Loading...
HomeMy WebLinkAbout33-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 33-19 File Number: 2018-0762 KAJACS CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #18-55 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,067,000.00 FOR CONSTRUCTION SERVICES ASSOCIATED WITH THE ELIMINATION OF THE MASTERS SEWER LIFT STATION, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $106,700.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 18-55 and authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,067,000.00 for construction services associated with the elimination of the Masters Sewer Lift Station, and further approves a project contingency in the amount of $106,700.00. PASSED and APPROVED on 2/5/2019 Page 1 Attest: Lisa Branson, Deputy City Clerk ,•%`�'c�•� r:';ct fir Cjr •5 0Z FAYE EVILLF';�; City of Fayetteville, Arkansas Text File -- File Number: 2018-0762 Agenda Date: 2/5/2019 Version: 1 In Control: City Council Meeting Agenda Number: A. 14 KAJACS CONTRACTORS, INC.: 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Status: Passed File Type: Resolution A RESOLUTION TO AWARD BID # 18-55 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,067,000.00 FOR CONSTRUCTION SERVICES ASSOCIATED WITH THE ELIMINATION OF THE MASTERS SEWER LIFT STATION, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $106,700.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 18-55 and authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,067,000.00 for construction services associated with the elimination of the Masters Sewer Lift Station, and further approves a project contingency in the amount of $106,700.00. City of Fayetteville, Arkansas Page 1 Printed on 2/7/2019 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2018-0762 Legistar File ID 2/5/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/2/2019 Submitted Date Action Recommendation: WATER SEWER (720) Division / Department Staff recommends awarding Bid #18-55 and approving a construction contract with Kajacs Contractors, Inc. in the amount of $1,067,000.00 for construction services associated with the elimination of the Masters sewer lift station, and approving a contingency in the amount of $106,700.00 for a total of $1,173,700.00. Budget Impact: 5400.720.5700-5815.00 Account Number 02017.1 Project Number Water and Sewer Fund Sanitary Sewer Rehabilitation Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 5,707,094.00 $ 1,515,115.78 $ 4,191,978.22 $ 1,173,700.00 3,018,278.22 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF 1p" FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 5, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: January 2, 2019 CITY COUNCIL MEMO SUBJECT: Bid #18-55, Kajacs Contractors, Inc. — Construction Contract for Elimination of the Masters Sewer Lift Station RECOMMENDATION: Staff recommends awarding Bid #18-55 and approving a construction contract with Kajacs Contractors, Inc. in the amount of $1,067,000.00 for construction services associated with the elimination of the Masters sewer lift station, and approving a contingency in the amount of $106,700.00. BACKGROUND: The elimination of the Masters Lift Station (Sewer Lift Station 23) is a recommended 2017 CIP project in the Wastewater Collection System 2014 Master Plan Update. Hawkins -Weir Engineers, Inc. provided engineering services for the elimination of the lift station. DISCUSSION: The City accepted formal bids on December 5, 2018 per Bid #18-55 for the construction phase of the Masters sewer lift station elimination. Kajacs Contractors, Inc. submitted a bid in the amount of $1,067,000.00, which was the lowest bid. The project includes the installation of 3,450 linear feet of 8 -inch gravity sewer along with the demolition of the existing Masters lift station. A ten percent contingency is also recommended in the amount of $106,700.00, for a total of $1,173,700.00. BUDGET/STAFF IMPACT: Funds are available in the Sanitary Sewer Rehabilitation project. Attachments: Agreement Bid Tabulation Submittal Recommendation Letter from Hawkins -Weir Engineers, Inc. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Masters Lift Station Elimination Contract No.: 18 - 55 Construction THIS AGREEMENT is dated as of the54—day of in the year 20L by and between The City of Fayetteville, Arkansas and KAJACS an# acm, 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: Description of Project,_hist iiation of 3,450 feet of 9 -inch gravity sewer along with the dentolitivn of the existing Masters Lift Station. 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. 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: ARTICLF. 2 - ENGINEER 2.01 The Contract Documents have been prepared by Hawkins -Weir Engineers, Inc. Hawkins -Weir Engineers, Inc. assumes all duties and responsibilities, and has the rights and authority assigned to Hawkins -Weir Engineers, Inc, .in the Contract 00500 Agreement 00500-1 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00,500 — AGREEMENT (continued) Documents in connection with completion of the Work in accordance with the Contract Documents. ART ICLL,' 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All lime 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 F01- SUBSiANTI AI._ COMPLET1ON AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 120 calendar days after the date when the Contract'rimes commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 150 calendar days after the date when the Contract Times commence to run. 3.03 LI WIDATED DAMAGES, A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five .Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion 00500 Agreement 00500-2 November 2018 City of Fayetteville, Arkansas Masters Litt Station Elimination DOCUMENT 00500 — AGREEMENT (continued) and readiness for final payment or any proper extension thereof -ranted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 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. 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 November 2018 City oHayetteville, Arkansas Masters I.,ift Station Elimination DOMMEi NT 46504 — AGREE, MENT (continued) 5.02 PROGRESS PAYMEmTS, RETAFNAGE: 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. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work. Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work .bave 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 diem, 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 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500 — AGREEYIEcontinued) 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 REPRESENTA'TTONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the follbwin.g 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 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOC-UMENT O0500 — AGREEMENT i 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. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500-6 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500 — AGREEMENT [continued) J. "Che Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and fumishing 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: I . 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. 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: Lift Stauou Elimination 00500 Agreement 00500-7 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCKWi N'[' 00500 — AGREEjNMNT continued) 8. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 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 AM NMENT 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 tb the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 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. 00500 Agreement 00500-8 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500 — AGREEMENT (continued) 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 cotnes as close as possible to expressing the intention of the stricken provision. 8.05 FRI I:DOM OF NFORMATION_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 mate.rial.men's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 November 2018 City of }Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500—AGREEi1IENT (continued) rN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on 2012 which is the Effective Date of the Agreement. CONTRACTOR: "ACS Contractors, Inc. By: r ;Title: V P k4 (SEAL) Title:* Mayor 4 ! 'Attester Attest 00500 Agreement 00500- 10 (SEAL) rTRe N1r�� ■" o,� LP •,' ;FAYEIIEVILLE. `C`N November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00500—AGREEMENT icontinued) Address for giving notices Address for giving notices a'60Xc� 6 113 W. Mountain 5t. P% PG1;jf 1? L [�fE_ o �.�� FAye_ _tteville.AR 72701_ License No. o o_y `x`_19 ..... _ —.. (attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) (If Contractor is a corporation, Approved FTm. or LLC, attach evidence of authority to i sign.) By: Attorney For: END OF DOCUMENT 00500 e 00500 Agreement 00500- 11 November 2019 CITY OF FAYETTEVILLE ARKANSAS Dates of Advertisement: Issue Date: Number of Addendums: Certified Bid Award: Max Award Amount; Construction - Masters Lift Station Elimination Official Did Tabulation Lioneld Jordan, Mayor 11072018 11.14.2018 1 5 950,000,00 $ 1,187,500.00 Bid No. 18-55 Date: 12.05,2018 Time: 2:00 PM Gains Enterprises, Inc. Goodwin & Goodwin, Inc. Kajacs Contractors, Inc. UNIT UNIT UNIT ITEM (ESTIMATED Y UE501?TION. UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 Performance and Payment Bond LS 1 $ 30,000.00 $ 30,000.00 $ 60,000.00 $ 60,000.00 $ 50,000.00 $ 50,000.00 2. Construction Erosion Control ; S 1 31,300.00 $ 31 300.00 S 35,000.00 $ 35,000.00 S 50,000,00 $ S0,000.00 3 Clearing and Grubbing LS --S 1 $ 20,000.00 $ 20,000.00 $ 185,000.00 5 185,000.00 S 140.000.00 $ 140,000.00 4 Excavation and Trench Safety ILSi 1 S 36,000.00 $ 36,000.00 $ 65,000.00 $ 65,000.00 5 20,060.00 S 20,060.00 5 Acess Drive including Geogrid Grass Pavers LS 2 $ 30,100.00 $ 30,100.00 $ 5,000.00 $ 5,000.00 $ 50,000.00 $ 50,000,00 6 Sanitary Sewer Trenching & Backfilling 4'- 8' LF 1,521 S 55.00 $ 83,655.00 $ 25.00 $ 38,025.00 $ 25.00 $ 33,025.00 7 Sanitary Sewer Trenching & Backfillin 8' - 12' LF 724 $ 75.00 5 54,300.00 $ 40.00 $ 28,960,00 $ 30.00 $ 21,720.00 8:Sanitary Sewer Trenching & Backfilling 12' - 16' LF 370 $ 90.00 $ 33,300.00 $ 60,00 $ 22,200.00 $ 40.00 5 14,800,00 9 Sanitary Sewer Trenching& Backfillin 16' - 20' LF 241 $ 220.00 $ 53,020.00 $ 85.00 $ 20,485.00 $ 50.00 $ 12,050.00 10 Sanitary Sewer Trenching & Backfilling 20'- 24' LF 391 $ 220.00 $ 86,020.00 $ 200.00 $ 78,200,00 $ 80.00 $ 31,280.00 11 Sanitary Sewer Trenching & LF 98 S 440.00 $ 43,°i20.00 $ 250,00 $ 24,500.00 $ 150.00 $ 14,700.00 Backfillin Over 24' 12 Rock Excavation ITrenches) Cy 750 5 250.00 $ 187,500.00 $ 0.01 $ 7.50 S 140,00 5 105.000.00 13 Clay Trench Cuttoffs CY 20 $ 25.00 5 500,00 5 250.00 $ 5.000,00 $ 290.00 S 5,800.00 14 8" PVC (SDR -26) Sewer Main w/Bedding, Marking Tape, and LF 2.330 $ 190,00 $ 442,700.00 $ 85.00 $ 198,050.00 $ 45.00 $ 104,850.00 'tracer Wire 15 8" Ductile (Class 350) Sewer Main w/ Epoxy Lining, Bedding, LF 1.120 $ 290.00 $ 324,800.00 $ 125,00 $ 140,000.00 $ 85.00 5 95,200.00 Marking Tae and Tracer Wire 15 4" Perforated Sch. 40 PVC French Drain w/Fittings, Bedding, and LF :1,450 $ 28.00 $ 40,600.00 $ 30.00 $ 43,500.00 5 14,DO $ 20,300.00 Geotextile Membrane 17 16" Steel Encasement w/ Casing :Spacers and LI' 105 $ 800.00 $ 84,000,00 S 600.00 $ 63,000.00 $ 800,00 $ 84,000,00 End Seals 18 Boring and Receiving Pits (Per EA 1 S 3,000A0 $ 3,000.00 $ 4,000.00 $ 41,000,00 $ 6,600.00 $ 6,fiC10A) Bore 19 Hinged Manhole Frame and EA 13 7 600.00 S 7,800.00 675,00 $ 8,775.00 $ 750.00 S 9,750.00 Cover 20 Standard Depth for Manhole (0- $ 50,000.00 4,800.00 $ 5 2,700.00 $ 2,,000.00 Fi ), 4' Diameter EA 10 $ 5,000.00 $ 48,000.00 21 Additional Depth for Manhole, 4' VF $ $ 12,750.00 S 350.00 r 5 300.0O $ 4,500.00,�.