -%Al. klr vee OAQn ne rnD QTAmneDn 9rna KAATGRIAI S OF CONRTRLJCTION COLD WORKING PRESSURE 250 PSI (250B) CLASS 125 LB. DUCTILE IRON FLANGE DIMENSIONS, INCHES VALVE SIZE cA CLASS A B C D E Qty. E Tap E Deep F G H J K1 K2 L P T o� INOL°s sl°z�e ATOR SIZE SWT Les. 4644 48 250B 1 15 59.50 2.75 4 1 1/2-6 2.50 39.31 41.4410.50 50.18 24.88 22.25 17.50 21.88 16.25 290 44 1 1/2 LS-6A 6925 54 2508 15 r69.25 66.25 3.00 8 1 3/4-5 2.62 44.25 45.4410.50 54.18 24.88122.25 17.50 21.88 19.25 290 44 1 314 LS-6A 9255 60 2506 15 73.00 3.12 8 1 3/45 2.62 48.25 53.1210.50 61.88 24.88 22.25 17.50 21.88 22.25 290 52 1 3/4 LS-6A 12880 66 250B 18 76.00 80.00 3.38 8 1 3/4-5 2.62 53.31 59.3810.50 68.12 24.88 22.25 17.50 21.88 23.69 290 52 1 3/4 LS-6A 14820 72 2506 1 18 82.50 86.50 3.50 8 1 3/4-5 2.38 59.00 61.00 14.00 72.00 32.25 27.75 22.00 28.75 26.69 579 60 1 3/4 LS-7A 17800 84 250B 24 95.50 99.75 3.88 8 2-4 1/2 3.88 61.25 61.62 14.00 72.62 32.25 27.75 22.00 28.75 29.63 579 64 2 LS-7A 27060 25013/125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR DATE 3-14-11 DRWG. NO. A7 ATIC: ® VALVE AND MANUFACTURING CORP. VM-2442/BLS Page 230 of 834 BUTTERFLY VALVE 30"-72" SERIES 2000 MATERIALS OF CONSTRUCTION PART NO. PART NAME STANDARD MATERIAL CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 65-45-12 OPTIONAL MATERIAL 1 BODY (CLASS 150B) BODY (CLASS 250B) DUCTILE IRON, ASTM A536, GRADE 65-45-12 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 65-45-12 - 4 SHAFT (CLASS 150B) SHAFT (CLASS 250B) STAINLESS STEEL ASTM A276, T304 STAINLESS STEEL ASTM A564, T630, H1150 STAINLESS STEEL ASTM A276, T316 5 SLEEVE BEARING PTFE LINED, FIBERGLASS BACKED - 6 RESILIENT SEAT EPDM, KM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - 8 LOCKING CAP SCREWS STAINLESS STEEL ASTM F593, T316 WITH NYLON PELLET 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 - 10 TAPER PIN O-RING EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 - 13 PACKING, V-TYPE BUNA-N EPDM, FKM 14 KEY CARBON STEEL - 15 THRUST BEARING CAP BRONZE PER ASTM B763 16 CAP SCREWS STAINLESS STEEL ASTM A276, T316 - 17 THRUST BEARING STUD BRONZE PER ASTM B763 18 THRUST PLATE CAST IRON, ASTM A126, CLASS B - 19 THRUST PLATE BOLTS STAINLESS STEEL, T316 20 THRUST PLATE GASKET COMPRESSED NON -ASBESTOS FIBER - 21 LOCK CAP CAST IRON ASTM A126, CLASS B 22 LOCK CAP BOLTS STAINLESS STEEL, T316 23 LOCK CAP GASKET COMPRESSED NON -ASBESTOS FIBER 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 6/21/23 MATERIALS OF CONSTRUCTION DATE: 6-7-99 VA-L-MATIC@DRWG. VALVE AND MANUFACTURING CORP. NO. VM-2030-M Page 231 of 834 TRAVELING NUT ACTUATOR SIZES LS-5.2A THROUGH LS-7A PART NO. PART NAME 1 OPERATOR HOUSING 2 HOUSING COVER 3 HOUSING & COVER BUSHINGS 4 HOUSING COVER BOLTS 5 HOUSING COVER GASKET 6 INDICATOR SHAFT COVER (ABOVE GROUND SERVICE) NON -ROTATING SHAFT COVER (BURIED SERVICE) 7 SHAFT COVER BOLTS 8 SHAFT COVER GASKET 9 LEVER 9A LOCKING PIN 10 LEVER O-RING 11 LEVER RETAINING RING 12 LINK -13---- ---__-LINK-BUSHING 14 CROSSHEAD 15 TRAVELING GUIDE 16 OPERATOR STEM 17 STEM TRUST BEARING COLLAR 18 STEM COLLAR PIN 19 STOP NUT 20 STOP NUT PIN 21 BEVEL GEAR HOUSING 22 BEVEL GEAR HOUSING BOLTS 23 BEVEL GEAR HOUSING COVER 24 B.G. HOUSING COVER BOLTS 26 BEVEL GEAR 27 BEVEL GEAR KEY 28 PINION GEAR 29 PINION GEAR KEY 30 SPACER 31 INPUT SHAFT 32 SHAFT RETAINING RING 33 INPUT SHAFT O-RING 34 SHAFT BEARING 36 HANDWHEEL (OPTIONAL) 37 PIN 38 THRUST WASHER 39 BALL BEARINGS 40 BEARING RACE 42 OPERATING NUT (OPTIONAL FOR ABOVE GROUND SERVICE, STANDARD FOR BURIED SERVICE) 43 CHAINWHEEL KIT (OPTIONAL) 46 STOP COVER 47 STOP COVER O-RING 48 BEVEL HOUSING O-RING 49 BEVEL COVER O-RING 50 STOP COVER BOLTS MATERIAL CAST IRON ASTM A48, CLASS 40 CAST IRON ASTM A48, CLASS 40 TEFLON / FIBERGLASS BACKED STAINLESS STEEL T316 RTV SEALANT CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 RTV SEALANT DUCTILE IRON ASTM A536, GRADE 65-45-12 ALLOY STEEL BUNA-N STEEL STEEL TEFLON t FIBERGLASS -BACKED- BRONZE ASTM B124, ALLOY C67500 BRONZE ASTM B124, ALLOY C67500 HIGH TENSILE STEEL BRONZE ASTM B124, ALLOY C37700 STEEL STEEL STEEL CAST IRON ASTM A48, CLASS 40 ALLOY STEEL CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 STEEL STEEL STEEL STEEL STEEL STAINLESS STEEL T416, ASTM A582 STEEL BUNA-N BRONZE STEEL STEEL BRONZE STEEL STEEL CAST IRON DUCTILE IRON CAST IRON, ASTM A48, CLASS 40 BUNA-N BUNA-N BUNA-N STAINLESS STEEL T316 NOTE: ALL SPECIFICATIONS AS LAST REVISED. MATERIALS OF CONSTRUCTION DATE 8/22/08 DRWG, NO. mMATIC_VALVE AND MANUFACTURING CORP. VM-LS5.2A-M Page 232 of 834 Coating system for all valves quoted for this project will be fusion bonded epoxy, inside and out. Page 233 of 834 FUSION BONDED EPDXY (FBE) COATING General Description: Fusion Bonded Epoxy is a one -part, heat cured, thermosetting epoxy coating that is applied as a dry powder to the sandblasted surface of a pre -heated valve and then fused and cured in a high - temperature oven. The result is a durable coating with exceptional abrasion and chemical resistance ideally suited for valves in water and wastewater applications. Advantages of FBE: 1. The coating is applied in accordance with AWWA Standard C550 "Protective Epoxy Coatings for Valves and Hydrants" and certified by to the requirements of ANSI/ NSF Standard 61 - "Drinking Water System Components - Health Effects" for coating valves and fittings. 2. FBE coatings are applied in an automated one -part process so that the mixing, surface preparation, and multiple -coat problems associated with liquid paints are eliminated. 3. The electrostatic application process for FBE provides a smooth, even coating thickness with no -runs sags, or thin -spots -common -with applying liquid paints -- --" - 4. FBE coatings are durable and provide twice the impact strength of liquid epoxies. The surface provides high abrasion resistance and has become a standard seating material for resilient gate and check valves. 5. FBE has a long-term performance history in water and sewage environments including salt water, slurries, methane and hydrogen sulfide exposure. Application Process: 1. FBE is applied in an automated manufacturing process in accordance with the coating manufacturers' procedures and industry standards to assure consistency and high quality. 2. The valve is cleaned, sandblasted, and preheated in an oven. 3. An electrical charge is applied to the body and the powder is deposited over the surfaces of the valve to the specified thickness. 4. The epoxy is post cured in an oven to cure specifications and allowed to air cool to room temperature. 5. The final surface is visually and electrically (when specified) tested to verify thickness and that it is holiday free. Typical Performance Characteristics: 1. Color: Blue 2. Thickness 12-20 mils 1 Coat 3. Gloss at 60 deg: 60-80 units Din 67 530 4. Impact Resistance >5 Joule (44 in -lb) Din 30 677-2 5. Elongation: >5% Din 30 671 6. Hardness: >100 Din 53 153 7. Water Immersion: No visible change 90C, 672 Hours 8. Salt Spray Test: >3000 hours Din 53167 9. Adhesion: 16 Mpa (2320 psi) 7 days, 90C EN 24 624 FUSION BONDED EPDXY (FBE) COATING AL NLAT!� Revised 2-15-17 DATE 7-17-02 DRWG. NO. VALVE AND MANUFACTURING CORP. I SS-1847 Page 234 of 834 American Iron & Steel The material in this quote conforms to AIS. If we are selected for the bid, we will provide project specific documentation. Page 235 of 834 FLOW CONTROL AMERICAN Flow Control P.O. Box 2727 Birmingham, AL 35202-2727 Telephone: 1-800-326-8051 Fax: 1-800-610-3569 E-mail: afcsales@american-usa.com .AMERiCAN- Waterous Company 125 Hardman Avenue South South St. Paul, MN 55075-1191 Telephone:1-888-266-3686 Fax: 1-800-601-2809 E-mail: afcsales@american-usa.com AMERICAN Flow Control Product Submittal Package Cover Page Information Distributed By: Ferguson Waterworks Project Name: West Transmission Main - City of Fayetteville Project Location: Fayetteville, AR Products Submitted in this Package Include: 1. 4" -12" Series 2500-1 RW Gate Valve With Enclosed A277 Mitergearing, NRS (pg.1) 2. 14" - 24" Series 2500 RW Gate Valve NRS Class 125 FLG x FLG (pg.4) Printed 4/4/2024 10:14:52 AM Page 236 of 834 AMERICAN Flow Control Submittal Information 4" -12" SERIES 2500-1 RESILIENT WEDGE GATE VALVE WITH ENCLOSED A277 MITERGEARING (1:1 RATIO), NRS PERPENDICULAR BE PERPENDICULAR TO WATERWAY OPERATING NUT MAY DE PERPENDICULAR OR PARALLEL TO WATERWAY VALVE SIZE DIMENSION A END TO END FLANGE X FLANGE HANDWHEEL DIA. 4' 14.16 9.00 10.00 6" 1 17.03 10.50 12.00 8" 20.59 11.50 14.00 10" 24.22 13.00 1 14.00 12" 27.66 14.00 1 14.00 ANDARD IN, SQ ERATING --- T ['11101.1 I:6'i'I'= - OPTIONAL IANDVHEEL SK20041103 7.R I .ems- ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 Phone:1-800-326.8051 Phone:1-888-266-3686 Fax:1-800-610-3669 Fax:1-800-601-2809 E-mail: afcsales@amedean-usa.com E-mail: afcsalas@amedean-usa.com WN W. A M E R I CA N-U SA. C O M Page 1 of 3 GV11012 West Transmission Main - City of Fayetteville Submittal Package Page t Issued:6/12/2023 Page 237 of 834 rl W , 6' e (10' & C 4' , 6' , 8' 8 STANDARD 2 IN, SO Construction shown is typical of the 6-inch size with flanged end connections and is illustrative only. Construction of other sizes and end connection types vary slightly. See elsewhere on this submittal for specific details. >✓r FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 Phone: "00-326-8051 Phone: 1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afcsales@american-usa.com E-mail: afcsales@american-usa.com VA",AM E RI CAN -USA. CO M Page 2 of 3 GV11012 Issued: 5/12/2023 West Transmission Main - City of Fayetteville Submittal Package Page 2 Page 238 of 834 REF NO. DESCRIPTION MATERIAL 1 Hex Head Bolt, 5/8-11 x 1" 304 Stainless Steel 2 Operating Nut, 2" Square Ductile Iron, ASTM A536 3 0-ring Rubber 5 Stuffing Box Gasket Rubber O-ring 6 Hex Head Bolt, 5/8-11 x 1-3/4" 304 Stainless Steel 15 Hex Nut, 5/8-11 304 Stainless Steel 17 Handwheel Ductile Iron, ASTM A536 19 Hex Head Bolt, 5/8-11 x 2-1 /4" 304 Stainless Steel 29 Flat Washer, 5/8 304 Stainless Steel 31 Miter Gear Steel, SAE 1020 32 Flat Washer Aluminum, 2024-T4, ASTM B209M 33 Square Key, 1/4" Stainless Steel 39 Miter Gear Steel, SAE 1020 51 Gear Housing Assembly Ductile Iron, ASTM A536 with a Sintered Bronze Bushing, ASTM B438, Grade 1, Type 2 52 Gear Housing Cover Ductile Iron, ASTM A536 53 Housing Gasket Rubber 54 Gear Shaft Ductile Iron, ASTM A536 55 0-ring Rubber 56 Thrust Bushing Sintered Bronze, ASTM B438, Grade 1, Type 2 Thrust Washer Sintered Bronze, ASTM B438, Grade 1, Type 2 E58 Headless Pipe Plug, 1/2 NPT 0 Brass, UNS C27000 OPTIONAL MATERIALS ARE AS FOLLOWS BOLTS and NUTS: 316 Stainless Steel NOTES: 1, Meets requirements of ANSI/AWWA C515 with 250 psig rated working pressure, 2. Fusion -bonded epoxy -coated in accordance with ANSI/AWWA C550. 3. Certified to NSF/ANSI/CAN 61 & 372, FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmingham, Al. 35202-2727 Phone: 1 _800-326-8051 Fax: 1-800-610-3569 E-mail: afcsales@amedcan-usa.com Waterous Company 126 Hardman Avenue South South St. Paul, Mn. 55075-1191 Phone: 1-888-266-3686 Fax: 1-800-601-2809 E-mail: afosales@amedcan-usa.com W W W. AM E R I CAN-U SA. C O M Page 3 of 3 GV11012 Issued: 5/12/2023 West Transmission Main - City of Fayetteville Submittal Package Page 3 Page 239 of 834 AMERICAN Flow Control Submittal Information 14" - 24" SERIES 2500 RESILIENT WEDGE GATE VALVE NRS CLASS 125 FLANGED ENDS (FLG X FLG) 91-21386 Size 14" 16" 18" 20" 24" A 33.25 36.75 39.63 43.25 51.25 B125 15.00 16.00 17.00 18.00 20.00 C 125 1.38 1.44 1.56 1.69 1.88 D125 18.75 21.25 22.75 25.00 29.50 E125 12 -1.13 16 -1.13 16 -1.25 20 -1.25 20 -1.38 F 26.00 28.25 32.00 34.50 39.00 H 2O.00 20.00 20.00 28.00 28.00 K125 21.00 23.50 25.00 27.50 32.00 V 13.50 15.13 15.00 16.25 17.75 Turns to Open 44 50 56 62 76 Weight 735lbs. 909lbs, 11471bs, 15091bs. 2245lbs. PIPE PLUG H SIDE VALVE - 1' TAP 8 24' - 1-1/2' TAP ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 Phone:800-326-8051 Phone:888-266-3686 Fax: 800-610-3569 Fax: 800-601-2809 Email: afcsales@amedcan-usa.com Email: afcsales@amedcan-usa.com WW W AMERICAN-USA.COM Page 1 of 2 GV11014 West Transmission Main - City of Fayetteville Submittal Package Page 4 Issued:1117/2019 Page 240 of 834 w 10 �� 11 2 3 7 4 6 12 20 21 5 17 15 16 Ref. No. Description Material 1 Hex Head Bolt 304 Stainless Steel 2 Wrench Nut Ductile Iron ASTM A536 3 0-Ring Rubber 4 Upper Thrust Washer Delrin 5 Stuffing Box Gasket Rubber 0-Ring 6 0-Ring Rubber 7 Stuffing Box Ductile Iron ASTM A536 8 Bonnet Ductile Iron ASTM A536 9 Hex Head Bolt 304 Stainless Steel 10 Throat Flange Gasket Rubber 11 Valve Body Ductile Iron ASTM A536 12 Stem Manganese Bronze, ASTM B763, UNS C86700 13 Wedge Nut Silicon Bronze, ASTM B584, UNS C87600 14 Resilient Wedge EPDM Rubber Encapsulated Ductile Iron ASTM A536 15 Wedge Cover Acetal Polymer —16" - - -Wedge Cover Pin ---" - Acetaf Polymer 17 Hex Head Bolt 304 Stainless Steel 18 Hex Nut 304 Stainless Steel 19 Hex Nut 304 Stainless Steel 20 Pipe Plug Stainless Steel 21 Lower Thrust Washer Delrin 26 Handwheel Ductile Iron ASTM A536 OPTIONAL MATERIALS ARE AS FOLLOWS BOLTS and NUTS: 316 Stainless Steel STEM: Cast NDZ-S Bronze, ASTM 8763, UNS C99500 STEM: Stainless Steel Open Direction Left(C.C,W.) ❑ Right(C.W.) / 18 NOTES: 1. Bolt patterns of class 125 flanged ends are in accordance with ANSI/AWWA ° ° o C1101A21.10 (ASME B16.1 class 125). o ° 2. Fusion -bonded epoxy -coated in accordance with AWWA C550, o ° 3, Certified to NSF/ANSI 61 & 372. ° 4. Meets requirements of AWWA C515 with rated working pressure of 250 psig. ° 5.14 through 24-inch sizes available in configurations that are UL Listed and ° ° FM Approved with 250 prig rated working pressure. IL1507-2A Construction shown is typical of the 20-inch size with flange joint end connections and is illustrative only. Construction of other sizes and end connection types vary slightly. See elsewhere on this draw- ing for specific details. ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 Phone:800-326-8051 Phone:888-2663686 Fax: 800-610-3569 Fax: 800-601-2809 Email: afcsales@amedean-usa.com Email: afcsales@american-usa.com WW W AM ERICAN-USA.COM Page 2 of 2 GV11014 West Transmission Main - City of Fayetteville Submittal Package Page 5 Issued: 11/7/2019 Page 241 of 834 Section 06 SOV 1.03 Small Diameter Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 242 of 834 r1 O O O 2 2 2 Page 243 of 834 SRF Bid Form Revision 00 M Proposal of Ferguson Enterprises, LLC - dba Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street Fayetteville, AR 72701 (hereinafter called "Owner") * Insert "a corporation", "a partnership", or "an individual" as applicable. fn compliance with your Advertisement for Bids, Bidder hereby proposes to -perform all Work for --- the construction of Goods, Special Services, or Work on the City of Fayetteville — West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form Page 244 of 834 SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidder is -aware -of-the-general nature of work to be -performed by Owner,-CMAR; and -others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 — Bid Package Scope of Supply (SOV) Bidder will complete the Work in accordance with the Contract Documents for the prices shown in Specification Section 00 42 23.02. Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 4143 Bid Form Page 245 of 834 SRF Bid Form Revision 00 esec p ' tfully submitted: 971 Shaver Street, Springdale, AR 72762 ignaire Address General Manager April 3, 2024 Title Date License Number (if applicable) Contact for receipt of official communications Name: Business address: Andy Henderson ----(typed- ed-or-printed)---- i 971 Shaver Street, Springdale, AR 72762 Phone: 918-508-4956 Facsimile: SE, West Transmission Main E-mail: andy.henderson@ferguson.com Section 00 4143 3 Bid Form Page 246 of 834 General Information Organization doing business as Ferguson Enterprises LLC dba Ferguson Waterworks Business address of principal office 971 Shaver Street Springdale AR 72762 Telephone numbers 479-927-1688 Main number 918-508-4956 - Andy Henderson Sales Manager Fax number Website address Fer uson.com Form of business (check one) Date of incorporation X A corporation A partnership An individual 1953 State of incorporation Virginia Chief Executive Manager's name— Kevin- Murphy—-- — --- -- President's name Robert Cam osano Vice President's name(s) Chris Tuinstra Secretary's name Tracy Jacobs Treasurer's name Date of organization Shaun McElhannon INA State whether partnership is general or limited Name NA Business address Identify all irldhviduaN not previously named vvhich exert a sign-iffi-ant amount of b,,usine�s contral Overthe organization Average nuer of current full-time Average estimate of revenue for employees; 30K+ the current year 30b+ West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 247 of 834 Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION State Arkansas ) § County of Washington ) § Tommy Tanner being duly sworn deposes and says (Nome) that they are General Manager (Title) of the Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this "I day of L& � ` 2Q2%-I. My commission expires: West Transmission Main --Notary Public State of Oklahoma Jeff Wayne Withers My COMmiS8110" S 18012306 e Expires 12/12/2026 • 4 Section 00 42 23.01 Statement of Qualifications Page 248 of 834 DocuSign Envelope ID: 67B66233-425F-424C-A626-02A631B2E1C5 DocuSign Envelope ID: 67B66233-425F-424C-A626-C2A631B2E1C5 vwVvr=,r1 Vr1"urV �IV W. yr u..vLw—+bvr ^ry�rv''+v4arvLrrvvrvir..rvN SECRETARIAL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"), hereby designates and certifies that the following employee of the Company, is authorized, on behalf of the Company to take the action(s) designated herein and to execute any and all documents necessary to further such actions: D�9 Individual Name: Tommy Tanner Title: General Manager Authorized Action(s): —1To-enter into contracts, agreements or other documents) such to execute such documents and undertake all such acts as may deemed in the best interest of the Company. 