�00.00 Diameter 15 850.00 $ x,7,50.00 _ 2. Standard Depth for Manhole (0 - EA , 5,50000 $ 16,500,00 5 8,000 OG $ 24,000.00 $ 5,800.00 $ Diameter I 3 -7,400.0 21 .Additional Depth for Manhole, 6' VF 38 $ 1,250,00 5 47,500.00 $ 650.00 $ 24,700.00 5 410.00 _ 5 15,580.00 Diameter ITEM Asphalt Drive including Concrete SY ESTIMATEC NO DESCRIPTION UNIT QUANTITY 29 Compacted Class 7 Backfill CY 24 Connect Sewer to Existing EA 2 AMOUNT Manhole Remove and Reinstall Stone Wall LF 25 Concrete Gravity Sewer Pipe EA 24 30 Anchor Swale 1,800.00 26 Tracer Wire Junction Box EA 13 27 Demolish Existing Pump Station LS 1 28 lCut, Remove, and Replace Main I J TOTAL BASE BIf 'Highlighting Notes Corrected Calculation Error CERTIFIM Andrea Asphalt Drive including Concrete SY 40 Deep Patch UNIT 29 Compacted Class 7 Backfill CY 2S PRICE (Trenches) in Asphalt Drives PRICE AMOUNT 30 Remove and Reinstall Stone Wall LF 30 31 Remove and Reinstall Stone LF 30 $ 2,600.00 Swale 1,800.00 $ 43,200.00 32 18" HDPE Flared End Section EA 1 33 Concrete Headwall for 4" TremJi EA 2 $ 1,950.00 Drain _ S 2,600.00 $ 34 Rip Rap, Type 1 CY 10 35 Solid Sad SY 4,000 36 ,Seeding, Fertilizing, and Mulching SY 13,500 37 Sewer Pipeline Markers EA 13 .38 Post TV Inspection of New Sewer LF 3,450 Main I J TOTAL BASE BIf 'Highlighting Notes Corrected Calculation Error CERTIFIM Andrea 12. r2 10 Les McGaugh Date Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Kajacs Contractors, Inc. UNIT UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT $ 3,000.00 $ 6,000,00 $ 2,000.00 $ 4,000.00 $ 1,300.00 $ 2,600.00 $ 1,800.00 $ 43,200.00 $ 1,000.00 $ 24,000.00 $ 1,200.00 $ 28,800.00 5 200,00 $ 2,600.00 5 150,00 $ 1,950.00 $ 200.00 S 2,600.00 $ 26,000.00 $ 26,000.00 $ 10,000.00 $ 10,000.00 $ 3,000.00 $ 3,000.00 $ 145.00 $ 5,800.00 $ 155.00 $ 6,200.00 $ 215,00 $ 8,600.00 $ 40,00 $ 1,000,00 $ 65.00 5 1,625.00 $ 220,00 $ 5,500.00 $ 1,100.00 $ 33,000,00 $ 6,000.00 $ 180,000 00 $ 210.00 I $ 6,300.00 $ 1,000.00 $ 30,000.00 $ 5,000.00 $ 150,000.00 $ 140.00 $ 4,200.00 5 1,200.00 S 1,200.00 5 500.00 $ 500.00 5 1,000,00 S 1.000.00 $ 1,500.00 5 3,000.00 $ 1,275.00 $ 2,550.00 $ 2,600.00 $ 5,200.00 S 35.00 $ 350.00 $ 150.00 S 1,500.00 $ 215.00 5 2,150.00 50 5.00 $ 20.000,00 S 8.00 5 32,000.00 $ 7.00 5 28,000.00 $ 3.00 $ 40,500.00 $ 2.50 $ 33,750.00 $ 1.50 $ 20,250.00 5 200.00 $ 2,600-00 5 150.00 S 1.950.00 $ 120.00 5 1,560.'50. $ 4.00 $ 13,800.00 $ 7.00 5 24,150.00 $ 2.50 $ 8,625.00 $ 1,947,515.00 5 1,600,827.50 5 1,067,000_00 12. r2 10 Les McGaugh Date City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 1101140 — BIDDER'S 0 UAL 1FICATION STATEMENT: Contract Name: Masters Lift Station Elimination Bid 18-55 Construction Date: � � S 0IF Submitted to: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company KAJACS Contractors, Inc. Address (�QX q69 Rd —_ A MO (9390.. Principal OfficeClQi.gfnS�7 1� 63101 Corporation, LLC, partnership, individual, joint venture, other r -1 io-% Arkansas State General Contractor's License Number o y 9 5.0319 For a Contractor to be considered as Qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years active experience under the current Contractor name in the installation of the product bid, including removal and replacement of sewer lines in-situ and parallel with bypass pumping. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted construction operations with a minimum of three (3) projects exceeding five hundred thousand dollars ($500,000) for sewer relocations to accommodate municipal and/or Arkansas State highway improvements. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the experience requirement, or the combined amount of experience of the key personnel that will be responsible for satisfying the experience requirement. 00140 -Bidder Qualifications 00140-1 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 40140 — BiDDER'S QUALIFICATION STATEMENT: (CONTINUED) EXPERIENCE STATEMENT I. Bidder has been engaged as a General Contractor in construction for -2—s --Years and has performed work of the nature and magnitude of this Contract for 25" years. Bidder has been in business under its present name for 2,5' 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/architect contact, amount of contract, surety, and estimated completion date.) A TTS C M,; 0 3. 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.) /9 TT/9C R11r LD 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. "0 5_ Bidder normally performs the following work with his own forces: A/ / -9,x C 4 PT ZY �L �E-ZL L _* Sa •-� _ 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 00140 -Bidder Qualifications 00140-2 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00140—BIDDER'S QUALIFICATIONNSTATENIEN'r: (CONTINUED) 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: Rr W. qUa CotE„� S 33V amr-6,9 Pow -k , K5 6�91 ( - Bidder's Workmen's Compensation Experience Modifier Factor is: .0 0 FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: L 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. 00140 -Bidder Qualifications 00140-3 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 00140 —1311)1)FR°S QUALIFICATION STATEMENT: (CONTINUIPD 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: a. b. Judzment Creditors Wltere Docketed and Date Amount 0 Bidder hereby represents and warrants that all statements set forth herein are true and correct. .}k Date:_C �� 20J_? (OFFICIAL SEAL) Name of Organization: "ACS Contractors, Inc. By Title ... -. (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 or LLC, 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 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FORM Contract Name: Masters Lift Station Elimination Bid Number: 18-55 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: KAJACS Contractors, Inc. Bidder: ARTICLE 1- 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 with the Bonds 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 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination 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 Date A "t., � 1 NO, 14, � 00 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 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination 20_CUMENT 0400-8111) FORM_(continucd) 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, 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. 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 terms 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. Bidder has given Engineer 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. I 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 0400 -Bid Form 00400-3 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination OCLIMENT O400 -BID FORM continued induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. 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. 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 004004 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DO!gUMENT 0400 -BLD FORM(can Iinucd) BID SCHEDULE 1 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL I Performance and Payment Bond 1 LS 60, Ooo.od So, C)ao. C) O 2 Construction Erosion Control 1 LS $0 oc) SCS, 000. U c7 3 Clearing and Grubbing 1 I LS 114(;j O&O. y 1140,,(20 0. 4 Excavation and Trench Safety 1 LS 20 OLO. O 6 tl . a 5 Acess Drive including Geogrid Grass Pavers 1 LS sC7 O n Q 6 Sanitary Sewer Trenching & Backfilling 4'- 8' 1,521 LF of ,r oz) 7 Sanitary Sewer Trenching & Backfilling 8'- 12' 724 LF 30-00 a 1 -7,10 , o 0 8 Sanitary Sewer Trenching & Backfilling 12'- 16' 370 LF tio, vU Oo. OG 9 Sanitary Sewer Trenching & Backfilling 16'- 20' 241 LFv� r -d. ,jo I'2 075'a. (F z7 il- 10 Sanitary Sewer Trenching & Backfilling 20'- 24' 391 LF 20. UL) 3 11 Sanitary Sewer Trenching & Backfilling Over 24' 98 LF I ft, Oa 1W 700, 0v 12 Rock Excavation (Trenches) 750 CY (t{ 0.0 U 1 OSS Va 0. O a 13 Clay Trench Cuttoffs 20 CY 4q V-02) 5'f VZ%n. CD 0 14 8" PVC (SDR -26) Sewer Main wMedding, Marking Tape, and Tracer Wire 2,330 LF C{� -tl0 044 86-0. 0 0 15 8" Ductile (Class 350) Sewer Main w/Epoxy Lining, Bedding, Marking Ta e, and Tracer Wire 1,120 LF 8 3':tl o Q S p, p -J 16 4" Perforated Sch. 40 PVC French Drain w/Fittings, Bedding, and Geotextile Membrane 1,450 LF 14.00 3OV. 00 17 16" Steel Encasement w/ Casing Spacers and End Seals 105 LF 00. do y ()00. OV 18 Boring and Receiving Pits (Per Bore) 1 EA 00.0 6 6 00. OD 19 Hinged Manhole Frame and Cover 13 EA '7 5-0. W d J 0400 -Bid Form 00400-5 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 4400 -BID FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 20 Standard Depth for Manhole (0-6'), 4' Diameter 10 EA a 101. u '� a 21 Additional Depth for Manhole, 4' Diameter 15 VF jd, u0 22 Standard Depth for Manhole (0-6'), 6' Diameter 3 EA S $pd , d J j 1 ca -o 23 Additional Depth for Manhole, 6' Diameter 38 VF y 10. 00 J19 S80. tP 24 Connect Sewer to Existing Manhole 2 EA 13 pd, o J d O. o O 25 Concrete Gravity Sewer Pipe Anchor 24 EA 000 , 0 t! 26 Tracer Wire Junction Box 13 EA Rod. (jJ a da- 0 27 Demolish Existing Pump Station 1 LS OdO�02) 28 Cut, Remove, and Replace Asphalt Drive including Concrete Deep Patch 40 SYI S: 00_60(j. dt7 29 Compacted Class 7 Backfill (Trenches) in Asphalt Drives 25 Cy a a,d . d d S s-001013 30 Remove and Reinstall Stone Wall 30 1 LF a10. 06 36 D, L) 31 Remove and Reinstall Stone Swale 30 LF ) 40. OL) a p0. D J 32 18" HDPE Flared End Section 1 EA Cts i (7Q D. c2 u 33 Concrete Headwall for 4" Trench Drain 2 EA q. o6.00 34 Rip Rap, Type 1 10 CY a 15. Ou a 15-0-00 35 Solid Sod 4,000 SY r`1. UO �'j 00d. v 0 36 Seeding, Fertilizing, and Mulching 13,500 SY 1 1.50 '40 O U 37 Sewer Pipeline Markers 13 EA i 1j. ')0 1 S 17d. 0 -0 38 Post TV Inspection of New Sewer Main 3,450 LF S d 6 �S • a d TOTAL AMOUNT B11D (SCHEDULE 1) 04-1, OOU . 00 _ � o�A-s 0400 -Bid Form 00400-6 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FORM continued The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1. ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of S° a Of 0 dYDollars ($ ) 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: Email Phone No. Fax No. S -13 - IS W,3f-] 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. 0400 -Bid Form 00400-7 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FORM (continued) ARTICLE 9- CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: DOCUMENT 0400 -DID FORM contlnuetl 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 sub -contract awarded in excess of $10,000 and I 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 company 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 company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. 0400 -Bid Form 00400-8 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FOR -.11(co ntin tied) PROCUREMENT PROHIBITIONS As required by 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 goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 0400 -Bid Form 00400-9 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FORM continued 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on 411.1 , 2018 Arkansas State Contractor License No. 0 (1(4qq S 0 3 S g If Bidder is: An Individual Name (typeor d): p GQ�l' � _Ll � am 5 By: SEAS.) (Individual's Signature) Doing business as: KAJACS Contractors, Inc. Business address: 9 0 1&S2X W_... 0 9 6-- %Lc 010 113 fo a Phone No: 5"73 -'78'9'- 1'711$7 Fax No. 573 - -A S- 1•a3 Email Address: f� w illi Ow, a Q- KAw C,,r.s - c 0 ►Y, A Partnership Partnership Name Bv: (Signature of general partner -attach evidence of authority to sign) Name (type or pri Business address: Phone No: Fax No. Email Address: 0400 -Bid Form 00400-10 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOCUMENT 0400 -BID FORM (con iuued) A Corporation or Limited Liability Company „(LLQ KAJACS Contractors, c.. Corporation Name: in(SEAL} State of Incorporation: M -0 Type (General Business, Professional, Service, Limited Liability): Cc)_ A P, By: (Signature -attach evidene of authority to sign) Name (type or rinted): pr -n S Title: (CORPORATE SEAL) Attest: (Signatureof or sate Se�ary) F Business address: Phone No -.-S-13 --7d?S" - I r) 4 5' Fax No. S93 -74-r- o3') Email Address: en� i ��I,D_(i��5, CcY- 0400 -Bid Form 00400-11 November 2018 City of Fayetteville, Arkansas Masters Lift Station Elimination DOC[ ]-,VlR *IT 00.110 -- BID BOND KNOW ALL MEN BY THESE PRESENTS: that we KAJACS Contractors, Inc. 1 Innwood Circle, Suite 210 Little Rock, AR 72211 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 a corporation duly organized under the laws of the State of C_nntte;c[irut as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of ***FIVE PERCENT OF TOTAL AMOUNT BID*** Dollars ($ 5% y, for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for. Masters Lift Station Elimination, Bid No. 18-55 NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance 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 Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay, to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 -Bid Bond 40410-1 November 20 18 City of Fayetteville, Arkansas Masters Lift Station Elimi.natlon DOCUMENT 00410 —131D BONI) (continued) which the Owner 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 5111 day of December 2018 PRINCIPAL KAJACS Contractors, Inc. By _ZZ00 C -r.2 - c-- Xe 4 SURETY Travelers Casualt ant Surety Company ot'America B%aseylvi. artsoff, Attomey-in-Fact (CORPORATE SEAL) ATTORNEY-IN-I'GT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 00410 -Bid Bond 00410-!2 November 2018 TRAVELERS) Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTOR14EY ety t America, Travelers Casualy and Su Paul y. and Sl wreLand Marine i AL MEN BY surae eRCompany are lcorpoal ons duly organ,2ede indeTravcicm Casualty and Surty rtthe laiparlyws of tilt, Slate of Connecticlut (t5^Frejnr collectivelyncalled the "Cam panies" ), and that the Companies do hereby make, cctnsllluIa and appoint Casey M. Parisoff, of ovorlaItd park, Kansas, their true and lawful Attomey-In-Fact to sign, execute, sea] and acknowledge any and at bonds. re cog nizances. cand ioonat 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 conlracls and executing or guaranleeing bands and un deIto kIng s required or permitted in ally actions or proceedings at to wed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. �S1%tr�'D,� w tWl •y � �' Sin Slate of Connecticut J By Robert L. Raney, Sefrfor Vire President City of Hartford ss. On chi; the 3rd day of February, 2017, before me personallY appeared Robort L. Raney, who acknowledged himself to be the Senior Vice President of thia vel o[ he,ras u h (being authorized sotode, execof Am uted the orlers egeir g� strusua m enc for the purposers (herein contained by signing on behalf oftCam parly, -an of he corporations by himself as a duly authorized officer. In Witness Whereof, 1 hereunto set my hand and official seal, ga,Yer� My. Com miss ton expires the 30th day of Juno. 2021 Marie C. Tetreault, Notary Public * puet.wS* ans Z1130pled by the Boards at rectors f Travelers sualty This Power of CompanyofAmerica. Travelers is Casualtythe authority of the and Surety Company' and St, Poolowing trFire w14 Marine Insurance Company, whrich resolutions nare now in full force and effect, reading as follows-. RESOLVE[), Thal the Chaimian, the President, any Vicom Chairman, any Executive Vice President, any Senior Vice Pre sideral, 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 a her certiflcaIs of authority may prescribe to sign with the Company's name and seal with the Company's seat bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recogni2once. or condIlion Di undertaking, and any of said officers or the Board of Directors al any lime may remove any such appointee and revoke the power given him or her; and It is FURTHER RE50LVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President. any Senior Moe 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 wri[Ing and a copy thereof is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, con [raPI of indemnity, or writing obligatory in Ilie nature of a bond, recognizance, or conditional undertaking shag be valid and binding upon The Campany when (a) signed by the President, any Vice Chairrnan, any Executive Vice President. 