2. To prepare and submit bids and proposals to the Company's customers, This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner in writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of Directors of the Company effective July 31, 2023. In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. NT ER4 O tp w .0 o •'� SEN...•" �• (Company Seal) t� +tJ,o,00to:�N�a Commonwealth of Virginia . City of Newport News Ferguson Enterprises, LLC W ey E. ice Assistaf t Secretary Sworn to subscribe and acknowledged before we on, February 12, 2024, by Wesley E. Rice, personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of such Company. ��•` Ft MEy�'' Notary — Casey D&hIhoff ki .. Av.y0,� My commission expires: July 31, 2026 (Notary Seal) my n COMMISSION " • 0 NUMBER ; 2 Z ' 7510825 -0601946616 Page 249 of 834 Know all men by these presents, SRF Bid Bond Revision 00 that we, the undersigned, Ferguson Enterprises, LLC dba Ferguson Waterworks , as Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound unto the City of Fayetteville, Arkansas , as Owner in the penal sum of Five Percent of the Total Amount Bid ---------------- ----($--------5%--- ---- ----) for the payment of which, well and trulyto be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of April 20 24 . The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No. 1(Steel Pipe Large Diameter Valves, Small Diameter Valves, Combination Air Release Valves) Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main 1 Section 00 43 13 Bid Bond Page 250 of 834 SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA FERGUSON WATERWOR ®OENTE,®r Rb®<�o� �`�.�� •...... �O••G�Mp j By: '•+ N Principal Brenda Crowder er Assistant Treasu? •. 0 SEAS FEDERAL INSURANCE COMPANY Surety By:jao It �� ) 4, Wendy Lee a kins/Attorney-In-Fact Arkansas No - esident Agent License # 1981735 Important - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 13 Bid Bond Page 251 of 834 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2022 (in thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments $ 123,147 Outstanding Losses and Loss Expenses $ 9.263,034 United States Government, State Reinsurance Payable on Losses and Expenses 1,723,796 and Municipal Bonds 3,769,695 Unearned Premiums 2,632,590 Other Bonds 5,964,508 Ceded Reinsurance Premiums Payable 380.182 Stocks 245,498 Other Liabilities 471,528 Other Invesied Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 TOTAL LIABILITIES 14,471,130 Investments in Affiliates. Capital Stock 20,980 Great Northern Ins. Ca. 422,405 Paid -In Surplus 2,711,474 Vigilant Ins. Co. 381,723 Unassigned Funds 1,545,403 Chubb Indemnity Ins, Co. 185,044 Chubb National Ins. Co 194,379 SURPLUS TO POLICYHOLDERS 4.277,057 Other Affiliates 124,046 Premiums Receivable 1,859,933 Other Assets 3,519,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18.748,987 SURPLUS $18,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners. At December 31, 2022, investments with a carrying value of $512,747,632 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duty swom, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing Is a true and correct statement of the said Company's financial condition as of the 31 sl day of December, 2022. Sworn before me {�s_ X` 1 r �I y comm ssion expites Commonwealth of Pennsylvania - Notary Seal Jaime L, Yates, Notary Public Philadelphia County My,commission expires September 19, 2023 Commission number 1357070 Member, Pennsylvania Association of Notaries Page 252 of 834 C i-1S Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaitlyn Malkowski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania --------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 9th day of August, 2022. Davin M. Chlor(N. Assistant sccretaly STATE OF NEW JERSEY County of Hunterdon Atv- Vq d-(� Stephen Ai. I kincy, Vice Ihr«ident On this 9'h day of August, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal g0ie NOi�HY KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY .{ �PUBLIC `8'JEftg� No.2316686 Commission Expires July 16, 2024 Nmary1'ubllc CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf ofthe Company, of bonds, undertakings, recognizances, contracts and other written commitments ofthe Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalfofthe Company, under the seal ofthe Company or otherwise. (2) Each duly appointed attorney -in -fact ofthe Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal ofthe Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -Fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalfofthe Company, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer ofthe Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified to such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal ofthe Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement ofthe powers and authority ofofficers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 , ofnal", �6t ` by • \. 1 1 1 M-3 Raven MI Chita'os. Assistant Sttirctarj IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903-3493 Fax(90B 903-3656 e-mail: sLirety@chubb.com Combined: FED-VIG-PI-WPIC-AAIC (rev. 11-19) Page 253 of 834 A;47PICAN FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmingham, AL 85202-2727 Telephone: 1-800-326-8051 Fax:1-800-610-3569 E-mail: afcsales@american-usa.com Cover Page Information Waterous Company 125 Hardman Avenue South South St. Paul, MN 55o75-1191 Telephone: 1-888-266-3686 Fax:1-800-601-2809 E-mail: afcsales@american-usa.com WtNWMUMCAN-USA.COM AMERICAN Flow Control Product Submittal Package Distributed By: Ferguson Waterworks Project Name: West Transmission Main - City of Fayetteville Project Location: Fayetteville, AR Products Submitted in this Package Include: 1. 4" - 12" Series 25oo-1 RW Gate Valve With Enclosed A277 Mitergearing, NRS (pg.i) 2. 14" - 24" Series 25oo RW Gate Valve NRS Class 125 FLG x FLG (pg.4) Printed 4/4/202410:14:52 AM Page 254 of 834 AMERICAN Flow Control Submittal Information 4" -12" SERIES 2500-1 RESILIENT WEDGE GATE VALVE WITH ENCLOSED A277 MITERGEARING (1:1 RATIO), NRS PERPENDICULAR OPERATING NUT MAY DE PERPENDICULAR OR PARALLEL TO WATERWAY VALVE SIZE DIMENSION A END TO END FLANGE X FLANGE HANDWHEEL DIA. 4" 14.16 9.00 10.00 6" 17.03 10.50 12.00 8" 20.59 11.50 14.00 10" 24.22 13.00 1 14.00 12" 27.66 14.00 1 14.00 6,66 VDARD L SQ 2ATING - IN. SO -- ---. s A W - S q� a2 S IPTIONAL NDWHEEL 20041103 ; R I , FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South SL Paul, Mn. 55075-1191 Phone:1-800326-8051 Phone:1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afcsales@amedcan-usa.com E-mail: afcsales@amedean-usa.com WVV W. AM E R I CA N-U S A. C O M Pagel of 3 GV11012 West Transmission Main - City of Fayetteville Submittal Package Page 1 Issued: 5/12/2023 Page 255 of 834 6 <4', 6' 8 (10' & C4', 6', 8' & STANDARD 2 IN. SQ Construction shown is typical of the 6-inch size with flanged end connections and is illustrative only. Construction of other sizes and end connection types vary slightly, See elsewhere on this submittal for specific details. AJ RI r, AN FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, At, 35202-2727 South St. Paul, Mn. 55075-1191 Phone:1-800-326-8051 Phone:1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afosates@american-usa.com E-mail: afcsales@american-usa.com WWW.AM ERICAN-USA.COM Page 2 of 3 GV11012 Issued: 5/12/2023 West Transmission Main - City of Fayetteville Submittal Package Page 2 Page 256 of 834 REF NO. DESCRIPTION MATERIAL 1 Hex Head Bolt, 5/8-11 x 1" 304 Stainless Steel 2 Operating Nut, 2" Square Ductile Iron, ASTM A536 3 0-ring Rubber 5 Stuffing Box Gasket Rubber 0-ring 6 Hex Head Bolt, 5/8-11 x 1-3/4" 304 Stainless Steel 15 Hex Nut, 5/8-11 304 Stainless Steel 17 Handwheel Ductile Iron, ASTM A536 19 Hex Head Bolt, 5/8-11 x 2-1 /4" 304 Stainless Steel 29 Flat Washer, 5/8 304 Stainless Steel 31 Miter Gear Steel, SAE 1020 32 Flat Washer Aluminum, 2024-T4, ASTM 6209M 33 Square Key, 1/4" Stainless Steel 39 Miter Gear Steel, SAE 1020 51 Gear Housing Assembly Ductile Iron, ASTM A536 with a Sintered Bronze Bushing, ASTM B438, Grade 1, Type 2 52 Gear Housing Cover Ductile Iron, ASTM A536 53 Housing Gasket Rubber 54 Gear Shaft Ductile Iron, ASTM A536 55 0-ring Rubber 56 Thrust Bushing Sintered Bronze, ASTM B438, Grade 1, Type 2 57 Thrust Washer Sintered Bronze, ASTM B438, Grade 1, Type 2 58 Headless Pipe Plug, 1/2 NPT Brass, UNS C27000 OPTIONAL MATERIALS ARE AS FOLLOWS BOLTS and NUTS: 316 Stainless Steel NOTES: 1. Meets requirements of ANSI/AWWA C515 with 250 psig rated working pressure. 2. Fusion -bonded epoxy -coated in accordance with ANSI/AWWA C550. 3. Certified to NSF/ANSI/CAN 61 & 372, r„ ItT ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmingham, Al. 35202-2727 Phone:1-600-326-8051 Fax: 1-800-610-3569 E-mail: afcsales@amedcan-usa.com Waterous Company 125 Hardman Avenue South South St. Paul, Mn. 55075-1191 Phone:1-888-266-3686 Fax: 1-800-601-2809 E-mail: afcsates@amedean-usa.com W W W.AM ERICAN-USA. COM Page 3 of 3 GV11012 Issued: 5/12/2023 West Transmission Main - City of Fayetteville Submittal Package Page 3 Page 257 of 834 AMERICAN Flow Control Submittal Information 14" - 24" SERIES 2500 RESILIENT WEDGE GATE VALVE NRS CLASS 125 FLANGED ENDS (FLG X FLG) DIA. 91-21386 Size 14" 16" 18" 20" 24" A 33.25 36.75 39.63 43.25 51.25 B125 15.00 16.00 17.00 18.00 20.00 C 125 1.38 1.44 1.56 1.69 1.88 D125 18.75 21.25 22.75 25.00 29.50 E125 12-1,13 16-1.13 16-1.25 20-1.25 20-1.38 F 26.00 28.25 32.00 34.50 39.00 H 2O.00 20.00 20.00 1 28.00 28.00 K125 21.00 23.50 25.00 27.50 32.00 V 13.50 15.13 15.00 16.25 17.75 Tums to Open 44 50 56 62 76 Weight 1 7351bs, 1 9091bs, 11471bs. 15091bs. 22451bs. PIPE PLUG H SIDE VALVE - V TAP & 24' - 1-1/2' TAP NFR I ,A ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 Phone:800326-8051 Phone:888-2663686 Fax: 800-610-3569 Fax: 800301-2809 Email: afcsales@amear-an-usa.com Email: afcsales@american-usa.com VWMMAM ER I CAN-USA.0 OM Page 1 of 2 GV11014 West Transmission Main - City of Fayetteville Submittal Package Page 4 Issued: 11/7/2019 Page 258 of 834 10 0 o 11 2 3 7 4 6 12 20 21 5 17 15 16 Ref. No. Description Material 1 Hex Head Bolt 304 Stainless Steel 2 Wrench Nut Ductile Iron ASTM A536 3 0-Ring Rubber 4 Upper Thrust Washer Delrin 5 Stuffing Box Gasket Rubber 0-Ring 6 0-Ring Rubber 7 Stuffing Box Ductile Iron ASTM A536 8 Bonnet Ductile Iron ASTM A536 9 Hex Head Bolt 304 Stainless Steel 10 Throat Flange Gasket Rubber 11 Valve Body Ductile Iron ASTM A536 12 Stem Manganese Bronze, ASTM 8763, UNS C86700 13 Wedge Nut Silicon Bronze, ASTM B584, UNS C87600 14 Resilient Wedge EPDM Rubber Encapsulated Ductile Iron ASTM A536 15 Wedge Cover Acetal Polymer _16 _ _-__ Wedge Cover Pin Aceta Po ymer --- 17 Hex Head Bolt 304 Stainless Steel 18 Hex Nut 304 Stainless Steel 19 Hex Nut 304 Stainless Steel 20 Pipe Plug Stainless Steel 21 Lower Thrust Washer Delrin 26 Handwheel Ductile Iron ASTM A536 OPTIONAL MATERIALS ARE AS FOLLOWS BOLTS and NUTS: 316 Stainless Steel STEM: Cast NDZ-S Bronze, ASTM B763, UNS C99500 STEM: Stainless Steel Open Direction Left(C.C.W.) Right(C.W.) / 18 NOTES: 1. Bolt patterns of class 125 flanged ends are in accordance with ANSI/AWWA o ° ° ° o C1101A21.10 (ASME B16,1 class 125). o ° 2. Fusion -bonded epoxy -coated in accordance with AWWA C550. o ° 3. Certified to NSF/ANSI 61 & 372. ° 4. Meets requirements of AWWA C515 with rated working pressure of 250 psig. ° 5. 14 through 24-inch sizes available in configurations that are UL Listed and 0 ° FM Approved with 250 psig rated working pressure. IL1507-2A Construction shown is typical of the 20-inch size with flange joint end connections and is illustrative only. Construction of other sizes and end connection types vary slightly. See elsewhere on this draw- ing for specific details. J Jr�4 FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, At, 35202-2727 South St. Paul, Mn. 55075-1191 Phone:800-326-8051 Phone:888-266-3686 Fax:800-610-3569 Fax:800-601-2809 Email: afesates@amedcan-usa.com Email: afcsales@amedean-usa.com WW ..AMERICAN-USA.COM Page 2 of 2 GV11014 West Transmission Main - City of Fayetteville Submittal Package Page 5 Issued:11m2019 Page 259 of 834 Section 06 SOV 1.04 Combination Air Release Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Page 260 of 834 k & § § � !�] k K R ) # E \ \ / E = ] / \ / _ [ ® � k \ = f ) , ƒ ) § 2 � \ \ \ \ 0 ! e n Sm \ - - k § f a § COLf ve 12 \ E > Q� Q2 c f (\ E • '\ f ) / a k kc VV z z W/ z z Page 261 G 834 SRF Bid Form Revision 00 Proposal of Ferguson Enterprises, LLC - dba Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street, Fayetteville, AR 72701 (hereinafter called "Owner"). * Insert "a corporation", "a partnership", or "an individual" as applicable. n�piiance with your Advertisement for Bids, —Bidder hereby proposes to perform alf Work for --- — -- the construction of Goods, Special Services, or Work on the City of Fayetteville — West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form Page 262 of 834 SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidder -is -aware of -the -general nature -of work-to--bff -performe-d-by-Owner,-CMAR and -others -a the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is locatednolater than the date of -its execution of the Agreement - Bidder Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 - Bid Package Scope of Supply (SOV) Bidder will complete the Work in accordance with the Contract Documents for the prices shown in Specification Section 00 42 23.02. Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 4143 Bid Form Page 263 of 834 SRF Bid Form Revision 00 Respectfully submitted: ~� ~ > 971 Shaver Street, Springdale, AR 72762 �igna re Address �_ --General Manager April 3, 2024 Title License Number (if applicable) Date Contact for receipt of official communications Name: Andy Henderson — (typed-or-prirrted)— Business address: 971 Shaver Street, Springdale, AR 72762 Phone: 918-5084956 Facsimile: E-mail: andy.henderson@ferguson.com West Transmission Main Section 00 4143 3 Bid Form Page 264 of 834 General Information Organization doing business as Ferguson Enterprises LLC dba Ferguson Waterworks Business address of principal office 971 Shaver Street Springdale AR 72762 Telephone numbers 479-927-1688 Main number 918-508-4956 - Andy Henderson Sales Manager Fax number Website address Fer uson.com Form of business (check one) I X I A corporation A partnership An individual Date of incorporation 1953 State of incorporation Virginia —Chief Executive -Manages -name Kevin -Murphy -- ------- President's name Robert Cam osano Vice President's name(s) Chris Tuinstra Secretary's name Tracy Jacobs Treasurer's name Date of organization Shaun McElhannon INA State whether partnership is general or limited Name NA Business address Average number of current full-time 30K+ employees Average estimate of revenue for 30b+ the current year West Transmission Main Section 00 42 23.01 Statement of Qualifications Page 265 of 834 Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION State Arkansas ) § County of Washington ) § Tommy Tanner being duly sworn deposes and says (Name) that they are General Manager of the (Title) Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this '4-'1 My commission expires: West Transmission Main day of ry Public State of Oklahoma Jeff Wayne Withers My COmmISSIOn # 18012306 e Expires 12/12/2026 • Section 00 42 23.01 4 Statement of Qualifications Page 266 of 834 DocuSign Envelope ID: 67B66233-425F-424C-A626-C2A63182E1C5 DocuSign Envelope ID: 67B66233-425F-424C-A626-C2A631B2E1C5 uwwryrr .-a+•..v�+v ru, yr uuvcuv-�..w ��w-r+v..v-.+rnvv r ui� rv� SECRETARIAL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"),.hereby designates and certifies that the following employee ofthe Company, is authorized, on behalf of the Company to take the action(g) designated herein and to execute any and all documents necessary to further such actions: os Individual Name: Tommy Tanner Title: General Manager Authorized Action(s): L—To enter into -contracts; agreements or- other documents; and to. execute such- documents and undertake all - such acts as may deemed in thebest interest of the Company. 2. To prepare and submit bids and proposals to the Company's customers. This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner in writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of Directors of the Company effective July 31, 2023. In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. (Company Sea]) T ERp'R''� ompAt4. �f`'�eooiia:{NYC Commonwealth of Virginia: City of Newport News Ferguson Enterprises, LLC VW ey E. ice Assistant Secretary Sworn to subscribe and acknowledged before me on February 12, 2024, by Wesley. E. Rice, personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of such Company. I , 0% Ft �ME/Y400.,, Notary — Casey hlhoff • My commission expires: July 31, 2026 1 Cl XpgC�9Y P• ;U. A Z U;'O (Notary Seal) _ MY COMMISSION " n NUMBER ':•• 7510825 C9. '�, ......• ,�'� .`� '•.,�'FAM Page 267 of 834 SRF Bid Bond Revision 00 3L73�P1J Know all men by these presents, that we, the undersigned, Ferguson Enterprises, LLC dba Ferguson Waterworks , as Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound unto the City of Fayetteville, Arkansas as Owner in the penal sum of Five Percent of the Total Amount Bid-- ---($-- —5%- —) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of April 1 20 24 . The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No. 1(Steel Pipe, Large Diameter Valves, Small Diameter Valves, Combination Air Release Valves) Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance -with said Bid) and shall furnish— a Bond for faithful performance of said contract, ------------- and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main 1 Section 00 43 13 Bid Bond Page 268 of 834 SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA eeeeeoe FERGUSON WATERWOR /� J�j�.