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 vA[h the Comparry's seal by a Secretary or Assistant SecraIasy, or (b). duly exe,uled (under seal, d required) by one or more Attorneys -in -Fac[ and Agents pursuant to the power prescribed in his or her cerfirwale or their certificates of authority or by one or more Company officers pursuant to a writ len delegation of authority; and I is FURT1iER RESOLVED. that the signature of each of the following officers: President, any Executive Vice Pres Id en 1, any Senlor 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 cerlificale relating thereto appointing Resident Vice Presidents, Resident Assi,tant Secretaries orAtlarneys in Fact For purposes only of executing and allesktng hands and undertakings and vthervrritings obligal0ry In the nature Ihereof, and any such Power of Attorney a certificate bearing such facsimile signature or facsimlle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile s[gnalure and facsimile seal shall be valid and binding on the Company In the future with reaped to any bond or understanding to which ii Is attached. t, Kovin E. Hughes, lha undersigned. Assistant Secretary of Travelers Casually and Surely Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Campan'res. Wlich remains in full force and effeH. Dated this 5th day of December 2018 3rrorg : `wrcrrwa. = =MR calls r c�ai SFA�. �'y ,•'� ��s �� JAKein E H�Plll,retary To verily l he authenticity of this power ofAttorney. please callus at 1-800-421-3880. please refer to the above-named Attorney -/n -Fact and the details of the bond to whlclr the power is attached. City of Fayetteville, Arkansas Masters Lift Station Elimination 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: Masters Lift Station Elimination Bidder certifies that all Subcontractors listed are eligible to perform the Work. i3.1?c«r�t�;rctnr'_ Work Subcontractor's Name and Address Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Manholesx� Material Testing Ki -a -!T&-r6- a Other (designate) _ Expected Percentage or Value NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 00430 -List of Subcontractors 00430-1 November 2018 KAJACS Contractors, Inc. Poplar Bluff, Missouri FINANCIAL STATEMENTS November 30, 2017 KAJACS Contractors, Inc. Poplar Bluff, Missouri November 30, 2017 CONTENTS Financial Section: Independent Auditors' Report 1-2 Financial Statements: Balance Sheet 3-4 Statement of Income 5 Statement of Comprehensive Income 6 Statement of Stockholder's Equity 7 Statement of Cash Flows 8 Notes to Financial Statements 9-16 Supplemental Information: Schedule D(SCClRIMM 1 Summary of Earnings from Contracts 17 2 Completed Contracts 18 3 Contracts in Progress 19 4 Schedule of General and Administrative Expenses 20 5 Summary of Indirect Construction Costs 21 MM -1-8 Board of Directors XAJACS Contractors, Inc. Poplar Bluff, Missouri KRAFT, MILES & TATUM, LLC CERTTFLED PUBLIC ACCOUNTANTS 165U WEST HARPER. POPLAR GLUiT. MISS()[ iRI 67901-4196 (571)-7AS-"1® FAX (571) 785.0114 INDEPENDENT AUDITORS' REPORT Report on the Financial Statements We :have audited the accompanying financial statements of KAJACS Contractors, Inc., (an S corporation), which eomptise the balance sheet as of November 30, 2017, and the related statements of income,. comprehensive income, stockholder's equity, and cash tlows for the year then ended, and the related. notes to the financial statements. Management's Responsibility for the Financial Statements %11anagemetzt is responsible for the preparation and fair p.resent flon of these financial statements in accordance ,%vitli accounting principles generally accepted in the United States of America, this includes the design, implementation, and maintenance of internal control rdcvant to the preparation and fair presentation of finandid statements that are Free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an Opinion orf these financial sracements based on our audit. We conducted our audit in. accordance with auditing standards nerally accepted is the United States of America ge. '!'hose standards require that we plan and petform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgncnt, including the assessment of the risks of material misstatement of the financial statements, -whether due to fraud or. error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the: circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes -evaluating the appropriateness of accounting policies used and rhe reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of KAJACS Conrractors, Inc., as of November 30, 2017, and the results o.F.its operations and its cash flows for the year then ended in conformity with accounting principles generally accepted in the United States of America. MEMBERS • AMERICAN IN5TI'YUI1 OF C'ERTIFE1iD PUBLIC ACC OUN TANTS MISSOURI SOCIETY OF CERTIFIED PUBLIC ACCOUNTANTS Report on Supplementary Information Our audit was conducted for the purpose of forming an opinion on the financial statements :as a whole, The supplementary information presenter) in Scllcclules I through 5 is presented for purposes of additional analysis. and is not a. required pare of die financial statements. Such .inlnrrnatiUit is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to ptcpare the financial statements. The information lass been subjected to the auditing procedures applied in the audit of ncc financial statements and certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used -m prepare the financial statements or to the financial statements themselves, and other additional procedures in accordance with auditing. standards generally accepted in the United States of Am, erica. In our opinion, the i:zfoimadon is fairly stated in all material respects in relation to the financial statements as a whole: 7,r LL-�— Certified Public Accountants l"ckDruar�- 2?, 2018 KAJACS Contractors, Inc. Balance Sheet November 30, 2017 ASSETS Current assets: Cash and cash equivalents $ 821,252 Accounts receivable: Current billings on contracts 1,774,883 Retainages on contracts 822,646 [Wated party. 52,049 Costs of castimated earnings in excess of _ 239,122 billings on uncompleted contracts (Note 4) 494,580 Prepaid expenses, 6.272 Total current assets 3.971.682 Noncurrent assets: Property and equipment: Building and improvements 476,585 Equipment 5,275,770 Vehicles 537,122 Office equipment _ 239,122 6,528,599 Less accumulated depreciation . .... 4,631 87� Net property and equipment L896 Investments 381, Total assets 6�2- - 1�78 The accompanying notes are an integral part of these financial statements. 3 KAJACS Contractors, Inc. Balance Sheet November 30, 2017 I.IABTLITJE,S ►1ND 5HA1 EHOLDER51 EQUITY Current liabilities: Accounts payable $ 1,911,739 Billings in excess of costs and estimated earnings on uncompleted contracts (Note 4) 291,317 Current maturities of long-term debt (Note 6) 559,843 Accrued wages 59,703 Accrued expenses _ 85,660_ Total current liabilities _ 2,908,262 Long-term liabilities: Long-term debt (Note 6) 2,539,289 Less current maturities J559.$43� Total long-term liabilities 1.979,446 Total liabilities __4 .$87,708 Shareholders' equity: Common stock - $10 par value; 3,000 shares authorized, 2,200 shares issused and outstanding 22,000 Additional paid in capital 825,647 Retained earnings 409,478 Accumulated other comprehensive income 105,145 Total shareholders' equity ~ 1,362,270 Total liabilities and shareholders' equity $$ 6,2 The accompanying notes are an integral part of these financial statements. 4 KAJACS Contractors, Inc. Statement of Income For the Year Ended November 30, 2017 Conract revenues earned $ 18,314,592 Contract costs 16,304,827 Gross profit 2,009,765 General and administrative expenses 1.49 289 Net income from operations 51.5,:476 Other income and (expense): Interest expense (131,816) Investment and interest income 11,687 (Loss) on disposal of property, plant, and equipment (8,070) Miscellaneous 340 Total other income and (expense) (127,859) Net income 387617 The accompanying notes are an integral part of these financial statements. 5 SAJACS Contractors, Inc. Statement of Comprehensive Income For the Year Ended November 30, 2017 Net income Other comprehensive income Unrealized gain on investments Comprehensive income 387,617 9.340 S 416,957 The accompanying notes are an integral part of these finandal statements. 6 a� 90 0 u E u U 00 ~ `n CV � .N M w VJ Q 3.1 oro M N N 4J 0 �nz.01 � M U ob a �bW �n DD k 00 ~ `n CV � .N M r oro M N N ON � M �n DD k Ln r O M L O oro 00 pp �i r r N 00 N 0 CD CD 0 _ Ntti c O N ' � N N N a� N a O � a a� u pq E - KAJACS Contractors, Inc. Statement of Cash Flows For the Year Ended November 30, 2017 Crash flows from operating activities.- Net ctivities: Net income 5 387,617 Adjustments to reconcile net income to cash (1,050,638) provided by operating activities: 750,520 Depreciation 362,163 Gain on disposition of property and equipment 8,070 (Increase) decrease in: (517,050) Accounts receivable 113,367) Retainage receivable 61,624 Employee advances 5,6"19 Affiliates receivable 223,674 Costs and estimated earnings in excess of billings (229,692) Increase (decrease) in: Accounts payable (440,030) Accrued payroll 59,700 Billings in excess of costs and estimated earnings (13,361) Accrued expenses( 17,3,$61) Net cash provided by operating activities 138,156 Cash flows from investing activities: Purchases of property and equipment (613,322) Proceeds on disposal of property and equipment 25,931. Purchase of investments _ 0, 163) Net cash used in investing activities T (596,554). Cash flows from financing activities: Proceeds from long-term debt 2,381,319 Payments on long-term debt (1,050,638) Net proceeds on bank line of credit 750,520 Payments on bank line of credit (1,869,722) Distributions to stockholder 2S,529 Net cash used in financing activities (517,050) Net decrease in cash and cash equivalents (975,448' Cash, beginning of year _ 1,796, ui 1 Cash, end of year 58� 21,252 Supplemental disclosures: Cash paid during the year for: Interest $ 131,816 Non-cash financing activities: Stockholder distributions of affiliates receivable 22 s,67174 The accompanying notes are an integral part of these financial statements. 8 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES A. 'r a n : s usiness si[1 i 'LL' KA_J ACS Contractors, Inc., (the Company) operates a heavy general contractor speciali7.ing in municipal and utility constructions projects. Work is performed under the cost -plus -.fee contracts, fixed-price contracts, and fixed-price contracts modified by incentive and penalty provisions. The length of the Company's contracts varies, but is typically one yeas or less. Contract work is performed principally within the Company's immediate geographic area which includes Missouri, Alabama, Arkansas, Mississippi, and Tennessee. Tile preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results c+7ulcl di fFer from those estimates. C. Reye LIC a {)Cr C]d ) Revenues from fined -price contracts, fixed-price contracts modified by penalty provisions, and cost -plus - fee contracts are recognized on the percentage -of -completion method, measured by the percentage of costs incurred to date to estimated total costs for each contract. This method is used because management considers expended costs to be the best available measure of progress on these contracts. Because of inherent uncertainties in estimating costs and revenues, it is at least reasonably possible that the estimates used will change. Contract costs include all direct material, subcontractors, labor costs, and equipment costs and those indirect costs related to contract performance. Selling, general and administrative costs ate charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are dctermincd. Changes in jab performance, job conditions, and estimated profitability may result in revisions to costs and income recognized in the period in whirls the revenues are determined. Changes in estimated job profitability resulting From job performance, job conditions, contract penalty provisipq$, cllaims, change orders, and setdetnents are accounted for as changes in estimates in the current period, pwfit incentives are included in revenues when their realization is reasonably assured. Claims are included in revcnucs when realization is probable and the amount can be reasonably estimated. The asset, "Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts," represents revenues recognized in excess of amounts billed. The liability, "billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts," represents billings in .excess of revc_nucs recognized. KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 D. i't ncentratiora ' [ rr�lir fii_l. Contract revenues from three contracts in 2017 represented approximately 59% of total contract revenues for the year ended November 30, 2017. The contract accounts receivable from these contracts were $656,050 as of November 30, 2017. The Company's credit risk with respect to cash and cash equivalents relates to deposits in excess of Federal Deposit Insurance Corporation (FDIC) insurance guarantees. The deposits in excess of FDIC insurance guarantees is covered by collateral held by the Company's agent .in the Company's name. E. C. sh and Casalcnts The Company treats highly liquid short-term investments with a maturity of three months or less as cash equivalents. At times, cash balances may be in excess of the FDIC insurance limits. F. Accounts Rect iva lle - Contract. Contract receivables have been adjusted for all known uncollectible amounts. An allowance for doubtful accounts has not been established as the amount is considered immaterial. The company grants credit to customers, substantially all of whom are state agencies, municipalities, local contractors, and owners. The Company does not require any collateral to secure its contract receivables. Payment is generally required 30 days after receipt of ail invoice, except retainage, which is due upon completion of their contract. All invoices are considered late after their agreed upon terms based upon their contract. Accounts past due more than 90 days, except retaking, are individually analyzed for collectability. When all collection efforts have been exhausted, the account is written off. Contract receivables amounted to $1,774,883 and retainage receivables totaled $822,646 for the year ended November 30, 2017. G. Investments The Company's investments are accounted .for as available -for -sale. Investment securities available -for - sale, consisting of securities not classified as trading; securities oras securities to be held to maturity, are reported at fair value. Unrealized holding gains and losses on securities available -for -sale arc reported as comprehensive income as a net amount in a separate component of stockholder's equity until realized. Gains and losses on the sale of securities available -for -sale are determined using the specific - identification method. H. Proper y and rz �me'r�}.0 Property and equipment is cai.ried at cost and depreciation is provided principally using straight line method over the estimated useful lives of the asset. The estimated useful lives are as follows: 10 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 Building and Improvements 7 to 30 years Equipment 7 years Vehicles and Office Equipment 5 years Depreciation is charged to construction costs if related to contracting activities; otherwise it is charged to general and admitsistradve expenses. Depreciation expense for the year ended November 30, 2017, totaled $362,163. I. Fair s. The: Company categorizes its assets and liabilities measured at fair value into a three-level hierarchy based on the priority of the inputs to the valuation technique used to determine fair value. The fair value hierarchy gives the highest priority to quoted prices in active markets for identical assets or liabilities (Level 1) and the lowest priority to unobservable inputs (Level 3). If the inputs used to the determination OF the fair value measttrernent fall within different levels of the hierarchy, the categorization is based on the lowest level input that is significant to the fair value measurement. Assets and liabilities valued at fair value are categorized based on the inputs to the valuation technique as follows: Level I - Inputs that utilize quotes prices (unadjusted) in active markets for identical assets or liabilities that an entity has the ability to access. Level2 - inputs that include quoted prices for similar assets and liabilities in active markets and inputs that are observable for the asset Or. Rbiiity, either directly or indirectly, for substantially the full term of the financial instrument. Fair values for these instruments are estimated using pricing models, quoted prices of securities with similar characteristics, or discounted cash flows. Level 3 - Inputs that are unobservable for the asset or liability, which are typically based on an entity's own assumptions, as there is little, if any, related market activity. Subsequent to initial recognition, the Company may remeasure the ca -Tying value of assets anis liabilities rncnsure: on a nonrecurring basis to fair value. Adjustments to .fair value usually result when certain assets are impaired. Such assets are written down from their carrying amounts to their fair value. J. tnconie T,es The Company and its shareholder elected to be subject to the S corporation provisions of the Internal Revenue Code. Accordingl}-, all income or losses and applicable tax credits are reported on the shareholder's individual income tax returns. 11 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 K. Subscuuen� t Eves In preparing these financial statements, the Company has evaluated events and transactions for the potential recognition or disclosure through February 27, 2018, the date the financial statements were available to be issued. NOTE 2 - FAIR VALUE MEASUREMENTS The Company uses fair value measurements to record fair value adjustments to certain assets and liabilities and to determine fair value disclosures. For additional information on how the Company measures fair value refer to Note 1 - Summary of Significant Accounting Policies. The following table presents the fair value hierarchy for those assets and liabilities of the Company measured at fair value on a recurring basis as of November 30: Assets: Securities Available -For Sale Total Level Level Level Total 381.570 381,570 5 381,570 - 381,570 Securities available -for -sale are recorded at fair value on a recurring basis. Fair value measurements is based upon quoted prices. Marketable securities valued using Level 1 inputs include those traded on an active ckchaiige, such as the New York Stock Exchange. NOTE 3 - INVESTMENT SECURITIES AND OTHER COMPREHENSIVE INCOME The carrying amounts of investment securities as shown in the accompanying balance sheets and their approximate fair values at November 30, 2017 are as follows: Gross Gross Amortized Unrealized Unrealized Fair Cost Gaits Losses Value St;cumics Availabk_-fhr-,Sa1cEquities and and Mutual Funds S 276,425 105,145 381,570 Total $ 276,425 105,145 381,570 The Company, if nccded, has the ability and intent to hold any investments with gross unrealized losses For a reasonable amount of time sufficient for a. forecasted market price recovery. Therefore, the Company does not consider these investments to be other -than temporarily impaired. The determination of other comprehensive income for the year ended November 30, 2017 is as follows: Unrealized Gain on Securities Available -for -Sale 12 105, 145 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 4 - COSTS, ESTIMATED EARNINGS, AND BILLINGS ON CONTRACTS IN PROGRESS Costs incurred on uncompleted projects Estimated gross profit Contract revenues earned Less: Billings to date Total Reported in the accompanying balance sheet as follows: Costs and estimated earnings in excess of millings on uncompleted contracts Billings in excess of costs and estimated earnings on uncompleted contracts Total NOTE 5 - BANK LINE OF CREDIT 1(?;81iti,91 913 ills 11,749,061 $ 203.263 494,580 (291,317) S 0.11263 At November 30, 2017, the Company has one line of credit agreement with a bank that provided for a total borrowing; limit of S -a,000,$20, Interest on the outstanding draws accrue at rates 4.75°/o and is paid monthly. Any -outstanding draws on the lines are due at maturity. The loan tnatures]anuary 2019. The note is secured by property and equipment and the unlimited guarantees of the sole shareholder. Outstanding draws total $0 at November 30, 2017. NOTE 6 - LONG-TERM DEBT' Long-term debt consisted of the following notes payable at November 30, 2017: Note payable to a bank, collateralized by property, equ.ipmesat, inventory anti accounts receivable due in moral ly installments of $10,440 including interest of 5.00°/* through November 2021. $ 452,182 Note payable toa bank, collateralized by equipment due in monthly installments of $535 including interest of 5.00"/t- through September 2021. 22,330 Note payable to a bank, collateralized by property, equipment, inventory and accounts mccivable due in monthly installments of $28,352 including interest of 5.00% through December 2_022. 1,519,498 13 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 Other noise payable to a finance company, collateralized by equipment due in monthly installments of $280 including interest of 6.00% through March 2018. 3,529 Noce p:iyable to a bank, collateralized by equipment due in monthly installments of $3,613 including interest of 5.25% through February 2021. "129,255 Note payable to a bank, collateralized by equipment due in monthly installments of $3,058 including interest of 5.25% through February 2020. 77,5=41 Note payable to a bank, collateralized by equipment duc in monthly installments of $2,198 including; interest of 5.50% through April 2021. 82,706 Note payablc to a bank, collateralized by equipment clue in monthly installments of $3,678 including interest of 5.50% through June 2019. 66,601 Note payablc to a bank, collateralized by equipment duc in monthly installments of $777 including intcrest of 5.50% through July 2022. 38,246 Note payable to a bank, collateralized by equipmencdue in monthly installments of $3,482 including interest of 5.25% through April 2021. 