•GompgN�/.''�� By: l / a�yN Principal Brenda Crowddrw �- r- o Assistant TreasuV n SEAL. m FEDERAL INSURANCE COMPANY Surety By: �A g_CkkA t- n Wendy Lee a kins/Attorney-In-Fact Arkansas No - esident Agent License # 1981735 Important - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main 2 Section 00 43 13 Bid Bond Page 269 of 834 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2022 tin thousands) ASSETS Cash and Short Term Investments $ 123,147 United States Government, State and Municipal Bonds 3,769,695 Other Bonds 5,984,50E Stocks 245,498 Other Invested Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 Investments in Affiliates. Great Northern Ins, Co. 422,405 Vigilant Ins, Co. 361,723 Chubb Indemnity Ins. Co. 185,044 Chubb National Ins. Co. 194,379 Other Affiliates 124,046 Premiums Receivable 1,859,933 Other Assets 3,519,415 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses $ 9.263.034 Reinsurance Payable on Losses and Expenses 1,723,796 Unearned Premiums 2,632,590 Ceded Reinsurance Premiums Payable 380,182 Other Liabilities 471,528 TOTAL LIABILITIES 14,471,130 Capital Stock 20,980 Paid -In Surplus 2,711,474 Unassigned Funds 1,545,403 SURPLUS TO POLICYHOLDERS 4,277,857 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS $18,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners. At December 31, 2022, investments with a carrying value of $512,747,632 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swam, says that he Is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a trues and correct statement of the said Company's financial condition as of the 31 sl day of December, 2022. Swam before me Ids Ackm t I(A r UZ3 y commission expi es Commonwealth of Pennsylvania - Notary Seal Jaime L. Yates, Notary Public Philadelphia County Mytommisslon expires September 19, 2023 Commission number 1357070 Member, Pennsylvania Association of Notaries Page 270 of 834 HU B S' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know AU by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaitlyn Malkowski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania each as their true and lawful AttorneyArt-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 9th day of August, 2022. Wwrl \l. Chk>rcti.:\`�i�tantSttretai} yR Stephen NJ. cIlancy. Vice PrLsident 413k,", '4'1 7 0 � 11 STATE OF NEW JERSEY County of Hunterdon Ss. On this 9th day of August, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me (mown to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed bylike authority. Notarial Seal F� KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No.2316685 EPUBLI� Commission Expires July 16, 2024 Notary Public �%'JEFt9� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course ofbusiness (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalfofthe Company, under the sea] of the Company or otherwise. (2) Each duly appointed attorney-m-factofthe Company is hereby authorized W execute any Written Commitment for and on behalfofthe Company, under the sea] oftheCompany orotherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -In -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalfoftheCompany, toappointinwriting any person the attorney-[n- fact of the Company with full power and authoritytoexecute, for and on behalfofthe Company, under the sea] ofthe Company orotherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) __ .Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority toexecute, for and onbehalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company asare spect a 7¢suchwritten --- delegation, which specification maybe by general type or class of Written Commitments or by specification ofoneormore particular Written Commitments, (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies') do hereby certify that (I) the foregoing Resolutions adopted by -the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 4 you f T12, " 3,1111 fkwrn \LChlortx.:\sistantSctretar}Q IN THE EVENTYOU WISH TO VERIFY THE AUTHENTICITY OFTHIS BOND ORNOTIFY US OF ANY OTHERMATTER, PLEASE CONTACT USAT: Telephone (908) 903- 3493 Fax (908)903- 3656 e-mail: stirety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) Page 271 of 834 Bulletin 1500 Page 272 of 834 Experience Val-Matic offers over 50 years of experience in pro- that the float approaches the center of the seat every viding a full line of air valves up to 20 inch and time to provide a positive drop tight seal. vacuum breakers up to 42 inch in size. The Val- Resilient Seats Matic Air Release, Air/Vacuum and Combination Air All Val-Matic valves incorporate a resilient seat or Valves are manufactured in accordance to the rigorous orifice button which mates with a 316 stainless steel industry requirements given in American Waterworks float or seat for positive drip tight seating. Val-Matic Association (AWWA) Standard C512. The standard was elastomers are specially formulated for water and developed and based on decades of successful applica- wastewater service and have been NSF 61 certified. Air tions of air valves in our industry. Val-Matic's AWWA Release Valves have a synthetic sealing button mounted Air Valves feature 316 stainless steel trim, full size to the float linkage mechanism. On Air/Vacuum and ports, ANSI threaded or flanged connections and strin- Combination Air Valves, the stainless steel float closes gent testing. From the float material to the shape against the resilient seat mechanically retained in a of the body, Val-Matic Air Valves are designed for cover register. The seats contain raised sealing beads optimum performance. Val-Matic manufactures air that provide positive shutoff from the lowest system valves -in a wide range of materials -and pressure ratings— pressure to the valve's rated working pressure. with many accessories including Regulated -Exhaust Devices, Dual Port Throttling Devices, Isolation Valves, Screened Hoods and Backwash Accessories. Val-Matic also provides web -based software to locate, select and size air valves for pipelines and force mains. �Low Pressure Type 316 Stainless Steel TrimMinimum Contact Type 316 stainless steel is the standard for all internal components in Val-Matic Air Valves. Type 316 stainless steel provides the greatest protection from aggressiveM waters and hydrogen sulfide exposure in wastewater applications. High Pressure Unconditionally Guaranteed Floats Floats are unconditionally guaranteed for the life of the valve from corrosion, collapse or leakage. Val-Matic has such confidence in the design and manufacturing of our floats that we are able to provide this uncondi- tional guarantee. Guided Floats Providing a quality float Seat � is not enough to ensure a reliable seal every time. When entering the seat, a damaged or off-cen- Float ter float will prevent a valve from sealing tight. Baffle The high air and water Guide velocities in air valves can Stem cause unguided floats to violently strike the sides Guide g ..;� of the valve body. Val- Matic air/vacuum floats are guided with hexagonal stems in round bushings to prevent the build-up of debris or scale. Guiding assures Pressure Sensitive Seating with Raised Sealing Beads Full Size Flow Area Val-Matic Air/Vacuum and Combination Air Valves are equipped with full and equal size inlets and outlets in accordance with AWWA C512. Some air valve manufacturers use common covers for different size air valves resulting in undersized outlets and reduced flow. Standard industry calculations assume a full port size so the air valve should provide the same. You can be assured that the inlets and outlets of Val-Matic's Air Valves are equal to or larger than the area of the nominal valve size. Finally, all Combination Air Valves with float guides in the outlet have expanded flow areas around the guide spokes to provide full flow area through the valve. Certifications Val-Matic Air Valves for water service are NSF 61 and 372 certified and marked for use in drinking water applications. All Air Valves meet AWWA C512 requirements. OA Page 273 of 834 Page 274 of 834 Operational Highlights: - Provides full vacuum protection for the pipeline • Provides slow closure suppressing surge in the pipeline • Minimizes water blow -by during Air Valve closure • Allows the use of smaller valve size by utilizing a maximum sizing differential pressure of 5 psig RED • Releases entrained air while pipeline is operating to maintain pumping efficiency • Includes Regulated Exhaust Device (RED) AIL • Fully complies with AWWA C512 and NSF 61 Surge -Suppression Air Valve Features: • Restrictor disc provides regulated exhaust to limit secondary surges during column separation • Ability to adjust air exhaust for greater surge suppression • Prnviriec hill vacuum finw nnrt Clean Water Op ' I Accessories: • Outlet hoo screen (prevents debris from entering valves) • Ball and butterfly iso ' valves (allows valve maintenance) • Inflow Preventer on outlet (stop d water and resulting contamination from entering pipeline) I Uh • Backwash kit (for severe wastewater applications) Body Cast Iron ASTM A126 Class B Ductile Iron ASTM A536 Grade 65-45-12 Trim Type 316 Stainless Steel (Air Valve) Stainless Steel ASTM A351 Grade CF8M (RED) Lead Free Bronze ASTM B584 C87600 (RED) Coating Universal Acrylic Primer (external) Non -Stick Fusion Bonded Epoxy (internal & external) VENTING CAPACITY OF SURGE -SUPPRESSION AIR VALVE ORIFICES 12 Page 275 of 834 64" 11.40 13.60 I" NPT i" NPT 201CSS.1 2" NPT 2" NPT 202CSS.1 32" 14.00 17,30 3" 1251b Fig 3" NPT 203CSSA.1 150 3/32" 16.00 22.75 3" 2501b Fig 3" NPT 253CSSA.I 300 3/32' 16.00 22.75 4" 1251b Fig 4" NPT 204CSSA.1 150 3/32' 18.50 27.00 4" 2501b Fig 4" NPT 254CSSA.1 300 3/32' 1$.50 27.00 6" 1251b Fig 6" NPT 206CSSA.1 150 3/8" 21.00 30.00 6" 2501b Fig 61' NPT 256CSSA.1 300 7/32" 21.00 30,00 8" 1251b Fig— - _NPT__ __ 2G8­CSS_A._I___ _15-0 -3/19"-- _25._0_0 36.00 -__ 8" 2501b Fig 7NPTT 258CSSA.1 300 7/32" 25.00 36.00 *NSF 61 & 372 Certified 4" 1251b Fig 4" NPT 104SSA/38 150 3/16' 21.00 29.00 4' 2501b Fig 4"NPT 154SSA/38.5 300 5/32' 21,00 29.00 611 1251b Fig 611 NPT 106SSA/38 150 3/16" 24.00 33.00 6" 2501b Fig 6" NPT 156SSA/38.5 300 5/32" 24.00 33.00 8" 1251b Fig 8" NPT 108SSA/38 150 3/16" 27.00 39.00 8" 2501b Fig 811 NPT 158SSA/38.5 300 5/32" i 27.00 39.00 10" 1251b Fig 10" Fig I10FSSA/45 150 23/64' 32.10 46.20 100 2501b Fig, 10" Fig 16OFSSA/45.5 300 _7/32", 32A0 46.20 iT 1251b Fig 12" Fig 112FSSA/45 150 123/64-1 36.10 48.20 *NSF 61 & 372 Certified **All outlet flanges are class :125 lb. Note: For sizes :14" - 20" Consult Factory 2" NPT I" NPT 80ISS 150 1/8" 7.00 18.00 27 NPT 2-NPT 802SS 150 9/64 9.50 22.40 3" NPT 3' NPT 803SSA 150 11/64" 11.00 27.20 201 CSS.1 - 258CSSA.1 Surge -Suppression Single Body Air Valves 104SSA/38 - 162FSSA/46.5 Surge -Suppression Dual Body Air Valves Page 276 of 834 Val-Matic's quality of design and meticulous workmanship has set the standards by which all others are measured. Quality design features such as the AWWA Ener•Ge Ball Valve with its energy efficient design, fusion bonded epoxy and adjustable resilient seating .... Cam -Centric® Plug Valves have more requested features than any other eccentric plug valve.... American-BFVe Butterfly Valves include a field replaceable seat without the need for spe- cial tools.... Tilted Disce Check Valves with high strength and wear resistant aluminum bronze trim as standard.... Silent Check Valves featuring combined resilient/met- al-to-metal seating and are NSF/ANSI 61 & 372 Certi- fied .... Sure Seal Foot Valves provided with a heavy duty stainless steel screened inlet.... Swing -Flex® and Surgebustere Check Valves designed with an unre- stricted full flow area.... Swing Check Valves with field adjustable closure versatility .... Dual Disc® Check Valves utilizing stabilized components to provide extended life.... Air Release, Air/Vacuum and Combination Air Valves provided standard with Type 316 stainless steel trim.... VaultSafee family of products includes the FloodSafe® Inflow Preventer, FrostSafe®two-way damper and the VentSafee vent pipe security cage. The QuadroSpheree Trunnion Ball Valve features a unique ball design with re- cessed surfaces creating additional flow paths to provide a self-cleaning action and reduced wear and torque. Val-Matic is totally committed to providing the highest quality valves and outstanding service to our customers. Complete customer satisfaction is our goal. Make the change to quality, specify Val-Matic! la Air Valves Vaultsafee Val-Matic Valve and Manufacturing Corp. -�-TM 905 Riverside Drive, Elmhurst, IL 60126 M&TICOyUCLf/ �I?f7PiLtd Phone: 630-941-7600 • Fax: 630-941-8042 VAUwww.valmatic.com • valves@valmatic.com Copyright © 2020 Val-Matic Valve & Mfg. Corp. C ISO 9001:2015 certified company c Page 277 of 834 �___' �� --�-7-------r—� | � O0IB � 0RVALVE DETAIL SEE DRVVG.NO. _VMC7404SFOR 4" VyWC-1O0SFOR 0"-8" FOR \TEDEXHAUST DEV SEE DRVYG.NO. VW4C-1200AS -OR AIR RELEASE VALVE DETAIL SEE onwG.NO. VMC'3O - 1"PIPING MANIFOLD `\ #GPK-1PM80 (SHIPPED LOOSE) -1^N. FULL FLOW BALL VALVE i25LB. CLASS (i50CVVP) OR VALVE MODEL NO. A B D INLET OUTLET OUTLET REV 7-19-19 SURGE SUPRESSION COMBINATION AIR VALVE DATE 1-11-17 DRWG. NO, XiAZ mvm� VALVE AND MANUFACTURING CORP. ____ Page 278 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 CITY COUNCIL MEMO 2024-1880 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Jonathan Curth, Development Services Director FROM: Jessica Masters, Development Review Manager SUBJECT: APPEAL: RZN-2024-0002: Rezone (740 W. STONE STJAPEX PROPERTY VENTURES, LLC, 522): Submitted by SASI SUNDARAM for property located at 740 W. STONE ST. in WARD 2. The property is zoned RI-U, RESIDENTIAL INTERMEDIATE -URBAN and contains approximately 0.24 acres. The request is to rezone the property to DG, DOWNTOWN GENERAL. RECOMMENDATION: City Planning staff and the Planning Commission recommend denial of a request to rezone the subject property as described and shown in the attached Exhibits `A' and `B'. BACKGROUND: The subject property, which contains parcels 765-09786-000 and 765-09786-002, is located near downtown, just northeast of Fayetteville High School, between Hill and Duncan Avenues on the north side of Stone Street. The property contains approximately 0.24 acres and is currently undeveloped. The property was rezoned from RMF-40, Residential Multi -Family, 40 Units per Acre to RI-U, Residential Intermediate - Urban in September 2021 (RZN-2021-000059). Request: The request is to rezone the property from RI-U, Residential Intermediate — Urban to DG, Downtown General. The applicant has included a Bill of Assurance to limit development to strictly residential uses allowed in the DG zoning district (1, 8, 9, 10, 26, 41, 44, and 46) and to limit the overall building heights to three stories, as opposed to five. Public Comment: Staff have received inquires as well as one comment in opposition to the request. Comment in opposition cited a concern that while there were no issues with the density limitations proposed in DG along with concerns about increasing building heights and allowable uses . The member of the public also had concerns about limited parking in the neighborhood, and ongoing enforcement issues with the nearby high school. Land Use Compatibility: The property in question is fully surrounded by RMF-40 zoning. While staff supported a request to rezone the property to RI-U, the request to DG is a request for more uses, building height, and buildable area than would be permitted with either the RI-U zoning district, or the previous RMF-40 zoning district, allowing for non-residential uses, and up to 5 stories in building height. The applicant's provision of a Bill of Assurance limits the uses strictly to residential, and limits the building height to a maximum of three stories. Staff finds that a more appropriate route than providing a Bill of Assurance (which runs with the land, but can be difficult to enforce) would be to work within the existing zoning district regulations, which allows a Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 279 of 834 conditional use permit for a 5-unit townhome structure. Staff recognizes that RMF-40 allows for larger scale apartment buildings by -right, but there are setbacks (20-foot rear rather than 5-foot) and building height limitations that keep those structures from being too overwhelming to the surrounding structures. Staff also recognizes that a mixture of uses within a neighborhood is typically a good thing to increase walkability and create complete neighborhoods, and limiting DG zoning district to solely residential uses may not promote the desired outcome of that district. That said, the uses typically allowed in Downtown General may be more in line with a request along a prominent corner, rather than directly within a residential block, and with or without a Bill of Assurance, may not be completely in line with the current land use surroundings. Land Use Plan Analysis: Staff finds that the request is inconsistent with adopted land use policies, the Future Land Use Map designation, and goals of City Plan 2040. The property has a weighted infill score of 13.5, so rezoning to a high -density zoning district is appropriate in this location, and it was previously zoned in the highest density residential zoning district the City currently has: RMF-40. A high infill score indicates that the area can likely support additional density if it is feasible under the proposed zoning entitlements. In this regard, the request meets Goals 1 and 6 of City Plan 2040, by potentially providing infill development and the possibility for a variety of housing types, which could help fulfill a goal towards the provision of more attainable housing. The request also aligns with Goal 3, since the mixed -use