147,401 Total $ '? Annual maturity requirements on long-term debt for the next five years as of November 30, 2017 are as follows; Year 1,ndi ljl, November_ 30. A oun 2018 ±a 559,843 2019 567,396 2020 542,418 2021 508,9 12- 2022 334,776 14 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 7 - OPERATING LEASE AGREEMENTS The Company leases various vehicles and equipment under operating leases, including related party rents disclosed in Note 10. For the year ended November 30, 2017, rent expense on these items totaled $820,708 and is included in contract costs and operating expenses in the statement of income. Future minimum lease payments are as follows as of November 30, 2017: Ycar ltindin • ov °ether 3i1 Amount 2018 s 1,380,431 2019 11298,202 2020 704,338 2021 637,913 2022 557,067 NOTE 8 - FEDERAL INCOME TAXES Taxable income is reported on the federal income tax returns of the individual shareholders. Accordingly, no provision has been made for federal income tax in the accompanying financial statements. The taxable income/loss is passed through to the shareholder at November 30, 2017. For the year ended November 30, 2017, the company distributed $728,529 to its shareholder. Subsequent to year-end, management has plans for additional distributions of $0 based on the earnings recognized during the period ended November 30, 2017. Because of various timing differences, income is recognized in different perik As for tax -reporting purposes ilian For Financial statemcm purposes. The deferred taxable income and resulting.dcfcrred taxes that would have been recognized if the Company were not considered a pass-through entity are comprised of the following: Differences in depreciation methods Total 15 Tinning Defcrred Diffcrcnces BE= S_ 3i3'2163 92,065- 3 313,263 92,065 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 9 - RELATED PARTY TRANSACTIONS Thu Company leases propertyr and equipment front a partnership, as needed on a job -by -job basis, the partner of which is the sole shareholder of the Company. Total lease payments announced to $445,300 for the year ended November 30, 20'17, and are included as "Contract Costs" in the statement of income. At November 30, 2017, the Company had a payable of $41,235 to this Company for the purchase of supplies. These amounts are included in the balance sheet and in the accounts receivable and accounts payable, .respectively. The Company also purchased materials and supplies from this Company in the amount of $217,00 for the year ended November 30, 2017. Management docs not consider these companies to be variable interest entities. The Company is not the primary beneficiary of the enrities and/or the entities have sufficient capital to absorb any future losses, Therefore, the Company does not consolidate the accounts of the entities with the Company. The Company has a receivable from arelated party of $52,049 with no interest, due on demand, for the year ended November 30, 2017. Collection is fully expected within a year and accordingly, is presented as a current asset. NOTE 10 - PENSION AND PROFIT SHARING PLAN The Company adopted a 401(k) pension and profit sharing plan effective May 1, 1999. Employees may participate in the plan after completing a certain age and employment req►urements. Qualified participants may elect to defer a percentage of their compensation. Discretionary matching contributions may be made by the Company and may not exceed the lesser of 51/a of the participants compensation or an amount equal to the difference between the maximum allowable 401(k) contribution for the employee and the amount of compensation deferred by the employee, Additionally, the Company may elect to contribute a lump -sum discretionary amount to the plan which is allocated to all eligible participants. Contributions were made in the amounts of $47,326 to the plan for the year ended November 30, 2017, 16 Schedule 1 SAJACS Contractors, Inc. Summary of Earnings From Contracts Year Ended November 30, 2017 See Independent Auditors' Report 17 Construction Contract Gross RevenAu CoStS Pq)F1 .!7 4 Completed contracts (Schedule 2) $ 6,509,417 6,353,243 156,174 Contracts in progress (Schedule 3) 11,749,061 10,805,913 943;148 Over allocated equipment costs (Schedule 5) (720,472) 720,472 Prior year contract adjustments 5(.,114_ (133,857) 189 71 Totals 18, $314,592 16,827 _ 2,009,765 See Independent Auditors' Report 17 7 y in N u"i O o0 00 Le) N oo r- Lf) l- M 4 M l� OO ol .� tpp� -i, M .r ° 00 V C, \0 000 '�t M C*l cq � O w G, O O N M NM V M M,I- 1 a l N t- 00 \0 \0 00 r 00 N In O V V) C to Lr M V ON N t � . 00 l r— N r -t M N �S v "C C w M Lf) I' \0 N o tt C0 r� (� 00 00 N Ln O V u'1 ul V —1 t-- d' N O0 00 [ % I 00 Iq I!• 0 N l� O M to +-4 Lr r- C �y en ! V' G\ O\ r-4 W O O N V O Vn t- o L O.'' M In Lp 0 oc r fV M M 00 N � C7 as n r- c Ni c '~ c yn 000 �t In o l.n -r N O -.t C cq , W 00 c ~ ? r fi P+ ' 4 G co .n o CN ,= in c� N Gn cc \0 —I CN I r t� c. cr oo r -ta? rt n�j v Oo e^ ir; c1 C; M — V' N oo In v U') N ON Lr)M CN N Ono Lf) .Ni s� 0 o oc r" r d•" oo r cs N n (� �, G� r 'M 00 M b cc r`l r <r 00 0 C r Cc� n i n rn `? 00 oo N r •- cr In Lr) \1? .() n �n `qr U E� U N o c .^ - N r1• 00 -} rn i. n O H j C U M � 'T r ^ ri, 10 O cE tVl f� cc cn N rr' r u a: i^ c7 = in r• �a it N L1Cl 00 c In V -r c� w d y N u v Oy C (Uv O N u a, .1 t— O O "I u cdu cd Av O O C, " a 4-,o U ' u Q4 �, �, +, v ° � vw C � 0I PL4 V � g F� U 0 A o p -o cd u6 V) o C O `� M V v' 8 Pq ° o H R N NCN �+ �n M M f N QW4CI n h In J 0 N a n $ 10 m M a r C7 Fd ON r 12 v VU 1.1) --N0000 rl c I M 't rl v� in ell 00 U "F oc r �o C>r l � In In 1 o .- n c CD CiA M M n v .a 00 M r- < rl M1 O C O N N p e X d rn •! ldn O t�l��aa 00 LrL 00 In g a coi M In 00 r l�f d N b N y N p C11 CD Cl CI Ir,l {+ r rt n ul Cl CI N LI r i V � �•I r in v � � •D a yI V V Y �/ !d a a to V F va-wu Ba a A w 1 �a �3 cg � c� a a:;�>: ✓ w ID oc r1 eq h c 0N1 l' F Go co �y In ` ti +� IC ocO C In 00en In v oo In M N lf� N lMn M M Ii l •��•JJI In In oo Irl Rl t V e� phi W h In W G1 In ood O O In I PG Inoo ~ N ~ h N N .o }Pl yp rU',�JI oo --r l z r oo v N In o M M C •^o lA r• r• c� to lA r 1 c� G iri t * n `.n0 -Ni ' c o N R N NCN �+ �n M M f N QW4CI n h In J 0 N a n $ 10 m M a r C7 Fd ON r 12 v VU 1.1) --N0000 rl c I M 't rl v� in ell 00 U "F oc r �o C>r l � In In 1 o .- n c CD CiA M M n v .a 00 M r- < rl M1 O C O N N p e X d rn •! ldn O t�l��aa 00 LrL 00 In g a coi M In 00 r l�f d N b N y N p C11 CD Cl CI Ir,l {+ r rt n ul Cl CI N LI r i V � �•I r in v � � •D a yI V V Y �/ !d a a to V F va-wu Ba a A w 1 �a �3 cg � c� a a:;�>: Schedule 4 YAJACS Contractors, Inc. Schedule of General and Administrative Expenses For the Year Ended November 30, 2017 Advertising 18,316 Auto and truck 20,384 Contributions 1,334 Dues and subscriptions 61,588 Insurance 5,050 Insurance - officer's life 272 Office expenses 285,353 Payroll burden 68,726 Plans 10,231 Professional fees 89,853 Rent - building 19,859 Repairs and maintenance 22,487 Salaries 500,133 Taxes and licenses 234,698 Telephone 34,243 Travel and entertainment �_ 121,762 Total general and administrative expenses 1 See Independent Auditors' Report 20 Schedule 5 KAJACS Contractors, Inc. Summary of Indirect Construction Costs For the Year Ended November 30, 2017 Salaries and payroll benefits: Vacation pay 26,803 Employee bonuses 68,572 Employee benefits 212,633 308,008 Allocation of payroll costs 308.008 Construction equipment costs: 820,708 Rental equipment, net of subleases Repairs and maintenance 134,848 Depreciation 362,163 66,583 Insurance - general 3,514 Small tools and supplies Shop labor and burden 224,608 Other shop expenses 140.040 1,752,464 Allocation of equipment costs .2.780 944) (1,028,480) Under (over) allocated costs See Indepedent Auditors' Report 21 Bid 18-55, Addendum 1 Date: Friday November 16, 2018 To: All Prospective Vendors From: Les McGaugh-479.575.8220—li-ncgaugh@fUetteville-ar.gov CITY OF RE: Bid 18-55, Construction — Master's Lift Station Elimination F AY lE T T E V I L L E ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BODERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. Attached is the Engineer of Record's Addendum 1. 2. The City held a non -mandatory pre-bid meeting on Wednesday November 14, 2018 at 10:00 AM. The sign in sheet for that meeting is included in Addendum 1. City of Fayetteville, AR Bid 18 55, Addendum 1 Page 111 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain -Fayetteville, AN 72701 License No. 0049950319 State of Arkansas Commercial Contractors Licensing Board KAJACS CONTRACTORS, INC., D/B/A SEMPIPE PO BOX %9 POPLAR BLUFF, MO 63902 KAJACS CONTRACTORS, INC., D/B/A SEMPIPE This is to Certify That 1W 40 is duly licensed under the provisions of Ark. Code Ann, § 17-25-101 et. sect. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (CO Nff M Cf RCIAL & RESIDENTIAL) HIGHWAY, RAILROAD, AIIRPORTi CONSTRUCTION i►7 E] 1'd lCIPAL & UTILITY CONSTRUCTION This contractor has an unlimited suggested bid limit. from March 9, 2018 Until March 31, 2019 when this Certificate expires. Witness our hands of the Board, dated at North Little Roc1; Arkansas: CHAIRMAN y SECRETARY March 9, 2018 - sh Missouri Laws 34.076 -- Out-of-state contractors or products for public works, requirements, exceptions 34.076. 1, To the extent permitted by federal laws and regulations, whenever the state of Missouri, or any department, agency or institution thereof or any political subdivision shall let for bid any contract to a contractor for any public works or product, the contractor or bidder domiciled outside the boundaries of the state of Missouri shall be required, in order to be successful, to submit a bid the same percent less than the lowest bid submitted by a responsible contractor or bidder domiciled in Missouri as would be required for such a Missouri domiciled contractor or bidder to succeed over the bidding contractor or bidder domiciled outside Missouri on a like contract or bid being let in the person's domiciliary state and, further, the contractor or bidder domiciled outside the boundaries of Missouri shall be required to submit an audited financial statement as would be required of a Missouri domiciled contractor or bidder on a like contract or bid being let in the domiciliary state of that contractor or bidder. Terms Used In Missouri Laws 34.076 ■ department: as used in this chapter shall be deemed to mean department, office, board, commission, bureau, institution, or any other agency of the state, except the legislative and judicial departments. See Missoilri Laws 31.010 • person: may extend and be applied to bodies politic and corporate, and to partnerships and other unincorporated associations. See Missow-i Laws 1,020 • State: when applied to any of the United States, includes the District of Columbia and the territories, and the words "United States" includes such district and territories. See itlissou1-i laws ,l .020 2. Subsection 1 of this section shall not apply to any contractor who is qualified for bidding purposes with the department of transportation and submits a successful bid wherein part of or all funds are furnished by the United States. 3. Subsection 1 of this section shall not apply to any public works or product transportation where the bid is less than five thousand dollars. (L. 1983 H.B. 22 § 21 A.L. 1995 H.B. 562) 3/3/2018 This is not an official certificate of good standing. Name History Name KAJACS CONTRACTORS, INC. Business Information Business Type: Business ID: Status: Effective Date: State of Incorporation: Principal Office Address: Profit Corporation 667512 Good Standing 02/26/1999 MO 3026 Cravens Road Poplar Bluff, MO 63901 Registered Agent Name NATIONAL REGISTERED AGENTS INC 645 Lakeland East Dr., Ste, 101 Plowood, MS 39232 Officers & Directors Name 'Title Michael Persons PO Box 969 Director, President Poplar Bluff, MO 63902 Aron Persons PO Box 969 Vice President Poplar Bluff, MS 63901 MyLynn Gargac PO Box 969 Secretary Poplar Bluff, MS 63902 r Name Type Legal THE .SCOTT LAW GROUP LLC L. 1t:-: Scott 10111! SCOLL 1..1 KI:11h French I:_I:nrlrn arin1drp Scow Ms. Sheila Calvert KAJACS Contractors, Inc 3 026 Cravens Road Poplar Bluff MiSSOUri Attorneys at UIV 357 North Alain Street, Post Office Ba.j 1285 Poplar Blulf, \•ifssouri 63901 August 16, 2013 RE:.: ivtissouri Preference ,Law for Domiciled Contractors Dear Sheila: P11onC 573-755-4638 FAX 573-785-3197 Per your request l am providing this opinion relating to iv,Iissouri Statute Section 34.076 21;; i i rviates to bidding by resident and nonresident contractors. That section requires a sL.tccesstiil bidder domiciled outside Missouri to submit a bid at the same percent less than the lowest bid submitted by a bidder domiciled in Missouri as would be required for a bidder domiciled ill Missouri to prevail over a bidder domicil.ed outside Missouri on a I ilce contract or bid being let in that bidder's domiciliary state. Additionally, a bidder domiciled outside of Missouri must submit an audited financial statement as would be required in that bidder's state of domiciliary if a Missouri bidder was submitting a bid i1: that state, Essentially, if a Missouri bidder would be required to ineet any of these conditions in the state of another bidder. then that bidder would have to meet these conditions to be successful in )Missouri. ".)j` course, the preference statute is limited to the extent it is permitted by federal laws and regulaiinais It specifically does not apply to my contractor who isquallil•ied Icr Kidding pu1130ses with the department of•transportation and submits a successful Wd Nwttereirl part or all of the 1iulds are furnished by the United States. Additionally the hr•eference lark, does not apply to ally public works or transportation pro iect where the bid is lessIthan five thousand dollars. MICHAEL F. PERSONS 10104 Oak Lane Poplar Buff, MO 63901 (573) 686-1712 Education: Graduated Poplar Bluff High School, Poplar Bluff, Missouri 1974 Construction Experience (most recent to earliest): KAJACS Contractors 111c. President,, 1994 to present, Responsible for all operations of a general contracting company, from bidding jobs to completion of all work in a timely, accurate, and efficient manner, Jobs consist of water/sewer lines, waterfsewer treatment plants, and all types of commercial building. Responsible for Wring/firing of all managers and superintendents. Control all financial decisions for the company, Locate and bid all jobs, as well as oversee successful completion of jobs. Responsible for all equipment Purchases. Hold final authority on all decisions made for the company. Member of Board of Directors holding final authority on corporate decisions. Self employed Boring Contractor, June 1993 - November 1993, Self employed boring contractor. Contracted for completion of al; types of boring projects. Responsible for obtaining boring jobs of all sizes, then successfully completed them. Purchased equipment and