potential in the DG zoning district and its adjacency to residential uses allows for the development of a complete neighborhood that is connected and compact. CITY PLAN 2040 INFILL MATRIX: City Plan 2040's Infill Matrix indicates a score of 10 for this site. The following elements of the matrix contribute to the score: • Adequate Fire Response (Station 1, 303 W. Center Street) • Near Sewer Main (6", located in W. Stone Street) • Near Water Main (6", located in W. Stone Street) • Near Grocery Store (Walmart Neighborhood Market) • Near Public School (Fayetteville High School) • Near U of A Main Campus • Near Paved Trail (Frisco Trail, Razorback Greenway) • Near ORT Bus Stop (Hill & Stone, Route 20) • Near Razorback Bus Stop (Hill & Stone, Route 13/44/48) • Appropriate Future Land Use (City Neighborhood Area) DISCUSSION: At the March 11, 2024 Planning Commission meeting, a motion to forward with a recommendation of approval failed with a vote of 3-6-0, with Commissioners Sparkman, Garlock, Madden, Gulley, Winston, and McGetrick opposed. Commissioners were primarily concerned by the Bill of Assurance offered and remarked that it signaled a lack of compatibility. They felt that the existing zoning gave the applicant the ability to build many units by -right and found that rezoning was not the correct or applicable tool to redevelop the site. Given RI-U's lack of a density maximum and the ability to request a conditional use permit for multi -family under that district, the Commission found that would have been more appropriate, and would not have required any further City Council action. Commissioners in favor noted that while DG is an intense zoning district, they found that limiting the story height and the uses made the request compatible. No public comment was offered at the meeting. BUDGET/STAFF IMPACT: N/A ATTACHMENTS: Appeal Request Letter (#3), Exhibit A (#4), Exhibit B (#5), Planning Commission Staff Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 280 of 834 Report (#6), Revised Bill of Assurance Submittal 04-09-2024 (#7), Revised Bill of Assurance Submittal 04-12- 2024 (#8) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 281 of 834 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Legislation Text File #: 2024-1880 APPEAL: RZN-2024-0002: Rezone (740 W. STONE STJAPEX PROPERTY VENTURES, LLC, 522): Submitted by SASI SUNDARAM for property located at 740 W. STONE ST. in WARD 2. The property is zoned RI-U, RESIDENTIAL INTERMEDIATE -URBAN and contains approximately 0.24 acres. The request is to rezone the property to DG, DOWNTOWN GENERAL. AN ORDINANCE TO REZONE THE PROPERTY DESCRIBED IN REZONING PETITION RZN- 2024-0002 FOR APPROXIMATELY 0.24 ACRES LOCATED AT 740 WEST STONE STREET IN WARD 2 FROM RI-U, RESIDENTIAL INTERMEDIATE -URBAN TO DG, DOWNTOWN GENERAL BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby changes the classification of the property shown on the map (Exhibit A) and the legal description (Exhibit B) both attached to the Planning Department's Agenda Memo from RI-U, Residential Intermediate -Urban to DG, Downton General. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby amends the official zoning map of the City of Fayetteville to reflect the zoning change provided in Section 1. Page 1 Page 282 of 834 community.by.design S.10 not = TOWN PLANNING.URBAN ENGINEERING March 25, 2024 Via Email: kpaxton@fayetteville-ar.gov Ms. Kara Paxton City Clerk - City of Fayetteville 113 West Mountain Street, Room 308 Fayetteville, Arkansas 72701 RE: Appeal of March 11'h, 2024 Planning Commission action to deny RZN 2024 0002 Ms. Paxton, As a representative of the property owner at 740 Stone Street, I am appealing to City Council the determination of the March 1lth, 2024 Planning Commission to deny RZN 2024 0002, a 6-3 vote. The request is to rezone the property from its existing zoning designation of Residential Intermediate Urban (RAJ) to Downtown General (DG). A Bill of Assurance (BOA) is attached to the request which would limit building height on the property to a 3 story maximum and also would limit use on the property to residential use only, excluding non-residential use. The BOA is provided to address height concerns from a neighbor and address the non-residential use concern from the planning department. In general, BOAS were cast in an unfavorable light by some planning commissioners as grounds for denying the request. The undeveloped property containing 0.20 acres, which is completely surrounded by large areas of Residential Multi - Family 40 Units Per Acre (RMF40) zoning, was rezoned from RMF40 to RIU in 2022 in order to reduce the rear setback from 20' to 5'. The property is only 92' deep. RMF40 to RAJ would be considered a down zone to some since the height limit in RMF40 is 5 stories, while with RAJ the height limit is 2-3 stories. Multi -family use, or buildings containing 5 or more dwelling units, is by right in RMF40 while it is a conditional use with RAJ. As building plans for the property further developed after the rezone to RAJ, it became clear that there are issues with the 2-3 story height limit of RIU and that a conditional use permit would be required for multi -family use. Therefore the proposal to rezone to DG was brought forward along with the BOA limitations. Because the property and neighborhood is surrounded by large areas of RMF40 zoning with significant portions being zoned DG, the proposal is very compatible with adjacent zoning. If approved, rezoning to DG would save significant time for the planning commissioners, City staff, and the development team since conditional use permits and variances would not be required. Proposed buildings under DG zoning would be subject to the same Urban Residential Standards as would proposed buildings being processed under RIU zoning. There are no negative consequences foreseen if the property were to be rezoned to DG with the BOA limitations. It would save significant development processing time of staff and commissioners, and any proposed development would still be subject to the same development regulations, therefore we respectfully ask for the City Council to approve this request. Sincerely, Brian Teague Community By Design 100 West Center Street Suite 300 Fayetteville, AR 72701 479.790.6775 Page 283 of 834 RZN-2024-0002 I 740 W. STONE ST I EXHIBIT 'A' Close Up View BULLDOG BLVD P-1 z u W a Z, R QrI- �Q�' G W Q z a z Q RM x c.� m Urban Center Alley Residential Link _~ Planning Area ! - - Fayetteville City Limits PUT W a J Feet 0 75 150 300 450 600 1:2,400 NORTH Zone Current Proposed DG 0.0 0.2 RI-U 0.2 0.0 RMF-40 0.0 0.0 Total 0.2 ac Page 284 of 834 RZN-2024-0002 EXHIBIT 'B' Legal description Parcel 765-09786-000 GIS Approved 01/22/2024 1:36:45 PM A part of Lots 11 and 12, Block 3, Putmans Addition to the City of Fayetteville, Washington County, Arkansas, being more particularly described as follows, to -wit: Beginning at a point which is N87 31'53" W 48.95 from an existing rebar marking the Northeast corner of said Lot 11 and running thence S02053'42"W 100.50 feet; thence N87°20'29"W 54.00 feet; thence N02053'42"E 100.33 feet; thence S87°31'53"E 54.00 feet to the Point of Beginning, containing 0.12 acres, more or less. Subject to that portion in West Stone Street Master Street Plan Right -of -Way on the South side of herein described tract and subject to all other easements and rights -of -way of record, ALSO known as New Lot 1 on Lot Split Survey filed in/as Land Document No. 2019-589, among the land records of Washington County, Arkansas. And, Parcel 765-09786-002 A part of Lots 11 and 12, Block 3, Putmans Addition to the City of Fayetteville, Washington County, Arkansas, being more particularly described as follows, to -wit: Beginning at an existing rebar marking the Northeast corner of said Lot 11 and running thence S02053'38"W 100.67 feet to an existing pipe; thence N87020'29"W 48.95 feet; thence NO2°53'42"E 100.50 feet; thence S87°31'53"E 48.95 feet to the Point of Beginning, containing 0.11 acres, more or less. Subject to that portion in West Stone Street Master Street Plan Right -of -Way on the South side of herein described tract and subject to all other easements and rights -of -way of record, ALSO known as New Lot 2 on Lot Split Survey filed in/as Land Document No. 2019-589, among the land records of Washington County, Arkansas. Page 285 of 834 Total of approx 0.24 acres Page 286 of 834 CITY OF FAYETTEVILLE V10-111W ARKANSAS PLANNING COMMISSION MEMO TO: Fayetteville Planning Commission FROM: Jessie Masters, Development Review Manager MEETING DATE: March 11, 2024 SUBJECT: RZN-2024-0002: Rezone (740 W. STONE STJAPEX PROPERTY VENTURES, LLC, 522): Submitted by SASI SUNDARAM for property located at 740 W. STONE ST. The property is zoned RI-U, RESIDENTIAL INTERMEDIATE -URBAN and contains approximately 0.24 acres. The request is to rezone the property to DG, DOWNTOWN GENERAL. RECOMMENDATION: Staff recommend denial of RZN-2024-0002. RECOMMENDED MOTION: "1 move to deny RZN-2024-0002." BACKGROUND: The subject property, which contains parcels 765-09786-000 and 765-09786-002, is located near downtown, just east of Fayetteville High School at the intersection of W. Stone Street and S. Duncan Avenue. The property contains approximately 0.24 acres and is currently undeveloped. The property was rezoned from RMF-40, Residential Multi -Family, 40 Units per Acre to RI-U, Residential Intermediate - Urban in September 2021 (RZN-2021-000059). Surrounding land use and zoning is depicted in Table 1. Table 1 Surrounding Land Use and Zoning Direction Land Use Zoning North Multi -Family Residential RMF-40, Residential Multi -Family - 40 Units per Acre South Single -Family Residential RMF-40, Residential Multi -Family - 40 Units per Acre East Single -Family Residential RMF-40, Residential Multi -Family - 40 Units per Acre West Single -Family Residential RMF-40, Residential Multi -Family - 40 Units per Acre Request: The request is to rezone the property from RI-U, Residential Intermediate — Urban to DG, Downtown General. The applicant has included a Bill of Assurance to limit the uses to strictly those residential uses allowed in the DG zoning district (1, 8, 9, 10, 26, 41, 44, and 46) and to limit the overall building heights to 3 stories, as opposed to 5. Public Comment: Staff have received inquires about the request, as well as one comment in opposition to the request, citing a concern that while there were no issues with the density limitations proposed in DG, there were concerns about increasing building heights and allowable uses in the residential zoning district. The member of the public also had concerns about limited parking in the neighborhood, and ongoing enforcement issues with the nearby high school. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 287 of 834 Paqe 1 of 16 INFRASTRUCTURE AND ENVIRONMENTAL REVIEW Streets: The subject area has frontage along W. Stone Street, which is a partially improved Residential Link street with asphalt paving, curb, and gutter. Any street improvements required in this area would be determined at the time of development proposal. Any additional improvements or requirements for drainage will be determined at the time of development. Water: Public water is available to the subject area. An existing 6-inch water main is present in the center of W. Stone Street. Sewer: Sanitary sewer is available to the subject area. An existing 6-inch sanitary sewer main is present on the south side of W. Stone Street. Fire: Fire apparatus access and fire protection water supplies will be reviewed for compliance with the Arkansas Fire Prevention Code at the time of development. Station 1, located at 303 W. Center St., protects this site. The property is located approximately 0.7 miles from the fire station with an anticipated drive time of approximately 3 minutes using existing streets. The anticipated response time would be approximately 5.2 minutes. Fire Department response time is calculated based on the drive time plus 1 minute for dispatch and 1.2 minutes for turn -out time. Within the City Limits, the Fayetteville Fire Department has a response time goal of 6 minutes for an engine and 8 minutes for a ladder truck. Police: The Police Department expressed no concerns with this request Drainage: Any additional improvements or requirements for drainage will be determined at the time of development. There are no hydric soils present in the subject area, and no portion of the property is within the Hillside -Hilltop Overlay District, a FEMA Floodplain, or a Streamside Protection Zone. Tree Preservation: The proposed zoning district of DG, Downtown General requires 10% minimum canopy preservation. The current zoning district of RI-U, Residential Intermediate - Urban requires 15% minimum canopy preservation. CITY PLAN 2040 FUTURE LAND USE PLAN: City Plan 2040 Future Land Use Plan designates the property within the proposed rezone as City Neighborhood Area. City Neighborhood Areas are more densely developed than residential neighborhood areas and provide a mix of non-residential and residential uses. This designation supports the widest spectrum of uses and encourages density in all housing types, from single-family to multi -family. Non-residential and commercial uses are primarily located at street intersections and along major corridors. Ideally, commercial uses would have a residential component and vary in size, variety and intensity. The street network should have a high number of intersections creating a system of small blocks with a high level of connectivity between neighborhoods. Building setbacks and landscaping are urban in form with street trees typically being located within the sidewalk zone. CITY PLAN 2040 INFILL MATRIX: City Plan 2040's Infill Matrix indicates a score of 10 for this site, with a weighted score of 13.5. The following elements of the matrix contribute to the score: Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 288 of 834 Paqe 2 of 16 • Adequate Fire Response (Station 1, 303 W. Center Street) • Near Sewer Main (6", located in W. Stone Street) • Near Water Main (6", located in W. Stone Street) • Near Grocery Store (Walmart Neighborhood Market) • Near Public School (Fayetteville High School) • Near U of A Main Campus • Near Paved Trail (Frisco Trail, Razorback Greenway) • Near ORT Bus Stop (Hill & Stone, Route 20) • Near Razorback Bus Stop (Hill & Stone, Route 13/44/48) • Appropriate Future Land Use (City Neighborhood Area) FINDINGS OF THE STAFF A determination of the degree to which the proposed zoning is consistent with land use planning objectives, principles, and policies and with land use and zoning plans. Finding: Land Use Compatibility: The property in question is fully surrounded by RMF-40 zoning. While staff supported a request to rezone the property to RI- U, the request to DG is a request for more uses, building height, and buildable area than would be permitted with either the RI-U zoning district, or the previous RMF-40 zoning district, allowing for non-residential uses, and up to 5 stories in building height. The applicant's provision of a Bill of Assurance limits the uses strictly to residential, and limits the building height to a maximum of three stories. Staff finds that a more appropriate route than providing a Bill of Assurance (which runs with the land, but can be difficult to enforce) would be to work within the existing zoning district regulations, which allows a conditional use permit for a 5-unit townhome structure. Staff recognizes that RMF-40 allows for larger scale apartment buildings by -right, but there are setbacks (20-foot rear rather than 5-foot) and building height limitations that keep those structures from being too overwhelming to the surrounding structures. Staff also recognizes that a mixture of uses within a neighborhood is typically a good thing to increase walkability and create complete neighborhoods, and limiting DG zoning district to solely residential uses may not promote the desired outcome of that district. That said, the uses typically allowed in Downtown General may be more in line with a request along a prominent corner, rather than directly within a residential block, and with or without a Bill of Assurance, may not be completely in line with the current land use surroundings. Land Use Plan Analysis: Staff finds that the request is inconsistent with adopted land use policies, the Future Land Use Map designation, and goals of City Plan 2040. The property has a weighted infill score of 13.5, so rezoning to a high -density zoning district makes sense in this location, and it was previously zoned in the highest density residential zoning district the City currently has. A high infill score indicates that the area can likely support additional density if it is feasible under the proposed zoning entitlements. The request meets Goals 1 and 6 of City Plan 2040, by potentially providing infill development and the possibility for a variety of housing types, which could help fulfill a goal towards the provision of more attainable housing. The request also aligns with Goal 3, since the mixed -use Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 289 of 834 Paqe 3 of 16 potential in the DG zoning district and its adjacency to residential uses allows for the development of a complete neighborhood that is connected and compact. 2. A determination of whether the proposed zoning is justified and/or needed at the time the rezoning is proposed. Finding: Staff finds that rezoning to DG, Downtown General is not justified. Staff finds that a more appropriate route than providing a Bill of Assurance (which runs with the land) would be to work within a formalized mechanism within an existing zoning district, and either request a conditional use permit for a 5- unit townhome structure under the currently zoning designation. 3. A determination as to whether the proposed zoning would create or appreciably increase traffic danger and congestion. Finding: Rezoning to DG has an associated potential to increase traffic at this location. While RI-U currently does not have a stated density maximum, neither does DG. However, the uses that are permitted in DG include multi- family apartment buildings that are 5 units or more, so a larger multi -family structure could be constructed by -right under DG. Further, typically commercial or non-residential uses are permitted in DG as well, with little limitation as far as scale or scope. Both of these elements could increase traffic to the site. The applicant has submitted a Bill of Assurance, which somewhat alleviates this concern. 4. A determination as to whether the proposed zoning would alter the population density and thereby undesirably increase the load on public services including schools, water, and sewer facilities. Finding: Rezoning the property from RI-U to DG could increase population density and therefore the load on public services; however, the impact is not expected to be detrimental. Adequate water and sewer connections are available to the site, suggesting the area can support the increase and avoid costly extensions to services. Fayetteville Public Schools did not comment on this request. 5. If there are reasons why the proposed zoning should not be approved in view of considerations under b (1) through (4) above, a determination as to whether the proposed zoning is justified and/or necessitated by peculiar circumstances such as: Finding: N/A a. It would be impractical to use the land for any of the uses permitted under its existing zoning classifications; b. There are extenuating circumstances which justify the rezoning even though there are reasons under b (1) through (4) above why the proposed zoning is not desirable. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 290 of 834 Paqe 4 of 16 RECOMMENDATION: Planning staff recommends denial of RZN-2024-0002. If Planning Commission choose to forward the item, staff recommends in favor of the inclusion of the applicant's offering of a Bill of Assurance. PLANNING COMMISSION ACTION: Required YES (Date: March 11, 2024 Motion: Second: Vote: BUDGET/STAFF IMPACT: None O Tabled O Forwarded O Denied Attachments: • Unified Development Code: o §161.12 District RI-U, Residential Intermediate - Urban o §161.28 Downtown General • Applicant Request Letter • Bill of Assurance • Public Comment • One Mile Map • Close-up Map • Current Land Use Map • Future Land Use Map Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 291 of 834 Paqe 5 of 16 161.12 District RI-U, Residential Intermediate - Urban (A) Purpose. The RI-U Residential District is designed to permit and encourage the development of detached and attached dwellings in suitable environments, to provide a range of housing types compatible in scale with single-family homes and to encourage a diversity of housing types to meet demand for walkable urban living. (B) Uses. (1) Permitted Uses. Unit 1 City-wide uses by right Unit 8 Single-family dwellings Unit 9 Two 2 family dwellings Unit 10 Three (3) and four (4) family dwellings Unit 41 Accessory dwellings Unit 44 Cluster housing development Unit 46 Short-term rentals (2) Conditional Uses. Unit 2 City-wide uses by conditional use permit Unit 3 Public protection and utility facilities Unit 4 Cultural and recreational facilities Unit 5 Government facilities Unit 12a Limited business Unit 24 Home occupations Unit 26 Multi -family dwellings Unit 36 Wireless communications facilities (C) Density. None. (D) Bulk and Area Regulations. Dwelling all types) Lot width minimum 18 feet Lot area minimum None (E) Setback Requirements. Front Side Other Side Single Rear Other Rear, from Uses & Two (2) Uses centerline of Family an alley A build -to zone that is None 5 feet 5 feet 12 feet located between the front property, line and a line 25 feet from the front property line. (F) Building Height Regulations. Building height maximum 1 2 stories/3 stories* * A building or a portion of a building that is located between 0 and 10 feet from the front property line or any master street plan right-of-way line shall have a maximum height of two (2) stories. Buildings or portions of the building set back greater than 10 feet from the master street plan right-of-way shall have a maximum height of three (3) stories. (G) Building Area. The area occupied by all buildings shall not exceed 60% of the total lot area. Accessory ground mounted solar energy systems shall not be considered buildings. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRW 292 of 834 Paqe 6 of 16 (H) Minimum Buildable Street Frontage. 50% of the lot width. (Ord. No. 5945, §5(Exh. A), 1-17-17; Ord. No. 6015, §1(Exh. A), 11-21-17; Ord. No. 6245 , §2, 10-15-19; Ord. No. 6427, §§1(Exh. C), 2, 4-20-21) Editor's note(s)—Ord. No. 6625 , §1 adopted December 6, 2022, "determines that Section 2 of Ordinance 6427 (Sunset Clause) be amended so that Ordinance 6427 and all amendments to Code Sections ordained or enacted by Ordinance 6427 shall automatically sunset, be repealed and become void on December 31, 2023, unless prior to that date the City Council amends this ordinance to repeal or further amend this sunset, repeal and termination section." 161.28 Downtown General (A) Purpose. Downtown General is a flexible zone, and it is not limited to the concentrated mix of uses found in the Downtown Core or Main Street/Center. Downtown General includes properties in the neighborhood that are not categorized as identifiable centers, yet are more intense in use than Neighborhood Conservation. There is a mixture of single-family homes, rowhouses, apartments, and live/work units. Activities include a flexible and dynamic range of uses, from public open spaces to less intense residential development and businesses. For the purposes of Chapter 96: Noise Control, the Downtown General district is a residential zone. (B) Uses. (1) Permitted Uses. Unit 1 City-wide uses by right Unit 4 Cultural and recreational facilities Unit 5 Government facilities Unit 8 Single-family dwellings Unit 9 Two-family dwellings Unit 10 Three 3 and four 4 family dwellings Unit 13 Eating laces Unit 15 Neighborhood shopping goods Unit 24 Home occupations Unit 25 Offices, studios, and related services Unit 26 Multi -family dwellings Unit 40 Sidewalk Cafes Unit 41 Accessory dwellings Unit 44 Cluster Housing Development Unit 45 Small scale production Unit 46 Short-term rentals Note: Any combination of above uses is permitted upon any lot within this zone. Conditional uses shall need approval when combined with pre -approved uses. (2) Conditional Uses. Unit 2 City-wide uses by conditional use permit Unit 3 Public protection and utility facilities Unit 14 Hotel, motel and amusement services Unit 16 Shopping oods Unit 17 Transportation trades and services Unit 19 Commercial recreation, small sites Unit 28 Center for collecting recyclable materials Unit 36 Wireless communication facilities (C) Density. None. (D) Bulk and Area Regulations. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRM 293 of 834 Paqe 7 of 16 (1) Lot Width Minimum. Dwelling all unit types) 18 feet (2) Lot Area Minimum. None. (E) Setback Regulations. Front A build -to zone that is located between the front property line and a line 25 feet from the front property line. Side None Rear 5 feet Rear, from center line of an alley 12 feet (F) Minimum Buildable Street Frontage. 50% of lot width. (G) Building Height Regulations. Building Height Maximum 5 stories (Ord. No. 5028, 6-19-07; Ord. No. 5029, 6-19-07; Ord. No. 5312, 4-20-10; Ord. No. 5462, 12-6-11; Ord. No. 5592, 6- 18-13; Ord. No. 5664, 2-18-14; Ord. No. 5735, 1-20-15; Ord. No. 5800, §1(Exh. A), 10-6-15; Ord. No. 5921 , §1, 11- 1-16; Ord. No. 5945 , §§5, 7-9, 1-17-17; Ord. No. 6015 , §1(Exh. A), 11-21-17; Ord. No. 6223 , §1, 9-3-19; Ord. No. 6427 , §§l (Exh. C), 2, 4-20-21) Editor's note(s)—Ord. No. 6625 , §1 adopted December 6, 2022, "determines that Section 2 of Ordinance 6427 (Sunset Clause) be amended so that Ordinance 6427 and all amendments to Code Sections ordained or enacted by Ordinance 6427 shall automatically sunset, be repealed and become void on December 31, 2023, unless prior to that date the City Council amends this ordinance to repeal or further amend this sunset, repeal and termination section." Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRM 294 of 834 Paqe 8 of 16 Written description of request per the city of Fayetteville rezoning application a. Current ownership and pending property sales information - The subject property is owned by Apex property ventures Ilc . b. Reason (need) for requesting the zoning change - The DG zoning district offers more flexibility with its lot standards than the current zoning and it allows for multi -family dwellings by right. The DG zoning district encourages and enables the development of smaller scaled multi -family buildings that supports and compliments the growing housing need for U of A. This is in alignment with the six goals of City Plan 2040 which talks about by -right development in infill locations which can result in more efficient development and approval process. The proposed zoning is needed to allow for the permitting and approval of a new 5-unit multi -family building by -right. c. Statement of how the proposed rezoning will relate to the surrounding properties in terms of land use, traffic appearance and signage - The proposed rezoning is consistent with the surrounding properties include a mix of larger apartment buildings, smaller scaled apartment buildings, townhomes, and single-family houses.. In general , the proposed zoning would allow for slightly higher -density by -right as encouraged by land use designation while at the same time encouraging smaller -scaled multi family buildings . In terms of traffic, the proposed rezoning from RI-U to DG would not change things. In terms of appearance and signage, the design standards of DG will ensure that any new development is contextually sensitive to the existing neighborhood character. d. Availability of water and sewer ( state size of lines) - Water and sewer is available. A 6" water main runs east to west at the street on W stone street . A 6" sewer main runs east to west across the street from the property on W stone street. e. The degree to which the proposed zoning is consistent with land use planning objectives, principles, and policies and with land use and zoning plans - The proposed zoning is consistent with City Plan 2040 and In alignment with the existing zoning and surrounding land uses, DG allows for appropriate infill and advances Fayetteville's goal to provide easier access to amenities and walkability. This lot is in very close proximity to Tier 1 center on the Growth concept map of the city plan 2040. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURERtg� 295 Of 834 Paqe 9 of 16 Written description of request per the city of Fayetteville rezoning application f. Whether the proposed zoning is justified and/or needed at the time of request - The proposed zoning is needed to allow for the permitting and approval of a new 5-unit multi -family building by -right. G.whether the proposed zoning will create or appreciably increase traffic danger and congestion - the proposed rezoning will not change or increase traffic danger or congestion. H. Whether the proposed zoning will alter the population density and thereby undesirably increase the load on public services including schools, water and sewer facilities - rezoning the property as requested will not change or increase the load to public services. I. Why it would be impractical to use the land for any of the uses permitted under its existing zoning classification - The current zoning does not allow for the construction of a 5-unit multi -family building by -right. Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURERtg� 296 Of 834 Paqe 10 of 16 BILL OF ASSURANCE FOR THE CITY OF FAYETTEVILLE, ARKANSAS In order to attempt to obtain approval of a request for a zoning reclassification, the owner, developer, or buyer of this property, (hereinafter "Petitioner") Sasi Sundaram / Apex property ventures llc , hereby voluntarily offers this Bill of Assurance and enters into this binding agreement and contract with the City of Fayetteville, Arkansas. The Petitioner expressly grants to the City of Fayetteville the right to enforce any and all of the terms of this Bill of Assurance in the Circuit Court of Washington County and agrees that if Petitioner or Petitioner's heirs, assigns, or successors violate any term of this Bill of Assurance, substantial irreparable damage justifying injunctive relief has been done to the citizens and City of Fayetteville, Arkansas. The Petitioner acknowledges that the Fayetteville Planning Commission and the Fayetteville City Council will reasonably rely upon all of the terms and conditions within this Bill of Assurance in considering whether to approve Petitioner's rezoning request. Petitioner hereby voluntarily offers assurances that Petitioner and Petitioner's property shall be restricted as follows IF Petitioner's rezoning is approved by the Fayetteville City Council. 1. The use of Petitioner's property shall be limited to the following residential uses as defined by the ci , of Fayetteville Unified development code: use units 1,8,9,10,26,41,44 and 46 2. Other restrictions including number and type of structures upon the property are limited to 3. Specific activities will not be allowed upon petitioner's property include 4. (Any other terms or conditions) the height of the building(s) shall not exceed 3 stories 5. Petitioner specifically agrees that all such restrictions and terms shall run with the land and bind all future owners unless and until specifically released by Resolution Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURER4W 297 of 834 Paae 11 of 16 of the Fayetteville City Council. This Bill of Assurance shall be filed for record in the Washington County Circuit Clerk's Office after Petitioner's rezoning is effective and shall be noted on any Final Plat or Large Scale Development which includes some or all of Petitioner's property. IN WITNESS WHEREOF and in agreement with all the terms and conditions stated above, I, Sasi Sundaram/ Apex property ventures llc , as the owner, developer, buyer, (Petitioner) voluntarily offer all such assurances and sign my name below. im o,,, at, G , `2.c) ` -t Date 1543 Fianna place terrace Fort Smith AR 72908 Address STATE OF ARKANSAS } COUNTY OF WASHINGTON } Sasi Sundaram Printed Name Owner •,`'f.. Title (if on behalf of business entity) Signature NOTARY OATH On this, the U day of M OJCCk-� , 20P, before me, the undersigned notary, personally appearedSA��i S---d0ev-(-1)Nn , known to me (or satisfactorily proven) to be the person(s) whose name is/ are subscribed to the above and, after being placed upon his/her/their oath, swore or affirmed that he/she/they were authorized to sign the above Bill of Assurance, agreed with the terms of the Bill of Assurance, and executed the same for the purposes therein contained. My Commission Expires: Da- °-w61 �11ARY POBLIC Planning Commission March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURER4W 298 Of 834 Paae 12 of 16 RZN-2024-0002 740 W. STONE ST One Mile View NORTH I0 0.13 0.25 0.5 Miles �I 1 1 RSF-4 P-1 f �J Subject Property 1 1 1 1 �1 11 1 1 I I 1 1 1 J MARTIN UT FIR 1do V Y��� i KING JR BLVD = C-1 1♦ RPZD RI-U QI CS m 0� RMF-24 1 1 ' I � 1-2 1 zoning � I-z c.naral IrMashial Neighborhood Link - - - RESIDENTIAL SINGLE-FAMILY EXTRACTION Institutional Master Plan _ _ _ _ _ _ Ns-G = E-1 RI-U COMMERCIAL Regional Link - High Activity RI-iz R.sia.mi.l-orr. NS-L C-1 Urban Center _ ResmanY&l erlcunural � c-z RSF-.5 C-3 Unclassified _ RSF-1 FORM BASED DISTRICTS — Allay - _ RSF-z = Dcore his Urban Thoroughfare — Residential Link main sheet C.— RSFA Downlwm G.re Shared -Use Paved Trail " ❑ RSF-1e �commamry servi�a RESIDENTIALMULTI-FAMILY Neighborh—I Servkes Trail (Proposed) p RM- Neighborhood Conserredon Design Overlay DIStrICi , _ _ _ _ _ 1 RM112 PLANNED ZONING DISTRICTS L-� g Y �RMF-13 r � r r � Commercial. Intlusidal. ResitleMial _ l �7 Fayetteville City Limits ' ' Planning Area '---='- __J RMF-za INSTITUTIONAL RMF as P 1 1 1 Planning Area INDUSTRIAL Fayetteville City Limits g I-1 Heavy Commercial and Light lndus4 anninq Commission RZN-2024-0002 (APEX PROPERTY VENTURE_cRtg� 299 of 834 Paqe 13 of 16 RZN-2024-0002 Close Up View BULLDOG BLVD P-1 740 W. STONE ST z u W a Z, R QrI- �Q�' G W Q z a z Q RM x c.� m Urban Center Alley Residential Link _~ Planning Area ! - - Fayetteville City Limits PUT W a J Feet 0 75 150 300 450 600 1:2,400 NORTH Zone Current Proposed DG 0.0 0.2 RI-U 0.2 0.0 RMF-40 0.0 0.0 Total 0.2 ac March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRW 300 of 834 Page 14 of 16 March 11, 2024 RZN-2024-0002 (APEX PROPERTY VENTURE_cRM 301 of 834 Paqe 15 of 16 RZN-2024-0002 Future Land Use C G t le City Neighborhood 8UL•L•66G�B Civic Institutional Neighborhood Link Institutional Master Plan Regional Link - High Activity Urban Center - Unclassified - Alley - Residential Link i 1 Planning Area Fayetteville City Limits Trail (Proposed) Design Overlay District V m 740 W. STONE ST Subject Property —STONE: MIN = J 2 I MARTIN LUTHER � KING JR BLVD Non -Municipal � Government i PRAXIS LNG Feet 0 145 290 580 1:4,800 870 1,160 IJ I-- NORTH v r%-- 1 1 1 1 1 1 1 1 U 1 t 1 rCivic and Private :Ope' Space I ' I I . 1 \1 �1 1 1 ;1 \1 17 .