made all financial decisions relevant to operations, Robertson, Inc. Project Manager, October 1986 to lune 1993. Responsible for obtaining and managing all types of underground utility projects, Duties included locating and bidding jobs, hiring personnel, and managing the jab from Beginning to end including Nrchasing necessary materials. Also trained backhoe and dozer operators and laborers. Brauson Contractors, Project manager, May 1974 to October 1986. Projects I managed included mainline sewer, city sewer and rehabilitation projects, mainline water distribution projects, in -town water, projects, cross-country water projects, wetland rehabilitation projects, water and wastewater projects, state highway projects, street & drainage projects, stormwater projects, and bridges. Responsible for completion of these projects as well as personnel involved with them. ARON MICHAEL PERSONS 205 Kaylee Circle, Poplar Bluff, MO 639011501.772-7149 1 apersons@kajacs.com SUMMARY To reach the highest standard possible In the construction Industry. As a manager, MY goal is to be efficient, effective,.and organizational leader to whom I'm affiliated with. EXPERIENCE June 1994 to Laborer, KAJACS Contractors, ft., Poplar efuff, Mlssourl December 2004 Affiliated with various projects Including public water systems, highways, bridges, sanitary systems, and treatMent"facllitles. December 2004 to Project Manager/Estimator, KAJACS Contractors, Inc., Poplar Bluff, M063901 Present • Involved In construction project management and project estimating. EDUCATION 2004 Bachelor of Science In Civil Engineering, University of Sclence & Technology, Rollo, MO. PROFESSIONAL AFFILIATIONS ASCE — American society of Civil Engineers AGC—Associated General Contractors of America REFERENCES Mike Persons - President, KAJACS Contractors, Inc. 573.785.1745 3026 Cravens Road, Poplar Bluff, MO. 63901 KAJACS Contractors, Inc. RESUME RODGER G. WILLIAMS II, P.E. SUMMARY Eight years of professional experience in civil engineering design and seven years of construction management and project estimating. Broad range of project experience includes: water treatment, supply, distribution, and storage design; wastewater collection, pulraping, and treatment design; wastewater disinfection; site development and planning; traffic design including, streets, mads, and bridges; pnolim't1my engineering reports for various projects; construction iznspcctiorn of various projects; airport ramp, runway and taxiway and fuel facilities. Experienced in project and construction management, contract administration, and cost control on projects with engineering and construction costs over $5 million. Experienced in MDNR, NPDES, 4194 and other permitting. EDUCATION Arkansas State University, B.S. Civil tngiznecring, 2002 Twin Rivers High School, Broseley, Missouri, 1995 EMPLOYMENT HISTORY KAJACS Contractors, .Inc., Vice President, Project ManagerlEstirnator, 2010 to present S.H. Smith & Company, Project Manager/ Project Engineer/Construction Inspector, 2002 to 2010 Associated Engineering and Testing, Laboratory Technician/Inspector, Summer 2001 S.H. Snaith & Company, Laboratory Technician, 1998-2000 LICENSES, REGISTRATION, AND CERTIFICATION Registered Professional Engineer: Missouri (2007002855) OSIIA 10 and 30 hour certif led Contractor's License Qualifying agent in AR, AL, MS, LA & IN Competent Person Certification ACI Certified Concrete Field Testing Technician Nuclear Gauge Safety Training Course AFFILIATIONS American Society of Civil Engineers (ASCE): Associate Member National Society of Professional Engineers (NSPE): Member Missouri Society of Professional Engineers (MSPS): Member PROFESSIONAL EXPERIENCE September 2010 to Present: Vice President; Project Manager /Estimator KAJACS Contractors, Inc., Poplar Bluff, Missouri Construction project management and project estimating. C:IUSERSIRWILLWESKTOp1PERSONAI,IROWER RESUME 8-30-2017.DO08/30/2017 (3:39 PM) Page 1 of 2 Revised 12/6/05 Resume of RODGER G. WILLUMS II, P.E. Page 2 of 2 May 2002 to September 2010: Project Manager S.H. Smith & Company, Consulting Engineers, Poplar Bluff, Missouri Responsible for client contact and supervision of project engineers in the design of municipal water and wastewater treatment facilities, commercial and residential developments and airport improvements. C:IUSERS\RWiLL1DESKTOPIPERSONAL%ODGER RESUME 8-30-2017.D0CW30/2017 (3:39 PM) Revised: 12/8/2005 Offices in Little Rock, AR and Poplar Bluff, MO `., CONTRACTORS, INC. � CURT CAMGER 627 RADCLIFF LANE POPLAR BLUFF MO 63901 573-686-6384 EDU C MON; Graduate of Poplar Bluff High School, 1985 Poplar Bluffly Missouri EXPERIENCE: January 2005 -Present Employed by KAJACS Contractors, Inc., Poplar Bluff, Missouri. PO Box 969 Poplar Bluff, MO 63902 573-785-1745 (Fax) 573-785-6237 www.l<ajacs.com July 2003 -January 2005 Employed by Hill -Huffman Construction & Engineering, f,LC, Poplar Bluff, Missouri, Project Superintendent: Upper Camp Creek, Hernando, Mississippi. Afton Development, Corinth, Mississippi. Karla Street Sewer Improvements, Licking, Missouri Wayne & Butler County PWSD # 4, WappapelIo, Missouri. Duties included project supervision, responsible for the complete project performance and scheduling. January 2002 -July 2003 Employed by Huffman, Inc., Poplar Bluff, Missouri. Area Superintendent for Faulkner Lake Wastewater Treatment Plant Sewerage Improvements, North Little Rock, Arkansas. Duties included supervision of heavy equipment operation and maintenance, excavation, and grading, supervision of lal?or in designated area, responsible for project performance and scheduling of activities in designated area. 1994-2001 Employed by KAJACS Contractors, Inc., Poplar Bluff, Missouri. 2001 -Project Superintendent for: Pike Creek Sewer Project, Butler County, Missouri 365 Highway Water Project, Highway 365 in Arkansas Country Club of Arkansas Storm Drain and Sewer and Water Project Sewer Project, Menifee, Arkansas Duties included project supervision, responsible for the complete project- performance and scheduling, 2000 -Project Superintendent for: Tanyeville Sewer and Structures, Taneyville, Missouri Pike Creek Sewer Project, Butler County, Missouri Ripley County Vater Project, Ripley County, Missouri Duties included project supervision, responsible for the complete project performance and scheduling. 1999 -Project Superintendent for: Cardwell Water Project, Cardwell, Missouri Koshkonong, Sewer Project, Koshkonong, Missouri Duties included project supervision, responsible for the complete project performance and scheduling. 1998 -Project Superintendent for: Iron Mountain Lake Sewer Vacuum Project, Iron Mountain Lake, Mi!sssouri Willow Springs Sewer Project, Willow Springs, Missouri Breyers Ice Cream Plant Sewer Treatment Plant, Sikeston, Missouri Duties included project supervision, responsible for the complete project performance and scheduling. 1997 -Project Superintendent for: Marquand Sewer Project, Marquand, Missouri Duties included project supervision, responsible for the complete project performance and scheduling. 1996 -Project Superintendent for: Fredonia Sewer Project, Fredonia, Kentucky Duties included project supervision, responsible for the complete project performance and scheduling, 1996 -Heavy Equipment Operator for: Walnut Ridge Water Project, Walnut Ridge, Arkansas North Wardell Sewer Line Project, North Wardell, Missouri Kennett Sewer Ponds, Kennett, Missouri Beaver Fork Water Project, Beaver Fork, Arkansas 1995 -Heavy Equipment Operator for: Mineral Point Water Project, Mineral Point, Missouri Fulton Water Project, Fulton, Kentucky Senath Water Project, Senath, Missouir 1994 -Laborer for: Oak Grove Heights Sewer Line Project, Oak Grove Heights, Missouri Hoxie Sewer Line Project, Hoxie, Arkansas Minturn Sewer Line Project, Minturn, Arkansas Prior to 1994 Employed by Robertson, Inc., Poplar Bluff, Missouri Laborer for: Morehouse Water Line Project, Morehouse, Missouri Ten Mile Pond Flood Control Piping, Missouri Conservation Department Swifton Sewer Ponds, Swifton, Arkansas Poplar Bluff Water Treatment Plant (finished), Poplar Bluff, Missouri CERTIFICATIONS: Construction Quality Control Management for Contractors -Corp of Engineers CONTiE�AC'�)OD POPLA7R BLUF KAJACS Contractors, Inc _ 3.026 Cravens Rd _ PO Box 969 Poplar Bluff MO 63902 573-785-1745 Owner: Ci of Fort Smith Address: Riverview Drive Contact Name: Travis Brisendine 'Telephone Number: 479-452-1933 Job Name: Phase C, Sub -basin S009 Location: Fort Smith, AR Contract Amount: $3,500,000.00 Started: 2/1/2018 C:om fete: In Progress Owners Representation: Travis Brisendine Bidders Representation: Aron Persons, Estimator Funq!N A enc : Fort Smith Scope: Sewer Rehab Job Number: 494 Tele hone Number: 662 489-1525 Owner: Alton, MO Address: Alton, MO 'Contact Name: John Bur. el€n Telephone Number:(M)_727-9666 Nov -17 Job Name: urinKing water vEstnounon improvements Location: Alton, MO Contract Amount: $2,322,255 Started: Jan -18 Complete: In Progress Owners Representation- Doug Bridges, Mayor Bidders Representation: Rodger Williams Funding A enc : USDA Scope: 33,250' of 6", 12,750' of 4", 10,000' of 3" Water line Job Number: 493 Owner: Ripley, Mississippi Address: Ripley, Mississiepi Contact Name: Mike Falkner Tele hone Number: 662 489-1525 Job Name: Wastewater Treatment Facility - Phase 2 Location: Ripley, Mississippi Contract Amount: $7,775,000 Started: Nov -17 Complete: In Progress Owners Representation. Chris Marsalis - Mayor Bidders Representation: Rodger Williams Funding Agency- USDA Scope: New Wastewater Treatment Facility Job Number: 492 Owner: Maumelle, AR Address: Maumelle, AR Contact Name. Jacob Gllli Tele hone Number: 501 371-0272 Job Name: Counts Massey Sewer Ext. Location: Maumelle, AR Contract Amount: $692,500 Started: Oct -17 Complete, In Pro ress Owners Re resentation: Jacob Gilli Bidders Representation: Arun PprGnnc 5co e: Sewer and Water line Ext. Jab Number: 491 Of ISUM. Contact Name: Scott Brown Telephone Number: 601 631-7902 Job Name: Flood Control - Levee Repair Location: Lake Villa e, AR Contract Amount: $5,450,000 Started: Nov -17 Complete: In Progress Owners Representation: Scott Brown Bidders Representation: Aron Persons pco e: Levee Repair and Outlet Control Structure Job Number. 490 jOwner: I Rlolev. Mississinnl Address: Ri le , Mississi i Contact Name: Brett Brooks Telephone Number: 662 840-9063 Job Name: Phase One Collection ltn rovements Location: Ri le . Mississippi Contract Amount: $1,757,225 Started: Jul -17 Complete: In Progress Owners Representation: Brett Brooks Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 5,400' of 18" GSL, 4,800' of 15" & 32" GSL, 3,200 GPM PS Job Number: 489 Owner: Eudora, Arkansas Address: Eudora, Arkansas Contact Name: Bill Gaunt .Telephone Number: 8701 862-1231 Job Name: Eudora Waters stem Improvements Location: Eudora, Arkansas Contract Amount: $2,829,525 Started: Jun -17 Complete: In Progress Owners Re resentation: Bill Gaunt Bidders Representation: Rodger Williams Fundin A enc : USDA Scope: 60,000 LF of 6". 4" and 3" Water Line Job Number: 488 J Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: 30" Maumelle Water Transmission Line Location: Maumelle, Arkansas Contract Amount: $6,125,000 Started: Feb -17 Complete: In Progress Owners Representation: Thomas Wray Bidders Representation: Aron Persons Funding A enc : Central Arkansas Water Scope: 30,000 LF of 30" Ductile Iran Pipe Job Number: 487 Owner: City of Birch Tree Address: Birch Tree, Mo Contact Name: John Bur lin Tele hone Number: 573-778-6393 Job Name: Birch Tree Water System Improvements Location: Birch Tree, Mo Contract Amount: $2,400,000 Started: Complete: Feb -17 In Progress Owners Representation. John Bur lin Bidders Representation: Ethan Ha and Funding Agency: De t of Natural Resources Soo e: 50,000 Lf of 6",4" and 3" PVC Job Number: 486 Owner: Address: _ Central Arkansas Water 201 E. Ca ikal Ave i Contact Name. Joe O'Hara Telephone Number: 501-372-5161 Job Name: 36" Concrete Main Replacement Location. Little Rack, Arkansas Contract Amount: $322,300 Started: Feb -17 Complete: COMPLETE Owners Representation: Joe O'Hara (Bidders Representation: Rodger Williams Funding A enc : Central Arkansas Water Scope: 400' of 36" Ductile Iron Pipe Job Number: 485 Owner: Van Buren Municipal Viilities Address: Van Buren, Arkansas Contact Name: Barry McCormick Tele hone Number: 479-474-1227 Job Name: Prospect Water Transmission Line Location: Contract Amount: Van Buren, Arkansas $841,385 Started: Nov -16 Complete-. COMPLETED Owners Re resentation: ` -� � Bar McCormick Bidders Re resentation: Rick Prosser Funding Agency: _ Van Buren Munlci al Utilities 1 FEMA Scope: 2100' of 18" Ductile Iron Water Main Job Number_ 484 Owner: North Little Rock Wastewater Address: Maumelle, AR Contact Name: Mike Marlar Telephone Number: 501-753-1987 Job Name: White Oak Sewer Interceptor Location: Maulmelle, AR Contract Amount: X$4,796,835 Started: Se 16 Complete: 17 -Se Owners Representation: Mike Marlar Bidders Representation: Aron Parsons Funding A enc : North Little Rock Wastewater Scope. 10,000 If of 36" DIP & HOBAS, 5,OOOLF of 18" ❑IP & HOBAS Job Number: 483 Owner: Bloomfield, Missouri Address: Bloomfield, Mo Contact Name: Greg Bell Telephone Number: 573-785-9621 Tele Mine Number: 662-456-2398 Job Name: Houston Industrial Park Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Owners Representation: Ma or Stac Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: Houston., MO Sco e: Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR .Address: 1631 Rock St Sheridan AR 72150 Contact Name: -Gary Easterling Telephone Number: 870-942-3921 Job Name: Houston Industrial Park Water System Improvements Job Name: Center Grove Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Owners Representation: Ma or Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding: Agency: Houston, MO Scope: Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR Address: 16131 Rock St Sheridan AR 72150 Contact Name, Gary Easterling Telephone Number: 870-942-3921 Location: Center Grove, AR Contract Amount: $1,139,925 Started: Nov -15 — Com late: Complete Owners Representation: CEA Associates Bidders Representation: Rodger Williams, Estimator, VP Funding A enc : USDA Scope: Water Improvements Job Number: 479 Owner: City of Fort Smith Address: Riverview Drive Contact Mame: Neal Morrison Telephone Number: 479-452-1933 Job Name: Fort Smith Ar Liftstation Location: Fort Smith, AR Contract Amount: $1.507.605.00 Started: 9/12/2015 Owners Representation: Neal Morrison Bidders Representation: Rodger Williams, Estimator Funding Agency: Fort Smith Scope: Demo and replace Pump Stations, sewer line Job Number: 478 Owner: City of Wardell, Mo .Address: Wardell, Mo Contact Name: Mayor Byrd Telephone Number: 573-628-3500 Job Name: Wardell Water Improvements Location: Wardell, Mo Contract Amount: $2,156,664 Started: 11/7/2015 Complete: Complete Owners Representation: Shultz and Summers Bidders Re resentation: Rick Prosser, P.E. , Project Manager Funding Agency: USDA Scope; Water line replacement Job Number: 477 Qwner: City of Mountain View Address: PO Box 1090 Mountain View, MO 65548 Contact Name: Ran Lorton Telephone Number: 573-418-1450 Job Name: Mountain View Location: Mountain View Airport Apron Contract Amount: $183,983 Started: 11/7/2015 Com eLa.tE. Complete Owners Representation: Mike Wake Bidders Representation- Ethan Hoggard, Estimator Funding A en Cit of Mountain View Scope: Air ori Apron Ex ansionlStormdrain Job Number: 476 Owner: City of New Madrid Address: HM U Contact Name: Jacob Ortega Telephone Number: 573-785-9621 Joh Name: New Madrid, Mo State Hwy U Water Improvements Location: New Madrid, Mo Contract Amount: $216,405.00 Started: 9/12/2015 Complete: Complete Owners Representation: Jacob Ortega Bidders Representation- Rodger Williams, Estimator 'Funding Agency: City of New Madrid Scope-, Construction of water line for U Hwy tank Job Number: 475 Owner: City of Cape — Address: 401 Independence Cape Girardeau, MO 63703_ Contact Name: _ Nancy Poston, Est. Coordinator � Telephone Number: — 573-339-6300 _,_.._.._...._, Job Name: Water Main Extention- Cape Girardeau Location: Cape Girardeau Contract Amount: $949,925.00 Started: 21 -Jul -15 Complete: Complete Owners Representation: Nancy Poston Funding Agency, Cf of Cape Scope: Water Main Extension Job Number: 474 Owner: CAW Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: Arch St. Line Relocation Location: Little Rock, AR Contract Amount: $244,925.00 Started: 7 -Jul -15 Complete: Complete Bidders Re resentation: IRodger Williams, Estimator Fundinn AnPnr.vrOW Scope: Line Relocation Job Number: 473 Owner: CAW Address: 201 E. Capital Ave Contact Name. Thomas Wra Tele hone Number: 501-372-5161 Job Name: McCain Rail Grad Separation Waterline Relocation Location: N. Little Rock Contract Amount: $479,725.00 Started: I7 -Aug -1 5 Com fete: Complete Owners Representation: CAW Bidders Representation: Rodger Williams, Estimator Funding Agency: CAW Sco e: Line Relocation Job Number: 472 Owner: CWB Engineers, Inc Address: 205 W.3rd Place, Russellville, AR 72811 Contact Name: Kelli Gregory Telephone Number: 501-362-1717 ,lob Name: Russellville, AR Waste Water Improvements Location: Russellville, AR Contract Amou nt: $1,840,425.00 Started: 13 -Jul -15 Complete., Complete Owners Representation, Bidders Re resentation: Kelli Gre o Rodger Williams, Estimator FundN Agency: CWB Engineers, Inc Scope: 4156 LF 8"-12" sewer pipe, 279_6 LF of 21"-24" Sewer Pipe Job Number: 471 _.�. Owner: Uily of Minor Address: 103 State Rte H Sikeston MO 53801 Contact Name: Darren Chapman Telephone Number., 573-471-8520 Job Name: Minor Location: Minor, MO Contract Amount: $434,925.00 StartpH 10-Aua-15 Complete: Com fete Owners Representation: Darren Chapman, Mayor Bidders Representation: Rodger Wiillams, Estimator Funding Agency: Cit of Minor Scope: Water mains. fire hydrants, valves Job Number: 470 Contract Amount: $1,545,637.37 Owner: Ci!y of New Madrid Address: Hwy U CR 732 Contact Name: Donnie Brown, Mayor Telephone Number: 573-748-2866 Job Name: New Madrid Pump Station - Location: New Madrid, MO Contract Amount: $1,373,650.98 Started: 11 -Aug -15 Complete: Completed Owners Representation: Jacob Ortega, Smith & Co En ineers Bidders Re resentation: Rodger Williams Estimator Funding Agency: Cii of New Madrid, MO Scope: 2 Stormwater inlets, Pump Station, Wet Well Job Number: 469 Contract Amount: 2,447,846.78 Owner: Benton Public Utility Commission Address: 1827 Dale Street, Benton, AR 72015 Contact Name: Terry McKinney Telephone Number: 501-776-5931 Job Name: ALCOA Road Water & Sewer Utility Relocation Location: Benton, Arkansas Contract Amount: $1,545,637.37 Started: Feb -15 Complete: Com feted Owners Representation- McClelland Consulting Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Funding A enc : Scope: Water and Sewer Relocation Job Number: 468 Owner: City of Ol(olona, MS Address: 703 Crossover Road, Tupelo, MS 38802 Contact Name: John Mark Weeden Telephone Number 662) 842-73811 Job Name: Construction of Sanitary Sewer Collection Rehabilitation & Replacement Location: Okolona, MS Contract Amount: 2,447,846.78 Started: Feb -15 Cam lets: Complete Owners Representation- Cook Coggin Engineers, Inc. Bidders Representation., Rodger Williams, Estimator Funding Agency: USDA Scope* Saniftary Sewer Rehab & Replacement Job Number: 467 Owner: Corp of Engineers Address: Devalls Bluff, AR Contact Name: Gary Hamlet Tele hone Number: 870-351-9121 Job Name: Grand Prairie Discharge Piping Location: Devalls Bluff, AR Contract Amount: $6,058,309 Started: Marl 5 uwners Kepresentation: Keith Huffman, Huffman Construction Bidders Representation: Rodger Williams, P.E. - KAJACS Contractors Scope: 2500' of 120" Steel Welded Pip2 and approx. 85,000 cy of excavation Job Number: 466 Owner: Southern Bank Address: 901 Vine St, Poplar Bluff, MO 63901 Contact Name: Billy Cobb Tele hone Number: 573 785-9621 Job Name: Southern Bank Main Office - Phase I Location: Corner of Shelby Road & Oak Grove Road - Poplar Bluff, MO Contract Amount: $477,867.00 Started: Nov -14 Com fete: Complete Owners Representation: Smith & Company Engineers Bidders Re resentation: Rod er Williams, Estimator Funding Agency: Water Line Extension Scope. Site Concrete, Sitework, Site Utilities & Concrete Paving Job Number: 465 I Owner- I e ihi of Ti incln KAQ Address: 703 Crossover Road, Tupelo, MS 38802 Contact Name: John Mark Weeden Telephone Number; 662 842-7381 Job Name: Area 2 North Indian Hills Water System Improvements Location: Tupelo, MS Cotract Amount: $1,499,410.00 Started: Nov -14 Complete: Complete Owners Representation: Cook Coggin Engineers, Inc. Bidders Re resentation: Rodger Williams Funding Agency: Scope: Water Line Extension Job Number: 464 Owner: FrazierPike Public Facilities Board of Pulaski Count .Address: 1 Innwood Circle, Suite 202, Little Rock, AR 72212 Contact Name: Ricky Thomas Telephone Number: Job Name: Frazier Pike Water Line Improvements Location: Little Rock, AR Contract Amount: $796,500.00 Started: 14 -Nov Com lete: Complete Owners Re resentation: Marlar Engineering Co, Inc. Bidders Representation: Rod er Williams, Estimator Funding Agency: Scope: Water Lines Job Number 462 �� Owner: Ci of Keiser, AR Address: 2114 E Matthews Ave, Jonesboro, AR 72401 Contact Name: Matthew Dunn Telephone Number: 870 972-5316 Job Name: Water System Improvements Location: Keiser, AR Contract Amount: $724,725.00 Started: 14 -Oct Complete; Complete Owners Representation: Civil EnCmee0n2 Associates, LLC Bidders Representation: Rodger Williams _ Fundin A enc Aug -14 Scope Water Lines Job Number 461 Owner,- CAy of Bryant, AR Address: 1405 North Pierce St, Suite 301, Little Rock, AR 72207 Contact Name: Matthew Dunn Telephone Number: (501)_664-1552 Job Name: Water Transmission Line -Booster Purnp Station to C.A.W- Location: Bryant, AR Contract Amount: $740,750.00 StartArl! 14 -Oct Owners Representation: Cri_st Engineers, Inc. r iAA- . Rnrinar W iiliams Funding Agenc : Scope Water Lines Job Number 459 Owner: City of Cave Springs Address: 1810 College Ave, Fayetteville, AR 72703 Contact Name: Robert White Telephone Number: 479 443-2377 Job Name: Cave Springs Arkansas Sewer Location: Cave S rin s, AR Contract Amount $1,060,130.50 Started: Aug -14 Complete: Complete Owners Representation: McClelland Consulting Engineers, Inc, Bidders Representation., Rodger Williams Fundin A enc : Scope: Water & Sewer Lines Job Number 457 Owner: City of Poplar Bluff, MO Address: 501 Vine Street, Poplar Blufr, MO Contact Name: Billy Cobb Telephone Number: 573-785-9621 Job Name: Oak Grove Road - Phase III Location: Oak Grove Road Contract Amount: $2:,600.000.00 Started: 2014 Com fete: 2015 Owners Representation: Smith & Co Engineers Bidders Representation: Rodger Williams, Estimator Scope: Ap2rox. 112,000 cy of excavation and widen existing concrete road Owner: of Bald Knob Address: _Obt 900 W Markham, Little Rock, AR 70201 Contact Name: Adam Triche Telephone Number; 501 371-0272 Job Name: Water System Improvements Location: Bald Knob, AR Contract Amount $349,000.00 Started- e!A �M Complete: Com fete Owners Representation: McClelland Consulting En ineers, Inc. Bidders Representation: Rod er Williams, Estimator -Sco e:' Pump Station Job Number 450 ywner: Benton Utilities Address. 1827 Dale Street, Benton, AR 72015 Contact Name: Dawayne Hood Telephone Number: 501-776-5931 Job Name: Edison 24"- Benton Utilities Location: South Market'Street, Benton, Ar Contract Amount: $562,711.00 Started; June 2013 Bidders Representation: Wallace Thomas, Estimator Sco e: 24" Gravity Sewer Owner: Benton Utilities ,Address: 1.827 Dale Street, Benton, AR 72015 Contact Name: Dewayne Hood Telephone Number: 501-776-5931 Job Name: Thomas Pasture Pump Station Location: Brents Ford Road, Benton, AR Contract Amount:$735,220.00,: Started: June 2013 Complete: Complete, Owners Representation: McClelland Consultin En irieers Bidders Representation: Wallace Thomas, Estimator Scope: 20" Force Main/Pump Statlon Rehab Owner: of Poplar Bluff, MO Address: -City 501 Vine Street, Poplar Bluff, MO Contact Name: John Bur elin Telephone Number: 573-772-4202 Job Name: Oak Grove Road - 5 Lane Phase II Location: Oak Grove Road Contract Amount: $3,100,000.00 Started: 2012 Complete: 2013 Owners Representation: Horner & Shifrin, Inc. Bidders Representation: Rodger Williams, Estimator Scope: ApProx. 75,000 cy of excavation and construct 5 -lane concrete road Owner: HMA Job Name: Poplar Bluff Regional Medical Center Address: Poplar Bluff, MO Contact Name: Mike Bertelsmann Telephone Number: 314-220-1121 Location: Poplar Bluff, MO Contract Amount: $11,019,955.00 Started: act -11 Complete: Jan -13 Owners Representation: MJ Harris - General Contractor Bidders Representation: Rodger Williams - Estimator Scope-, Approx. 