— --- i 1 1 1 / City Neighborhood Civic Institutional Civic and Private Open Space Industrial Natural Non -Municipal Government Residential Neighborhood Rural Residential Urban Center March 11, 2024 302 Of 834 RZN-2024-0002 (APEX PROPERTY VENTURER Paqe 16 of 16 Received By: Brian Teague 04/09/2024 10:40 A.M. community.by.design ■.. ■ ♦ TOWN PLANNING.URBAN ENGINEERING April 9, 2024 Via Email: cityclerk@fayetteville-ar.gov Ms. Kara Paxton City Clerk - City of Fayetteville 113 West Mountain Street, Room 308 Fayetteville, Arkansas 72701 RE: Appeal RZN 2024 0002 — Revised Bill of Assurance Ms. Paxton, Since filing the original appeal letter on March 25, the owner of the property has decided to revise the Bill of Assurance (BOA) document associated with this item. I am attaching the revised notarized BOA to this correspondence for review by appropriate City officials and for consideration by the City Council. In addition to limiting the allowable building height on the property to 3-story and limiting development to residential use only, the revised BOA also limits development on the property to buildings containing 5 or less dwelling units per building. This is intended to limit the scale of any new buildings on the property to be similar to that of a single-family house. Please let me know if you have questions or need additional information. Sincerely, Brian Teague Community By Design 100 West Center Street Suite 300 Fayetteville, AR 72701 479.790.6775 Page 303 of 834 BILL OF ASSURANCE FOR THE CITY OF FAYETTEVILLE, ARKANSAS In order to attempt to obtain`approval of a request for a zoning reclassification, the owner, developer, or buyer of this property, (hereinafter "Petitioner") Sasi Sundaram / Apex property ventures llc 'hereby voluntarily offers this Bill of Assurance and enters into this binding agreement and contract with the City of Fayetteville, Arkansas. The Petitioner expressly grants to the City of Fayetteville the right to enforce any and all of the terms of this Bill of Assurance in the Circuit Court of Washington County and agrees that if Petitioner or Petitioner's heirs, assigns, or successors violate any term of this Bill of Assurance, substantial. irreparable damage justifying injunctive relief has been done to the citizens and City of Fayetteville, Arkansas. The Petitioner acknowledges that the Fayetteville Planning Commission and the Fayetteville City Council will reasonably rely upon all of the terms and conditions within this Bill of Assurance in considering whether to approve Petitioner's rezoning request. Petitioner hereby voluntarily offers assurances that Petitioner and Petitioner's property shall be restricted as follows IF Petitioner's rezoning is approved by the Fayetteville City Council. 1. The use of Petitioner's property shall be limited to the following residential uses as defined by the city of Fayetteville Unified development code: use units 1,8,9,10,26,41,44 and 46 2. Other restrictions including number and type of structures upon the property are limited to buildings that contain 5 or less dwelling units per building 3. Specific activities will not be allowed upon petitioner's property include 4. (Any other terms or conditions) the height of the building(s) shall not exceed 3 stories 5. Petitioner specifically agrees that all such restrictions and terms shall run with the land and bind all future owners unless and until specifically released by Resolution of the Fayetteville City Council. This Bill of Assurance shall be filed for record in the Page 304 of 834 Washington County Circuit Clerk's Office after Petitioner's rezoning is effective and shall be noted on any Final Plat or Large Scale Development which includes some or all of Petitioner's property. IN WITNESS WHEREOF and in agreement with all the terms and conditions stated above, I, Sasi Sundararn/ Apex property ventures llc , as the owner, developer, buyer, (Petitioner) voluntarily offer all such assurances and sign my name below. f�zo Date 1543 Fianna place terrace Fort Smith AR 72908 Address STATE OF ARKANSAS } COUNTY OF WASHINGTON } Sasi Sundaram Printed Name Owner As f Title (if on behalf of business entity) Signature NOTARY OATH On this, the day of '�R� , 20�`�, before me, the undersigned I notary, personally appeared : SA 5u.ndouzaxv, , known to me (or satisfactorily proven) to be the person(s) whose name is/ are subscribed to the above and, after being placed upon his/her/their oath, swore or affirmed that he/she/they were authorized to sign,the above Bill of Assurance, agreed with the terms of the Bill of Assurance, and executed the same for the purposes therein contained. NOTARY P LIC My Commission Expires: . 7 ®TAR y PUBL\C- 03 Page 305 of 834 Received By: Sasi Sundaramn 04/ 12/2024 1:38 P.M. RECEIVED APR 12 2024 BILL OF ASSURANCE CITY CLERK' OF IC E CITY CLERK'S OFFICE FOR THE CITY OF FAYETTEVILLE, ARKANSAS In order to attempt to obtain approval of a request for a zoning reclassification, the owner, developer, or buyer of this property, (hereinafter "Petitioner") Sasi Sundaram f Apex property ventures llc , hereby voluntarily offers this Bill of Assurance and enters into this binding agreement and contract with the City of Fayetteville, Arkansas. The Petitioner expressly grants to the City of Fayetteville the right to enforce any and all of the terms of this Bill of Assurance in the Circuit Court of Washington County and agrees that if Petitioner or Petitioner's heirs, assigns, or successors violate any term of this Bill of Assurance, substantial irreparable damage justifying injunctive relief has been done to the citizens and City of Fayetteville, Arkansas. The Petitioner acknowledges that the Fayetteville Planning Commission and the Fayetteville City Council will reasonably rely upon all of the terms and conditions within this Bill of Assurance in considering whether to approve Petitioner's rezoning request. Petitioner hereby voluntarily offers assurances that Petitioner and Petitioner's property shall be restricted as follows IF Petitioner's rezoning is approved by the Fayetteville City Council. 1. The use of Petitioner's property shall be limited to the following residential uses as defined by the city of Fayetteville Unified development code: use units L 8,910,26,41,44 and 46 2. Other restrictions including number and type of structures upon the property are limited to buildings that contain 5 or less dwelling units L)er building 3. Specific activities will not be allowed upon petitioner's property include 4. (Any other terms or conditions) _the height of the building(s) shall not e,ceed 3 stories 5. Petitioner specifically agrees that all such restrictions and terms shall run with the land and bind all future owners unless and until specifically released by Resolution of the Fayetteville City Council. This Bill of Assurance shall be filed for record in the Page 306 of 834 Washington County Circuit Clerk's Office after Petitioner's rezoning is effective and shall be noted on any Final Plat or Large Scale Development which includes some or all of Petitioner's property. IN WITNESS WHEREOF and in agreement with all the terms and conditions stated above, I, Sasi Sundaram/ Apex property ventures llc , as the owner, developer, buyer, (Petitioner) voluntarily offer all such assurances and sign my name below. T j ( 1-� 2- Date 1543 Fianna place terrace Fort Smith AR 72908 Address STATE OF ARKANSAS } COUNTY OF WASHINGTON } Sasi Sundaram Printed Name Owner SCSC, V11 c Q� S'M Title (if on behalf of business entity) Signature NOTARY OATH On this, the 11-h day of 20w, before me, the undersigned notary, personally appeared JAilol J 0494wrwvn , known to me (or satisfactorily proven) to be the person(s) whose name is/ are subscribed to the above and, after being placed upon his/her/their oath, swore or affirmed that he/she/they were authorized to sign the above Bill of Assurance, agreed with the terms of the Bill of Assurance, and executed the same for the purposes therein contained. (,L77 NOTARY BLIC My Commission Expires: CANTgF 2037 9 FN 03. 'c�lr 1''lq Page 307 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council THRU: CITY COUNCIL MEMO 2024-21 FROM: Mike Reynolds, Police Chief SUBJECT: Public Hearing on a Certificate of Public Convenience and Necessity for Affordable Taxi of Pope County. RECOMMENDATION: Affordable Taxi Company of Pope County is requesting a public hearing for the issuance of a Certificate of Public Convenience and Necessity to operate as a taxi company in the City of Fayetteville. BACKGROUND: City Ordinance 117.30 Article IV governs taxi cab services and requires a public hearing for the City Council authorizing the holder to conduct a taxicab business in the city. Rose Shaddon is the owner and holder of the Affordable Taxi Company of Pope County Taxi Service in Russellville, Arkansas, and is petitioning for a Certificate of Public Convenience and Necessity. DISCUSSION: Attached is the application for the Affordable Taxi Company of Pope County. The application contains the information required by City Ordinance 117.30. There is currently one taxicab company, Fayetteville Taxi, and one limousine company, Hotel Executive Transportation, permitted to operate in Fayetteville. BUDGET/STAFF IMPACT: There is no budget or staffing impact. ATTACHMENTS: SRF (#3), SRM (#4), Affordable Taxi Application (#5) Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Page 308 of 834 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-21 Public Hearing on a Certificate of Public Convenience and Necessity for Affordable Taxi of Pope County. A RESOLUTION TO CONDUCT A PUBLIC HEARING FOR THE ISSUANCE OF A CERTIFICATE OF PUBIC CONVENIENCE AND NECESSITY TO AFFORDABLE TAXI COMPANY TO OPERATE AS A TAXI COMPANY IN THE CITY OF FAYETTEVILLE WHEREAS, Article IV TAXICABS OF CHAPTER 117 Vehicle Related Businesses of the Fayetteville Code governs taxicab services and requires a public hearing for the City Council to consider whether or not to issue a Certificate of Public Convenience and Necessity in order to authorize the Affordable Taxi Company to conduct a taxicab business in the city; and WHEREAS, proper notice of this Public Hearing has been published in the newspaper with the proposed schedule of rates and charges included within this publication at least 10 days prior to this Public Hearing. NOW, THEREFORE, 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 after conducting the required Public Hearing during the City Council Meeting of May 7, 2024, and allowing public comment by all interested persons, hereby determines that a Certificate of Public Convenience and Necessity should be and hereby is granted to the Affordable Taxi Company to enable it to operate within the City of Fayetteville as long as the Affordable Taxi Company continues to comply with all requirements of Article IV TAXICABS and its certificate is not suspended, revoked, or cancelled pursuant to § 117.36 of the Fayetteville Code. Page 1 Page 309 of 834 City of Fayetteville Staff Review Form 2024-21 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Mike Reynolds 4/19/2024 Submitted By Submitted Date Action Recommendation: POLICE (200) Division / Department Affordable Taxi Company of Pope County is requesting a public hearing for the issuance of a Certificate of Public Convenience and Necessity to operate as a taxi company in the City of Fayetteville. Budget Impact: Account Number Project Number Budgeted Item? No Total Amended Budget Expenses (Actual+Encum) Does item have a direct cost? Is a Budget Adjustment attached? Available Budget No Item Cost No Budget Adjustment Remaining Budget Fund Project Title Purchase Order Number: Previous Ordinance or Resolution # V20221130 Change Order Number: Approval Date: Original Contract Number: Comments: Page 310 of 834 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor and City Council FROM: Mike Reynolds, Chief of Police DATE: April 19, 2024 1 CITY COUNCIL MEMO SUBJECT: Public Hearing on a Certificate of Public Convenience and Necessity for Affordable Taxi of Pope County. RECOMMENDATION: Affordable Taxi Company of Pope County is requesting a public hearing for the issuance of a Certificate of Public Convenience and Necessity to operate as a taxi company in the City of Fayetteville. BACKGROUND: City Ordinance 117.30 Article IV governs taxi cab services and requires a public hearing for the City Council authorizing the holder to conduct a taxicab business in the city. Rose Shaddon is the owner and holder of the Affordable Taxi Company of Pope County Taxi Service in Russellville, Arkansas, and is petitioning for a Certificate of Public Convenience and Necessity. DISCUSSION: Attached is the application for the Affordable Taxi Company of Pope County. The application contains the information required by City Ordinance 117.30. There is currently one taxicab company, Fayetteville Taxi, and one limousine company, Hotel Executive Transportation, permitted to operate in Fayetteville. BUDGET/STAFF IMPACT: There is no budget or staffing impact. Attachments: Certificate of Public Convenience & Necessity Application Exhibits A-K Mailing Address: 113 W. Mountain Street www.farA%V91lefff Fayetteville, AR 72701 Certificate of Public Convenience & Necessity Page 1 of 3 Updated 02/26/14 Certificate of Public Convenience & Necessity Application/Renewal As required to comply with Chapter 11' of the Fayetteville Code of Ordinances Rose Shaddon 136 Jennings Rd Russellville Ar 72802 479-880-3449 Applicant Name Address Phone Number Affordable Taxi of Pope Co LLC _ _ _ 479-280-2132 Name of Business Phone Number 136 Jennings Rd Russellville Ar 72802 Business Location - — — — - 136 Jennings Rd Russellville Ar 72802 Mailing Address - -- Sole Proprietor LLC Type of Business (Sole Proprietor, Corporation, LLC) -- Name and address of all owners, officers and stockholders: None Name of person to whom complaints should be directed: Rose Shaddon or Heather Richardson Complaint form can be emailed to each customer also on website Type of Permit Requested: Taxicab yes Limousine Financial status of applicant (Attach financial statement or profit and loss statement) Attached Exhibit F Credit Report List any unpaid judgments against any of the owners, officers and stockholders and the nature or acts giving rise to said judgments: Attached Credit Report Page 312 of 834 Certificate of Public Convenience & Necessity Page 2 of 3 Updated 02/26/14 Describe the experience of all owners, officers and stockholders in the. transportation of passengers: Operated a taxi for another company for 18 months before opening my own business in March of 2021 Give any facts you believe tend to prove the necessity of granting a certificate: Necessity of customers needing rides rises from people not having transportation and/or from them not wanting to use their own vehicle to get ro point a to point putt ing miTeage on their vehicle Some think that Taxi services area great asset due to the fact that they do not have a car payment, insurance payment, nor any of the maintenance that it requires to maintai. ving transportation. List the number of vehicles that will be under your operation or control: _6 Minimum and Maximum number of vehicles to be permitted: 3 3 Minimum Maximum List the location of proposed depots and terminals: Russellville Arkansas Describe the color scheme or insignia to be used to designate your vehicle: Each one of my vehicles that are used for the transportation, has a Purple Taxi sign in the front window MyTaxi's are not advertised as a commercial vehicle, making them safer for the customers. Example: Some may hit a commercial vehicle expecting a huge payout from Insurance companies, due to the fact that it is commercial insurance. List your days and hours of operation: We work 24 hours a day 7 days a week, weather permitting! List any days you do not propose to provide taxicab service to the general public: Only if/when in the hiring process of another driver because of the increase of call volume List your proposed passenger rate schedule: See attachement of Rates Page 313 of 834 5i nature o A plicant State o1 -1 t? County of _ FFopc Certificate of Public Convenience & Necessity Page 3 of 3 Updated 02/26/14 Z, Date :cS NOTARY m; t I PUBLIC 1� On this the _ day of /`c(3QtJt42i/ 20 before me, �•�''���� ���►►�����` personally appeared _ nZE c },4 aDon) known to me (or satisfactorily proven) to be the person whose name is subscribed to the within instrument and affirms that the statements In this document are true and complete. In witness whereof I hereunto set my hand and official seal. J u My Commission expires: � 13 ( 1202,3 Notary Publi Police Department Represe tive l q zoZy Dat Page 314 of 834 ° O ° _ Vl CD fD fD fD ,� ^ G� 3 O Cp N 3 3 � y C N 0 m a) CDy O Oi 0 a0�00 m ° o.� x � m v CI4 Cr4 ° T ° T y 67 N N fD (9 7 n o O c O n O O O En O O O G .•h ° 7 3 m m fA FA b} fA 64 69 404 fA EA {0} 113 -eo £f} .64 fR SF} y} -G� 69- bq (,g 4s3 ko-:� o 3 C 0 (D N =�• A A W W W W W W N N N N N } 1 N W N CD 00 a) a1 N CD �! cy) A N I ' (D V M .A Iv O CD -,J Ol O CD N En Cb r+ A V O GJ CD N Cn Cp i-+ v O O O O O O O O O O CD O CD CD O O O CD CD O O CDJO CCD 3 m co N NN N N f► µ F► + F+ F+ ►+ I-► N F+ aq W N F ti O tD O V T Cl1 A W N i- % O CD w V 0 0 Efl 6s 6g b4 fA 63 619. 64 64 -64 1604 64- 64 Eft CA G� fA fi3 64 63 EA 69 {g W W W W W W N N N N N N i-+ N N E i-- F-. (D w A N O W V Cn W N O W V cn W r O 00 Cn W W N :I O W �T) CD N Cn 00 i-" p V O W O (D N *cn W�-- .p V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G� 3 c W W W N N N N N N N N N F-h F► f+ F+ �.A N F+ F► N �� W N i� W CO 0o V iT) to A W N i A N Co 0o V CA N A W N f+ cD co (D (D 0 00 co 00 00 0 .i � .1 -4 rn m m m m m to 3 v cn A IV o (D �1 cn A N O Cb V Cn W N O co —CD T O CD N cn (b N A V O W CD N cn W N A J NCD CD rl 3 3 Page 315 of 834 r' jjjjjj�o ' CL C CA cu IM 0 L' s �y .. AFFORDABLE TAXI OF POPE COUNTY LLC 136 JENNINGS RD RUSSELLVILLE AR 72802 479-280-2132 ?11�hrr.iC1["7113C�XI,.C�v�IV�I' i.VPITIc].I�_011l Affordabletaxianddelivery.com The company was formed in March 2021 ! The owner had suffered abuse, had lots of trouble finding and keeping jobs due to having to continuously move to keep safe. She formed a company where she could be behind the scenes and help others who had suffered the same thing or had been placed in similar situations. She has been abused, homeless, and had to rely on others for transportation. Relying on Churches, police Departments, DHS workers, Battered Women's Shelters, judges, for help in situations where she had to stay safe or lose her life. She started with 1 vehicle in the small town of Dardanelle and has since expanded to Russellville, Clarksville, Fort Smith, Mulberry, Ozark, Altus, Ward, Cabot, Austin, and Morrilton, with a total of 10 vehicles. And would Like to add Fayetteville to that list. 1-.—Attached with Application, -is Equifax Credit -Report, -Drivers Reports; Drivers Background reports, Including Reports of Owner. Court Connect Records are below. We do not charge the 35.00 Minimum Fee per customer, 13.00 Reservations Fee, or 25.00 Cancellation Fee like Uber (See Attachment) Name nr Ruminace Phonetic Search: off Last Name: Affoidable Taxi of Pope Cainly LLC ., .,,oros lwrd Home F.Help Page 317 of 834 k ftw..:. I 'At * Phonetic Search: Y' Last Name: Shaddon First Name: Roq(,, JID — INamelkorpors on Case 6-e—Gr��-tion— fpiri� TiPe KlinibAipuige R65E -H)SH�UWADDNI- Case: glA66 T ISTH CIRGUIT 00 lAllases�:' ON ROSE:Sratuslt!tt�k ' '21 f� fft"ij;e6;�� Page: I Records: I - I Phonetic Search: Off Last Name: Alkwiobip Page 318 of 834 Fayetteville was established on October 17, 1828, and since that time, Fayetteville has become the 2"d most populous city in Arkansas with a population of 99,285 in 2022. It is 53.8 square miles of land with 1.4 square miles of water. From 2010 to 2020 Washington County increased in population by 24.2 %. Which shows to be an increase of 2.4 percent per year. Fayetteville has public transportation of two major providers they are Razorback Transit and Ozark Regional Transit, Razorback Transit is centered on Campus while Ozark Regional Transit runs throughout Washington and Benton Counties. Fayetteville issued the following Taxi permits: 1. Fayetteville Taxi LLC on 10/10/2023 it was opened on 08/14/2012. 2. Issued another permit to Hotel Executive Transportation on 1 1 /7/2011 the revoked the License on 10/31/2020. Also known as NWA Taxi LLC 3. Issued another permit to Gear Gaming Store on 01 /17/2014 and revoked their license on 10/31 /2020. Making Fayetteville Taxi the only Taxi service in Fayetteville. Our Company: Our Goal Is to provide transportation for customers who would otherwise have to walk, to and from locations, keep battered women/men safe, provide roadside assistance to customers who are broke down on the side of the road, offer delivery services, offer services to customers who live in urban areas with no transportation available day and night. We have a system that goes through our dispatch, where the dispatcher is dispatching the call while still on the phone with the customer. Making a quicker response for the driver and customer. As well as knowing where the driver is to go next on the call list. Making it to where there are 3 places for this call to be in the system. 1. On the Dispatched Work Crew 2. On the Payroll System for the Drivers times 3. On the Drivers call log, 4. We keep accurate records of Names, Pick up locations, drop off locations and times as well as amount collected, via: Cash-App, Venmo, Debit, Cash, Ticket, etc. 5. We do not charge the 35.00 Minimum Fee per customer, 13.00 Reservations Fee, or 25.00 Cancellation Fee like Uber does (See Attachment) If the driver (he/she) does not have time to write on the call log, they can go back and see all the calls in the system. Page 319 of 834 All Drivers, and Dispatchers go through a hiring process of 1. Driving Record Check 2. Arkansas Background Check 3. Drug/Alcohol testing. We are an opportunity company who hires reformed felons, but they must not have: 1. Abuse 2. Molestation/Rape 3. Theft 4. Recent DWI's or DUI Our Company does not advertise with a Big Taxi sign on the roof of our vehicles for the purpose of Safety for our customers. The reasons for that being. 1. Our customers need to feel safe when going from one destination to another. 2. Arkansas has the highest insurance ratings in the United States due to accidents of commercial vehicles. 3. If you don't advertise commercial, then: a. People do not see a big payout from a commercial insurance company. b. Protected people are harderto find i.e. battered women's shelters. c. Confidential information does not get outtojust anyone, d. None of our vehicles are listed under the company name, so no one knows that it is commercial. Just Owners name only. All our vehicles used has a GPS/Wi-Fi system installed: 1. Easy tracking 2. Routes taken. 3. Precise location of our drivers at all times. 4. Able to calculate a pickup time for our customers. 5. Offerfree Wi-Fi to our customers. Our drivers also have Life360 installed on their phones: 1. Free towing up to 50 miles 2. Roadside assistance 3. SOS system if there is trouble for a driver. Such as beingfollowed, threatened etc. 4. All drivers and dispatchers know the location of another driver. Our company does not have a big machine installed in our vehicle: reasons for that. 1. We feel that we should not charge a customer based on waiting on trains, red lights, emergency vehicles, traffic jams, funerals, or things beyond their control. Page 320 of 834 2. We feel they should be charged accordingly: to their time spent on mileage, their time in a store for wait time, and their transportation back to where they are going. Making it more economical for the customer. What our company does have: 1. Our corppany has its own website and app where customers can request rides directly or indirectly from customers, just like Uber or Lyft. 2. We charge a cancellation fee, but we do not charge a fee for booking rides through our system. 3. We have Commercial Insurance on all our vehicles! 4. We have Workers Comp Insurance on all our independent contractors! 5. We have a 1,000,000-insurance policy on the company! 6. Free wi-fi in our vehicles 7. GPS Locator B. Life 360 9. Drivers Logs 10. System logs 11. 5 phone lines 12. 3 dispatchers and 1 dispatcher/Supervisor/Manager 13. Account Manager/System Tech/Payroll Clerk/VP 14. Authorization from State of Arkansas Highway Commission 15. Certificate of Good Standing from the Secretary of State 16. Federal Tax Numbers 17. Pass Certificate 18. National Provider Identification number 19. Professional Independent Contractors 20. System on Tablets/Phones to calculate prices for our customers. 21. Cameras in every vehicle 22. Roadside reflectors 23. Fire Extinguishers 24. Medical Kits 25. A little about the owner and company: The company was formed in March 2021 ! The owner had suffered abuse, had lots of trouble finding and keeping jobs due to having to continuously move to keep safe. She formed a company where she could be behind the scenes and help others who had Page 321 of 834 suffered the same thing or had been placed in similar situations. She has been abused, homeless, and had to rely on others for transportation. Relying on Churches, police Departments, DHS workers, Battered Women's Shelters, judges, for help in situations where she hatfto, stay -safe -or -lose -her life. Stye started- with- 1-vehlcLein the small town of Dardanelle and has since expanded to Russellville, Clarksville, Fort Smith, Mulberry, Ozark, Altus, Ward, Cabot, Austin, and Morrilton, with a total of 10 vehicles. Page 322 of 834 Your trip earnings are calculated using the rates below. These are the rates you will earn for every minute and mile you drive. Rates are based on your Uber activation date. For full details on your earnings, rider payments, and Uber fees, tap Fare Details on your trip receipt. Little Rock Base Fare A $0.9375 Long Pickup Fee Per Mile Variable Per Minute $0.57 Threshold $0,1125 12 minutes Per Mile $0.57 Per Minute A $0.1125 Reservations A ECONOMY Minimum Fare $35.00 Reservation Fee $13.00 Fixed Cancellation Fee $25.00 Cancellation Fee Policy FIXED FEE Minimum Trip Earnings A $3.7578 Cancellation Fee Variable Standard Driver Initiated Cancellation Fee $3 822 Standard Rider Initiated Cancellation Fee $3 822 Per Mile $0.57 Per Minute $0.1125 Booking Fee You will be charged a Booking Fee for every trip. The amount is posted and updated on uber.com/cities. Uber will collect this fee from riders on your behalf. Page 323 of 834 Taxi fare from Washington Regional Medical _center to 1145 N Mission Blvd to show map & route Uber X Initial fee: 2.70 $ Cost of ride time: 1.80 $ Cost of distance: 5,25 $ Total Fare: — 9.75 $ Uber XL Initial fee: 5.00 $ Cost of ride time: 2.70 $ Cost of distance: 9.10 $ Total Fare: — 16.80 $ Dynasty Taxi Service Springdale_ ._.....-_........ _ Abundant Taxi -') 13e n l u u s--==--------:-.- Presidential Car Services Cenfcrlon -- - Distance between Washington Regional Medical Center and 1145 N Mission Blvd is approx. 3.5 miles (5.64 km) with 9 min travel time. This taxi fare estimate from Washington Regional Medical Center to 1145 N Mission Blvd was updated 2 seconds ago. Did you know that we have all the fare rates for Uber Fayetteville? _ See all the taxi services and find your next cheap Fayetteville ride. Page 324 of 834 * Uber fare estimate from Washington Regional Medical Center to 1145 N Mission Blvd may vary due to weather and traffic. Our estimates in 3215 N Northhills Blvd, Fayetteville, AR 72703, USA do not include any discounts or promotions. 'T' New Uber fares from Washington Regional Medical Center $51-68 .) I ��, I i �j -.1.1 . ....... bnD to '15 tdenhall I-n a_ n te Page 325 of 834 ,LLJ \ \ - -- �f I , CQ� / e ,E ° ¥ / / \ c D < § E ce �< 1 k � CL � a. cc 0. Q a.CL � C CL a a- � CL � CL a CL CL » _ \ @ j 3 ± u ± a) 2 $ $ ± 5 a)2 5 ± u u u u u u u u u d ) p Q p Q Q p Q Q p @ AP > o Q) u u u u u ,u u u u u u U 2 o o 3 o o �o o o o o o 3 EL u a v u u u § % q / to ± < 0 0 J O -j u � 2 t R �f// j f k \ m u \ } = e # p 2 w 2 m e E ii _ _ 0 � / k R e % LAJ 2 c \ u $ I 3 It k ° k CL u < LU c u I c 2 \ � a _ u E \ cu 2 & / / CL u § \ \ $ - § z 3 \ q o $ \ K ¥tc):\ � �\ Page 326 G 834 v$" li\S IINTERRNAL REVVENUE SERVICE Y CINCINNATI OH 45999-0023 AFFORDABLE TAXI POPE COUNTY LLC ROSE L SHADDON SOLE MBR 705 WILLIAMSON WAY RUSSELLVILLE, AR 72801 Date of this notice: 05-30-2023 Employer Identification Number: 93-1598139 Form: SS-4 Number of this notice: CP 575 A For assistance you may call us at: 1-800-829-4933 IF YOU WRITE, ATTACH THE STUB AT THE END OF THIS NOTICE. WE ASSIGNED YOU AN EMPLOYER IDENTIFICATION NUMBER Thank you for applying for an Employer Identification Number (EIN). We assigned you EIN 93-1598139. This EIN will identify you, your business accounts, tax returns, and documents, even if you have no employees. Please keep this notice in your permanent records. Taxpayers request an EIN for their business. Some taxpayers receive CP575 notices when another person has stolen their identity and are opening a business using their information. If you did not apply for this EIN, please contact us at the phone number or address listed on the top of this notice. When filing tax documents, making payments, or replying to any related correspondence, it is very important that you use your EIN and complete name and address exactly as shown above. Any variation may cause a delay in processing, result in incorrect information in your account, or even cause you to be assigned more than one EIN. If the information is not correct as shown above, please make the correction using the attached tear -off stub and return it to us. Based on the information received from you or your representative, you must file the following forms by the dates shown. Form 941 Form 940 07/31/2023 01/31/2024 If you have questions about the forms or the due dates shown, you can call us at the phone number or write to us at the address shown at the top of this notice. If you need help in determining your annual accounting period (tax year), see Publication 538, Accounting Periods and Methods. We assigned you a tax classification (corporation, partnership, etc.) based on information obtained from you or your representative. It is not a legal determination of your tax classification, and is not binding on the IRS. If you want a legal determination of your tax classification, you may request a private letter ruling from the IRS under the guidelines in Revenue Procedure 2020-1, 2020-1 I.R.B. 1 (or superseding Revenue Procedure for the year at issue). Note: Certain tax classification elections can be requested by filing Form 8832, Entity Classification Election. See Form 8832 and its instructions for additional information. IMPORTANT INFORMATION FOR S CORPORATION ELECTION: If you intend to elect to file your return as a small business corporation, an election to file a Form 1120-S, U.S. Income Tax Return for an S Corporation, must be made within certain timeframes and the corporation must meet certain tests. All of this information is included in the instructions for Form 2553, Election by a Small Business Corporation. Page 327 of 834 (IRS USE ONLY) 575A 05-30-2023 AFFO B 9999999999 SS-4 If you are required to deposit for employment taxes (Forms 941, 943, 940, 944, 945, CT-1, or 1042), excise taxes (Form 720), or income taxes (Form 1120), you will receive a Welcome Package shortly, which includes instructions for making your deposits electronically through the Electronic Federal Tax Payment System (EFTPS). A Personal Identification Number (PIN) for EFTPS will also be sent to you under separate cover. Please activate the PIN once you receive it, even if you have requested the services of a tax professional-or,representative. For more information about EFTPS, refer to Publication 966, Electronic Choices to Pay All Your Federal Taxes. If you need to make a deposit immediately, you will need to make arrangements with your Financial Institution to complete a wire transfer. The IRS is committed to helping all taxpayers comply with their tax filing obligations. If you need help completing your returns or meeting your tax obligations, Authorized e-file Providers, such as Reporting Agents or other payroll service providers, are available to assist you. Visit www.irs.gov/mefbusproviders for a list of companies that offer IRS a -file for business products and services. IMPORTANT REMINDERS: * Keep a copy of this notice in your permanent records. This notice is issued only one time and the IRS will not be able to generate a duplicate copy for you. You may give a copy of this document to anyone asking for proof of your EIN_ * Use this EIN and your name exactly as they appear at the top of this notice on all your federal tax forms. * Refer to this EIN on your tax -related correspondence and documents. * Provide future officers of your organization with a copy of this notice. Your name control associated with this EIN is AFFO. You will need to provide this information along with your EIN, if you file your returns electronically. Safeguard your EIN by referring to Publication 4557, Safeguarding Taxpayer Data: A Guide for Your Business. You can get any of the forms or publications mentioned in this letter by visiting our website at www.irs.gov/forms-pubs or by calling 800-TAX-FORM (800-829-3676). If you have questions about your EIN, you can contact us at the phone number or address listed at the top of this notice. If you write, please tear off the stub at the bottom of this notice and include it with your letter. Thank you for your cooperation. Page 328 of 834 I,r karisas Sul Chu N of Stat(� ^«_ John Thurston L�,'-,1: tilalc ('tllii,ll LSuilcful! Little Aork.Arkan.a;?2201-1094 0501-682-3409 Certificate of Good Standing 1, John I hur;ton. Sccrctary of.statc of the Stag t-lf Ark<nlsas. and a. Such, keeper ill the records l'clon'tc>tic and (c'+rclt n .urhnr;lti�+n�. elt+ ltc rchv ccrtifl' Ihal the records ul'this oftice show AFFt.)tiU,013LE --FAXI POOPE COUNTY, LLC authorised to trtul',,lct husine" ill the Stilte ofArUnsns as n Limited Litthilitl ('onlllatly,. filed ;Articles of (1r�_•alli[�ltion in ibis ofiiee rlu�ust !>. 20'_2. Oul' record, rellcet Ihat paid entity, h;k ins, complied 1% ith Lill lallltol'. I'c(Ilrtl-LI11c;I1L5 ill L11C State of,lrkan.,a,. is yuliliii .11 to hail ac't husine,s in lhi, Slab. In Testirnom '11'he1-coF, I ha�c hcrcunto set illy hand and aftvwd my official Seal. [)one at my oPlirc ill the ��k�`i' f ,• `��r�. 01.ol' Litllc Dock- this 12I11 day of'nu�y.ua 2022• r l�l\ 1 I r: l �•i1t,�Jtl.�i;tl. i ht!���lui CI'tlit :ne u.�!, riali„n c.`Odr. IT3M `dlec59d1�3 iV \11111141,-Aii.111 C'nde. , i�i1 �„s. trktulsa�. s„ Page 329 of 834 of t, 14 4 jj jj A i�' ;I A A 4% ft 7et..bsi at1 4w- ' 6 4-1A ki 'ki �t't 4 ;,4 let". K 6', V- Iok, ;6- 'r4'W XH VNI-S Is TATE John Thurston AHKANSAS, SLCH L I'A H Y 0 1- S TAT FE TO M to Whom These Presents Shall Come. Greetings'. I. John Thurston. Arkansas Secretary of State of Arkansas, do hereby certify that the following -Illcf hnl-etcj )tjached in-.trunient of writing 15 Lt 1111E, and perfect copy of Certificate of Organization an AFFORDABLE TAXI POPE COUNTY, LLC bled fri this office August N. 2022 In Testimony Whereof I hill/0 hCrOlil'to SCII lily hand ill'-d alfiv-xl riny cfhcial Seal, Done at my cffice. in tno. Sily of 1-1111(! Ruck 11w, 9!h day o! AU91-ISI 20-22. III Him, .1.1 0 1-1.11 . 1.1 1131C Celt 1 care 1 F, 'M-M , ... .. ..... . y �c 9 O f�jl IRS �r 1,FIE Tj'r rTNL1rMNr.. jt,� 45999'. 002J "" A this Qtjc,_ 03-23-2021 Mhavy, ; Conti fl""On RASE Form: SS,,, ArpuWASLM TAXI 215 L 16TH Tit NumberOL, th.i_ 8 notice, C; You may call us at: l-(lUU-f129-9.933 J" YOU WRITE, ATTAQ TH"y, STUB AT THE END OF'THIS NOTICE. Thank WE ASSIGNED YOU AN SMVLOYER IDENTIFICATION NumtqgR you for aPPlyinq lor an EIN 06-2005647 Employer ldentific-ati,, Hum,-K, doCuments, - This EIN lilt identify you, your. 'r (EIN). We 858ignod you even if You have no empaccounts, tax return,, and records. "Yees. Please keep this notice in Your. permanent When filing tax documn--nti;, Payllu-nLs, and related correNPOMdencu, it is very important that you use Your EEN and complete MOM address exactly as ahown above ceMy cause a dolay 10 PCOCossing, resmit in incorrect inFnIrmation in your a . Any vdMation -'Ilse YOU to be assign-1 morecount, Or even above, please make Me correction one E.T.N.EIf the information is not correct as shown A MUM ion using the attached tear Off stub and return it to us, LiabiLity company (1") MY file Form B832, E"Llry Classification Election eligible to he treaLed as a CO�-'F)Oratlon that meets certain tests and it will be Old elect to be alasaitind as an ansuciation taxable as a corporation. If the LLC is corpnration 0t) status, electing - The 1,14' Will. be treated as a corporation as of the effective date of the S Cor-poratiit must timely file Form 2553, Slection by a gmall Bu,j... corporation election and does not need to file Form R032. To obtain tax forms and publications, including those referenced in this notice, visit our Web site at www.irs,gov. If you do not have access to the Internet, call 1-000-029-3676 (TTY/TDD 1-000-029-4059) Or visit your local IRS office. IMPORTANT RMMINOMRS: -k Keep a copy of t1lis nOti-00. in your permanent records. This notice is issued only One time and the IRS will not be able to generate a duplicate copy for you. you May dive. a. c0i;)y of this document to anyone anlctnq for proof Of your. E.T.N. OSC this EIN and Your name exactly as they appear at Me top of this notice on all your federal tax forms. * Refer to this EIN on your tax-rolated correspondence and documents. If you have qucjLLon.-.i about YOU: EN, YOU C,,ill will us aL the phone numbeJ.- Or: write to us at the address shown at the top of this notics. If you write, please tear off the stub at the bottom of this notice and send it along with your letter. If you do not need to write us, do not complete and return the stub, Your name control associated with this EIN is SHAD. You will need to provide this information, along with your. EIN, if you file your returns electronically. Thank you for Your cooperaLion. Page 332 of 834 Filing Number: 811387353 Tax Year: 2024 AFFORDABLE TAXI POPE COUNTY, LLC 1. Tax Contact Information: AFFORDABLE TAXI POPE COUNTY, LLC 136 JENNINGS RD RUSSELLVILLE, AR 72801 USA Phone # of tax contact: 4798803449 Change of Registered Agent Information: NOT APPLICABLE. NO CHANGES MADE. 2. Required Information Federal Tax ID#: 931598139 LIMITED LIABILITY COMPANY MANAGEMENT IS MEMBER(S) OR MANAGERS(S) Please provide current names: ROSE LEE SHADDON Tax Preparer ALL LIMITED LIABILITY COMPANIES PAY $150.00 TAX DUE: $ 150.00 I declare, under penalties of perjury, the foregoing statements are true to the best of my knowledge and belief. Signed this 06 day of FEBRUARY, 2024. Signature: ROSE LEE SHADDON This form must be signed in ink by: Member / Manager (Listed in ? Abovel. Due on or before May 1 -Substantial penalties due after May 1 Remittance must accompany this report and must be written and signed in ink. Checks Payable to Arkansas Secretary of State • Phone (501)-682-3409 or 1-888-233-0325WBusiness Services Division 9 State Capitol Building 0 Little Rock, Arkansas 72201-1094 You may file this electronically over the Internet @ http://www.sos.arkansas.gov/ Page 333 of 834 National Provider Identifier rustotlaerservic@C-11Vi.enUmerator.com<.;:u>Inms,rr-r+ncr3;ii:n;>ir�numr=rilol com> L^ : fforda:�l':!_ixf,dRlrv$t:Ylry!gn�rlll.r:om Affordable Taxi <afforciablctaxl.(felivery,,ggrnail com> rhu, Mai-30 2023 at 12 49 Pf,1 A reuuesl fori�ruu l-r Ft!enfli�F'r .Wf-)I; or ;I :h:lnyr> In (I,e '3 jg lq'I11'! for f-�itdlrN•vulg pluvidiir i�iis rerenTly ;u5mi : 1 to n. 1. i , I •Tit d Yatl Mirr:d listr'I aS the r:c'rlla;: persl;n 7N`rs Is Iti rnrorm yFX that the request w:IS SLIMIS h.Illy ;ubrrntled and the follow ny T^,1C41nit ID has been aS(;11f,3r1 It, the: equnsr 01'020-4'46520 I1 tha 5tif,nu!lerl NPI 7pphi d;Ini1 or r;hnngr: IhglrEa:,t Ic:r,uir nn +; 'I III: rdums the rnurnerallrm orchanaes ntav he effective within the hex[ 2,1 hour; ve,nff(:abon Is ragLIJI't>d pro;:r•;,SIn(I Ina:, lake ur: to 30 •7s Provider Name Hose Shaddon !'nm;ary Contact Person Ruse Shadrlon PI-Mli-(YP1'aclice 1..ocaiion Aduress 705 VJillirimsr)n Wily Russellville. AR 7 '601-6923 United States SSN: Xxx-XX 9489 Date .SUbmllled: Mar-30.202 If YOU hn-jep any qurahons n:_1:+Ir1in':1 tins ripolwrlt:on ;:r if ne ± s(Ir.aio;1 ri,nllicl I±c:rsor ,%esn'I Irr..erve the provider's NPI via'emall within 15 working dayg. plearn_ reler to the: f qC' L1f=nu ;It . NPI Enunv�ralor Cjntacl InfoiniaLlon tvMonoay throuclh I::rrday gam to 5, (F:rastern Time) By phone -800-;fi5-3203 EMPf Toll-'r'ree; °i)0-692.2326{ ry'T"FY for then (jrsni, lewd )f haaflmj. ra Iho:::: v✓Ith Speech difhcultlEa) 'Holiday hours may van; By '-In:.rd al By mall at NPI l=nnnleralor 7125 MOBASSADOR RD STE Ior) VANDSQR Mit_I. ML) 2 I244-2751 II you arc uol lhu provider, you are: requlrcau !o i.111(ni ;he urovidel of the infornrahon Irl this k.tlsr and furnish a copy of tfus notification to the provider customerservicr:gnpienumerator.com <'(-uston-erscr Icu;2i:,noiranLIfrler;:unl cnnl1 Tb: a' nrdaihletaxi :IFhvery(c`gr;vau c:;;m Enumeration Dilate Marcit :30. 2028 Thu, Mar 30 2023 at 12:50 PM A request for a Nr;honril l'rovioe' IJen[ifler for nose Le:,� Snaddon lam vies re c.owly s(Ibmltted [o !' Itl:,:; " I.;:,' h : , l and you were Ilsle(1 .as the (inn: ic; per :on This Is 'o mfurrn ypo h u IIIc reque :r :a;as sui:c:ess°oily pr.)u(asud and the following NPI has boon+assigned' 1235833,102 Prartice I-ocatlon — Provider Tax,onolnies Taxonomy I T; A000WK License fI.171-ul6013 AR Details: t,. u"ef This is the Ptrm;a•; L940ntimiv If you h3vo..'any questions about :his nouficatri)n ynu may conl:Ict ;he NPI Enumolator fdonday through Friday, gam to 5pm (Eastern 'rime), at: :blftii! 1-80C-41[35-3203 (NPI Tull-Free! -800-69 -2326 (NPI T rY for me deaf hard of heamIC.l. or those with speech dii`Icullres) i-loliday i)OWs may vary You may vr(1w or changu Ihia arovlder's NPPES inforinahnn by Icgginq or'lo the IVPPES websile at I,[I(r5 ' I:.pp( •• ;;r ::,,f,!I.;,y;;',. Please nir4e. If you :alb not III& arnvide•' you ern roquired to Inform !Ile piovlder of the informalion III this n-mall and furnish a copy of t)ls notification to he pro'nr. er. Page 334 of 834 1F11L h_,V_4 2 1b b_F Rc,� za tt&U BEFORE THE ARKANSAS STATE HIGHWAY COMMISSION IN THE MATTER OF APPLICATION OF ) AFFORDABLE TAX] OF POPE COUNTY, LLC ) DOCKET NO. M-58689 FOR AUTHORITY AS A CONTRACT, ) CARRIER, INTRASTATE. REPORT AND ORDER Application fled May 8, 2023 with the Arkansas State Highway Commission Afforable Taxi of Pope County, LLC, an Arkansas corporation, seeking authority to operate as a contract carrier by motor vehicle in intrastate commerce transporting passengers, under a aw inuing contract(s) between all points and places in the State of Arkansas, over irregular routes, as -�:t forth in the application and notice of hearing. There were no protests filed to the application, and after due notice the matter was heard by the Commission's duly -appointed Hearing Officer on June 2, 2023. The hearing was held pursuant to the Commission's rules and regulations at its hearing offices, Arkansas Department of Transportation, Little Rock, Arkansas. FINDINGS Upon full consideration of the evidence and all matters and things involved herein, and being well and sufficiently advised in the premises, we find the requested service to be in the public interest and in furtherance of the state transportation policy. The applicant is fit, willing and able properly to perform the proposed service and to conform to the requirements of the Motor Carrier Act and rules and regulations thereunder. We further find that the application should be granted. Kamp,. !T IS, THEREFORE, ORDERED, that the application of Afforable Taxi of Pope County, LLC, an Arkansas corporation, of Russellville. Arkansas, for authority to operate as a contract carrier motor vehicle, in intrastate commerce, be, and is hereby granted, subject to such conditions and limitations as are now or may hereafter be attached to the exercise of the privileges herein granted. IT IS FURTHER ORDERED that the transportation service to be performed by said carrier in intrastate commerce shall be as specified below: IRREGULAR ROUTES: Passengers and their belongings, under continuing contract(s), Between all points and places in the State of Arkansas, over irregular routes. Page 335 of 834 IT IS FURTHER ORDERED, and made a condition of this certificate, that the holder hereof shall comply with all rules and regulations of the State of Arkansas concerning the operation of a motor vehicle over the highways of this State. IT 1S FURTHER ORDERED, and is made a condition of this authority, that the holder thereof shall render reasonably continuous and adequate service to the public in pursuance of the authority herein granted, and that failure to do so shall: constitute sufficient grounds for change, revocation, or suspension of this authority. Entered this 2nd day of Jwle , 2023. BY ORDER OF THE COMMISSION: DAVID S. LONG, HEA1dNG OFFICER ATTEST: _ 1��" UI)a a LAKEYVIA WALKER LEGAL ASSISTANT Approved and ratified on behalf on the Arkansas State Highway Commission this 2nd day of June , 2023. BY ORDER OF THE COMMISSION TRELLA A. SPARKS INTERIM CHIEF LEGAL COUNSEL ATTEST: 49&� U')a&41L' LAKEYSAA WALKER LEGAL ASSISTANT Page 336 of 834 EqUIFAX P'ODDA N ROSAL.SHAON Personal & co0iidenlial Date generated: Jan 27, 2024 At a glance FICOta Score B quui ifaaxfaax data Jan 27, 2024 300 Account summary Overall cretin usage Open accounts Amounts ever late 2 Closed accounts 0 Collertlons 0 23 % Average account age 2 yrs 3 mus Oldest account 3 yrs 9 mos Credil used: $2,907 Credit Ilmll: $12,450 Debt summary Credit card and credit line debt Loan debt Colleclions debt Total debt B50 S2,907 $0 S0 $2 907 Page 337 of 834 EgUIFAK Personal information !la i•. ROSALSHADDON H! 136 JENNINGS RD RUSSELLVILLE, AR 72802 ROSE L UNDERWOOD 705 WILLIAMSON WAY RUSSELLVILLE, AR 77001 ROSE HIGMAN 701 EE ST RUSSELLVILLE, AR 72001 PO BOX 1382 ' 'I : f •:h STILWELL, OK 74960 1970 2526 W B ST RUSSELLVILLE, AR 72001 215 E 16TH ST APT 1 RUSSELLVILLE, AR 72801 PO ODX 45 EVANSVILLE, AR 72729 2512 BLUE RIDGE OR EDINBURG, TX 78539 16G32 HALE MOUNTAIN RD MORROW, AR 72749 319 N 12TH ST BURLINGTON, KS 66939 No Statements) present at this time Preoared For ROSA L. SHADDON Date generated: Jan 2/ 2024 AFFORDABLETAXI OF AA TAXI PINK TIGER Page 338 of 834 EgUIFAx Prepared For ROSA L. SHADDON Dote generated: Jan 27, 2024 Open accounts CAPITAL ONE B9T - payment Nnary BOlanca updated Jan 00, 2024 �R Acr cunt info Account name CAPITAL ONE Balance $91 Account number 515307XXXXXX Balance updated Jan 09, 2024 Original creditor Credit limit $t,750 Company sold • Credit usage 5% Account Lype Ravelving Monthly payment $40 Date opened May 09, 2021 Past due amount - Open/closed Opon Highest balance $1,497 Status nays account as agreed Terms Status updated Jan 2024 Responsibility Individual Account Your statement - Payment history Jan Feb Mar Alp May J0, Jul Aug Snn Oct Nov rJec 2073 J / ! ! ✓ J ! ! ! / ! / tO2% ✓ ! ! ✓ ✓ J ! ✓ ! J � ! 2R21 ! ✓ ! ✓ J J ,/ ! 2020 / ]n Th•le 011181rigYjillahle d Contact info Address PO BOX 31293 SALT LAKE CITY, UT84131.1293 Ptlnrue number t0001965.7070 DComment:. ?C1 Ic{ 96,17 1/8' Page 339 of 834 FgUYFA Prepared For ROSA L. SHADDON Data generated: Jan 27, 2024 CIAIIAEr•W STRlpi SANK $D o"meN history Balance Updated Jon 03, 2024 EA Account info Account name CHIMErIWSTRIOF. BANK 13alance se Account numtler 255107XXXX%% Balance updated Jan 93, 2D24 Original creditor Credit limit Cnmany wid Credit usage Account type Open Account Monthly payment Date opened Oct 07. 2021 Past due amount Opo.n/closnd open Highest halannc $13 Status pays account as agreed Terms Status updated Jan 2024 Responslhllity Indlvldual Account Your statement Payment history J9n Feb Mar Apr May Jun Jul Aug BM Oct Nov Dec 2023 ✓ ✓ ✓ ✓ i ! I ✓ ,� ✓ ✓ ✓ 2022 ✓ ✓ / ✓ / ✓ / ✓ I ./ ✓ / 2021 - _ ✓ ✓ 2019 ._ on Ti— D]ta IInoY.t/.l n Contact info Address 101 CALIFORNIA STREET, SUITE 500 SAN FRANCISCO, CA 94108 Phone number (520) 73J•3l.3, DComments HKLU MATE Page 340 of 834 EgUIFIL COMENITY BANK/MAURICE payment history BAAccount Info Account name Account number Original creditor Company sold Account type Date -opened Open/ctosrd Status Status updated Payment history Jan Feb 2023 2022 2021 2020 2019 � On Time ly Contact Info Address Phone number Dcomments Prepared For ROSA L. SHADDON Date generated: Jan 21, 2024 $188 Balance updated Jan 24, 2024 COMENITYBANK/MAURICE Balance 77885OXXXXXXXXXX Balance updated • Credit limit - Credit usage Ravalving Monthly payment May 15, 2023 Past due amount Open Illghest [in lance Pays account as agreed l arms Jan 2024 Responslbllity Your statement Mar Apr D.I. U.-Orbie May Jun Jul Aug Sep 3075 LOYALTY CIRCLE PO BOX 11127B9 COLUMBUS, OH 43210 By rend only P-1 a 7 1/2,2 $188 Jan 24, 2024 $700 26% $37 $477 Individual Account Ow Nov Dec Page 341 of 834 EgUIFAX CREDIT ONE BANK ! .', ...•- ; payment history E'A Account info Auuuurit nuwe Account number Original creditor Company sold Account type Uate opened Open/closed Status Status updated Payment history Jan Feb Z023 ✓ 2022 ✓ ✓ 2021 2020 2019 Y On 71— d Contact info Address Phone number DComments Prepared For ROSA L. SHADDON Date generated: Jan 27, 2024 $558 Balance updated Jan 05, 2a24 CREDIT ONE BANK Buluncu 379364XXXXXXXXX Balance updated Credit limit Credit usage Revolving Monthly payment Jan 04. 2022 Post'due amount a"" Hlghcsi balanrc Wiys account 4z .9teed I arms Jan 2024 Responsibility Your stateinant Mar Ap, May Data llna.1101a 6801 S. CIMARRON ROAD LAS VEGAS, NV O0113 (977) 025.3242 ?d 5a/ -9 s- /q Jun Jul Aug Sep Oc: N- $155e Jan 05, 2024 $1,050 539E $30 $955 Individual Account Dec ✓ Page 342 of 834 EgUIFAX cREOIT ONE DANK - payTeal wSlory ER Account info Account name Account number Original creditor Company sold Account type Date opened Open/closed Status Status updated $ Payment history Prepared For ROSA L. SHADDON Date generated: Jan 27, 2024 $937 3alance. updated tart 03, 2024 CREDIT ONE BANK balance 470793XXXXXXXXXX Balance uodated Credit limit Credit usage Revolving Monthly paymen I Mar 20, 2023 past due amount Opon Highent halanrr. Pays account as agreed Terms Jan 2024 Responslhlllty, Your statement Jan Feb Mar Apr May 2023 r ✓ J 2022 2021 7.020 2019 r an Time �iia rtra�ad min d Contact info Address 6601 S. CIMARRON ROAO LAS VEGAS, NV 89113 phune numbol (077) 925.7242 Comments Jun Jul Aug Sep ejDd �'D6,0r 1/1 $937 Jan 03,2024 $1,000 93% $33 $937 Individual Account Oct Nov 0" ✓ ! r Page 343 of 834 ER Account info Account name Account number Original creditor Company sold Account type Uale opened Open/closed Status Status updated Payment history Jan 2023 ✓ 2022 ✓ 2021 202.0 2010 ✓ on Tien d Contact info Addres3 Comments Prepared For ROSA L. SHADDON Date generated: Jan 27, 2024 $0 Balance updated inn 24, 2024 f-aa I/MERCURY Valance $0 006236KXXX Balance updated Jan 24, 2024 - Credit limit $1,650 - Credit usage 0% Revolving Monthly payment $25 F.eb 24, 2021 past due amount Open Highest hal0nrn. $1,674 Pays account as agreed Farms Jan 2024 Rosponsiblllty Individual Account Your Matwnent Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Data ta—flab-a 700 22ND AVENUE SOUTH BROOKINGS, SD 57006 (000) 669-3660 pd g3.tsl - Page 344 of 834 EQUIFAX OfINGLRHUT I late oayment EA Account Info Account name Account number Original creditor Company sold Account type Dale opened Open/closed StatOe Status updated $ Payment history Jan Feb 2023 ✓ ✓ 2022 1021 7.U20 2019 On Tints d Contact info Address Phone number DComments Prepared For ROSA L. SHADDON Date generated: Jan 27, 2024 $0 Balance updated Jan 24, 2a24 FINGERHIfT Balance 636992XXXXXXXXXX Balance updated Credit limit Credit usage RevoNmg Monthly payment Apr 12, 2022 Past due amount Open Highest balance Paya account as agreed Terms Jan 2023 Responsihllity Your statement Mar Apr May Jun 10 30 Day9 1-Mr, Data Unara:bbla 6250 RIDGEWOOD RD SAINT CLOUD, M N 56303-0811 (320) 694.3900 Jul Aug Sep ✓ ✓ 30 $U Jan 24, 2024 $600 0% $2.17 Individual Account Oct NOV Dec � / I Page 345 of 834 E��. I FAX Prepared For ROSA L. SHADDON Date generated: Jan 27, 2024 JPMCe .ARI) 3-1VICE $D . I • paynmO Nsrory Balance updated Jan 08, Z024 Bx Account Info Account name JPMCe CARDSERVICF Balance $0 Account number 41474OXXXXXX Balance updated Jan 00. 2024 Original creditor - Credit limit $900 Company sold - Credit usage Os Account type Revolamp Monthly payment Date opened Aar 27. 2021 Past due amount - Open/elosnd Open Highest balance. $714 Status Pays accaunl as agreed 1 erms Status updated Jan 2024 Rospohsihllity Indh4dual Account Your statement $ Payment history .�.� Feb Mir Apr MJy Jun JW Aug Sep Oct Nov Dec 2023 ✓ ✓ ! ✓ ✓ ✓ ! ! ✓ J ✓ 2022 ✓ ✓ J ✓ ! ! ! ! ✓ ✓ ✓ ,/ 2021 - ✓ ! ✓ / ! J ✓ ✓ ! 70"7 2017 - - ! On Tlme - bMiiJM1I'�.111aM9 Contact Info Address 301 N WALNUT ST, FLOOR 09 WILMINGTON, DE 19801-3935 Phone iumbe, (000) 94S-2000 0 comments f'-)d 5 3/ ` 9 z V9 Page 346 of 834 EQUIFAX .%MISSION LANE TAB BAN " payment history Account info Account name Account number Original creditor Company sold Account type Date opened Open/closed Status Status updated $ Payment history Jon Feb 2023 ✓ ✓ 2022 J ✓ 2D2t ✓ ✓ 207L) ✓ On Tim d Contact info Address Phone number Q Comments Prepared for ROSA L. SHADDON Date generated: Jan 27, 2024 W6 t91/ Balance updated Jan 04, 2024 P4 ►/5 MISSION LANE TAB 3AN nalance St 16 431503XXXKXXXXXX Balance updated Jan 04,2024 Credit limit SZ.400 - Credit usage 4R Revolving Monthly payment S25 Oct OB, 2020 Past due amount - Doan highest brilance $436 Pay^ account as 4gmeo Perms Jan 2074 Responsibility Individual Account Your statement Mor Atu May Jun Jut Aug Sop Oct Noy — unta unannali 1Dt 2ND STREET., SUITE350 SAN FRANCISCO, CA 94105 (4 t 5) 462 O2e0 Page 347 of 834