415,000 cy of earthwork and sitework for new hospital Owner: Job Name: Address: City of Clarkton Clarkton Treatment Plant Improvements Clarkton, MO Contact Name: Telephone Number: Location: Clarkton, MO Contract Amount: $2,453,880.00 Started: February 2012 Complete: February 2013 Owners Representation: Ty Milner, Schultz & Summers Bidders Representation: Rodger Williams, Estimator Scope: Treatment Plant & Line Work Eaulu# Section Brief Description 100 Plck Up 2012 Ford F250 (C McCollum) 107 Pick Up 2013 Chevy ( Ryan Swafford) 108 Pick Up 2013 Ford F250 ( Josh Wells) 113 Pick Up 2013 Ford (Kevin Tilley) 120 Pickup 2015 F250 Lariat ( Curt New Truck) 122 Pick Up 2013 Ford F250 (Curtis Fowler) 127 Plck Up 05 Chevy SN# 7355 (R. Dicken - WT) 134 Pick Up 07 Ford F150 #3297 (A. Pashla) driver 149 Pick Up 09 Ford #0551 (Steve Lapar) 154 Pick Up 2011 Ford F150 (B Albright) 157 Pick Up 2011 Ford F150 (C Parish) 158 Pick Up 2012 Ford F250 SN#2462 (M ALLISON) 161 Pick Up 2007 Ford F150 SN# 9513 163 Pick Up 2012 Ford SN#2537 (Ryan Dicken) 165 Pick Up 2014 Ford F-150 - Curt Caringer 169 Pick Up 00 Ford F250 Diesel SN# 7068 (CURT WT) 187 Pick Up 01 Ford F250 SN49818 (M Allison - WT) 189 Pick Up 2016 F250 ( Ryan Dicken) 190 Pick Up 03 Ford F250 SN#3476 (Swafford - WT) 192 Pick Up GMC 2500 SN#1685 (J. Wells - WT) 194 Pick Up 12015 Ford F-250- Charles Parish 195 Pick Up D3 Ford F250 SN#0464 (C. Parish - WT) 196 Plck Up 03 Ford F250 SN#7761 (B. Albright - WT) 197 Pick Up 2016 F250 ( Bucky) 204 Lg Truck 2014 F350 (Shane) 206 Lg Truck 91 Intl 2 Ton Dump SN#7387 210 Lg Truck 95 Int. 2.5 Dump SN#5222 216 Lg Truck 84 Mack Dump SN#4754 221 Lg Truck 87 Frt.Dump Trl Axle SN# 3802 bucky 222 Lg Truck 1187 Frt. Dump Tri Axle SN#3792 223 Lg Truck 87 Frelghtllner Dump Truck 234 Lg Truck Mack Dump Trk SN# 9108 (shop) 247 Lg Truck 199 Mack Dump SN#6805 249 Lg Truck 1983 Ford Sludge Truck SN#2033 254 Lg Truck 11997 Ford F-350 (A. Pashla) WT 255 Lg Truck 1997 Frelghtllner SN 3724 320 Backhoes Case 4wd ex hoe SN# 8948 (C Willis) 258 Lg Truck 2015 FORD F-350 (C Willis) 322 Backhoes Cat 420D SN#2431 323 Backhoes Cat 416C Backhoe SN#0467 (C McCollom) 324 Backhoes Cat 420 EIT Backhoe SN#1080 (M Allison) 325 Backhoes Cat 420 EIT Backhoe SN#1081 (C. Fowler) 326 Backhoes Cat420EIT AuxHyd SN#KMW01388 - Josh Wells 327 Backhoes Cat 420D Backhoe SN#0573 328 Backhoes 2011 420E Backhoe Loader #0893 329 Backhoes 2012 420 EIT Backhoe #2063 charles 330 Backhoes 2014 Case 580 332 Backhoes 2014 Case Extendahoe - Bucky Albright 333 Backhoes 2014 Case Extendahoe 334 Backhoes 2014 Case Extendahoe 335 Backhoes 2014 Case Extendahoe 410 Excavators PC 138 US LC -8 2012 411 Excavators PC 210 LC -10 2012 412 Excavators PC -300 420 Excavators Komatsu PC200LC-6 SN#0759 422 Excavators PC250LC-6 SN#3159 Curt 423 Excavators Solar 140LC-V Excav SN#1503 (M Allison) 426 Excavators Komatsu 2001 PC300 LC SN#4440 427 Excavators 1999 PC300LC SN#4009 429 Excavators 2008 John Deere 80C SN#1881 430 Excavators 2005 PC78MR-6 Komatsu SN#1366, 431 Excavators 2007 Komatsu PC78MR-6 432 Excavators 2006 Komatsu PC300 LC 433 Excavators 2007 Komatsu PC300LC-7-EO 434 Excavators 2006 Komatsu PC300LC-7-EO 435 Excavators 2004 Komatsu PC400 437 Excavators Komastu PC 308 438 Excavators Komastu PC 300 LC -8 439 Excavators KOMATSU PC 360 ( Long Reach) 440 Excavators IPC 138 US LC -8 524 Dozers Cat DSG SN#3146 525 Dozers Cat DSG SN#3148 526 Dozers Cat DSG SN#3145 ( Bucky -Houston) 527 Dozers Cat DSG SN#3147 (C Parish) 528 Dozers 1650H JD Dozer #1043 529 Dozers 2006 Cat Dozer #2385 530 Dozers John Deere 750 C 601 Loaders/Forklfts Cat IT18 SN#0092 609 Loaders/Forklfts Skldsteer SN#9087 611 Loaders/Forklfts Skldsteer SN#2508 614 Loaders/Forklfts 'Tool Carrier SN#0733 617 Loaders/Forklfts 2010 Case 450 CT Series 3 #4572 618H Loaders/Forklfts 2008 Case #4577 619 Loaders/Forklfts 1994 Caterpillar 963 Track Loader #5414 620 Loaders/Forklfts Volvo 135 Skid 621 Loaders/Forklfts I Mustang Skid Steer 1004 Trenchers Bradco Trencher 2433 Tractor 4630 John Deere tractor 2448 Tractor Ford Tractor 2708 Chippers I Vermeer Top Gun Bale Processor (married to 2433) 2816 Boring Prairie Dog 2819 Boring Pralrie Dog 2820 Boring Barbco 48-950 3900 Boring 2016 Vermeer Dlrectlonal Boring- Chris 3901 Boring 12008 MX240 3902 Boring 2009 MX240 3904 Vacuum 2010 Vermeer Vacuum System 3905 Vacuum Vermeer Dlrectlonal Boring Machlne 9x13 3906 Locator 2013 Dlgl 3907 Vacuum Vermeer Tank 3908 BORING 2011 VERMEER D20X22 - NEW 3909 TANK 2017 VERMEER MX125 TANK 3910 LOCATOR DIGITRAK F2 LOCATOR KAJACS Contractors, Inc. Balance Sheet November 30, 2017 ASSETS Current assets: Cash and cash equivalents $ 821,252 Accounts receivable: Current billings on contracts 1,774,883 Retainages on contracts 822,646 Related party 52,049 Costs of eastimated earnings in excess of 239,122 billings on uncompleted contracts (Note 4) 494,580 Prepaid expenses 6,272 Total current assets 3)971,682 Noncurrent assets: Property and equipment: Building and improvements 476,585 Equipment 5,275,770 Vehicles 537,122 Office equipment 239,122 6,528,599 Less accumulated depreciation «63 1,737 Net property and equipment 1,896,726 Investments 381,570 Total assets S6,249,978 The accompanying notes are an integral part of these financial statements. KAJACS CONTRACTORS, INC. BALANCE SHEET NOVEMBER 30, 2016 ASSETS CURRENT ASSETS Cash and Cash Equivalents Accounts Receivable: Current Billings on Contracts Retainages on Contracts Related Party Affiliates Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts Prepaid Expenses Total Current Assets PROPERTY AND EQUIPMENT Building and Improvements Equipment Vehicles Office Equipment Total Less: Accumulated Depreciatlon Total Property and Equipment LONG-TERM ASSETS Investments Total Assets See accompanying Notes to Financial Statements $ 1,796,700 1,661,516 884,270 57,668 223,674 264,885 6,272 4,894,985 476,585 4,847,95,5 442,895 235,820 6,003,255 4,323,687 1,679,568 343.067 3 6.917,620 KAJACS CONTRACTORS, INC. BALANCE SHEET SEPTEMBER 30, 2015 ASSETS LIABILITIES & EQUITY CURRENTASSETS: CURRENT LIABILITIES: Cash 306,327 Notes Payable - Bank 0 Contract Receivables 3,970,049 Accounts Payable 3,033,998 Costs In Excess of Billings 858,119 Other Current Liabilities 124,541 Other Receivables 155,036 Billings In Excess of Cost 779,1'52 Prepaid Expenses 9,444 Current Portion of L -T Debt 209,571 Total Current Assets 5,298,976 Total Current Liabilities 4,147,262 LONG-TERM EQUIPMENT DEBT 1,361,567 FIXED ASSETS: STOCKHOLDER'S EQUITY: Investment Property 0 Unrealized Gain (loss) on Investments 76,075 Leasehold Improvements 461,760 Capital Stock 22,000 Office Equipment 241,981 Additional Paid -In Capital 825,647 Automotive Equipment 422,895 Due from Stockholder 0 Construction Equipment 4,299,377 Retained Earnings-Prlor 429,264 Current Retained Earnings (292,678) Accumulated Depreciation (4,155,851) Sub -S Distribution 0 Total Fixed Assets 1,270,162 Total Stockholder's Equity 1,050,308 TOTAL ASSETS ~� 6,569,137 TOTAL LIABILITIES & EQUITY 6,569,137 E-Verify e-rt r'rrr rR x .r..erri :r ane Company ID Number: 278837 THE E -VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and KAJACS Contractors, Inc (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E -Verify), This MOU explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E - Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note), Authority for use of the E -Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MCU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participations in the E -Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E -Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E -Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Company ID Number: 278837 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S, citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E -Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: 4 Automated verification checks on alien employees by electronic means, and Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to provide to the Employer a manual (the E -Verify User Manual) containing instructions on E -Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E -Verify. DHS agrees to provide training materials on E-Verlfy. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E -Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E -Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative E-Verify .. ._ _.. __ .. .. c. ryer77't ss a erwv-tec rr :No Company ID Number: 278837 noncontirmation of employees' employment eligibility within 3 Federal Government work days of the initiai inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E -Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E -Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E -Verify program as a condition of continued use of E - Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. & The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R, § 274a.2(b)(1)(8)) can be presented during the Farm 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E -Verify at 888-464-4218. If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9_ The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. Pago 3 of 131E -Verify MOM for EmployerlRevision Date 10129106 E-Verify Company ID Number: 278837 6. The Employer understands that participation in E -Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E -Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigrations and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E -Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E -Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E -Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E -Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E -Verify process as are necessary according to the E -Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool Only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances whine the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E -Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E -Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E -Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article ILD, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E -Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU: 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4 of 131E-Verifv MOU for Employer'Revislon Date 10.129.102 0, IrrL E -Verify _ e .xnrAF e,rr�xrvrcc cr r , Company ID Number: 278837 adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E -Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration -related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2748 of the INA or Title VII may also lead to the termination of its participation in E -Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E -Verify and this MOU only to confirm the employment eligibility of employees as Nage 6 of 13JE-Verlp IAOU 1cr EmwoyerlRevision Date 10/29T6 E-Verify*"� �� til".0,111'r Company ID Number: 278837 authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOUS except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses It for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E -Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E -Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E -Verify by the Employer, the Employer may not reverify the employee through E -Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E -Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E -Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E -Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E -Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E -Verify as a Federal contractor for 90 days or more at the time of a contract award must use E -Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E' -Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E -Verify must initiate verification of each employee assigned to the Page 6 of 181E -\verify MOU for EmployerlRevision Date 10l28r06 01 E-Verify.. v� E-.YGNSYf ie F fCFVIrR of eN. Company ID Number: 278837 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. C. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article ILD, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E -Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E -Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has' not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E -Verify User Manual. Nothing In this section shall be construed to require a second verification using E -Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. Fzee 7 of 131E -Verify MOU for EmoioyerlRevision Date 1 2nbe E-Verify. t.vcnir is x ie%v7cz er nw. Company ID Number: 278837 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system -generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E -Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non - match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Page 8 of 13JE-Verify MOU for EmployerlRevision Date 10/29/06 E-Verify `�iixf h e-vc��ry i. • atre�-e er s.r Company ID Number: 278837 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days- 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E - Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Farm 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo, match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ALM LE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E -Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E -Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E -Verify program by DHS or SSA, including but not limited to the E -Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E - Verify through the use of mandatory refresher tutorials and updates to the E-VeriFy User Manual. Even without changes to E -Verify, DHS reserves the right to require employers to take Page 9 of 131E -Verify MOU for EmployeriRevision Date 10129?08 Company ID Number: 278837 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E -Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E -Verify program, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E -Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities_ C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MDU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to Inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. E -Verify - Company ID Number: 278837 To be accepted as a participant in E Verify, you should only sign the Employer's Section of the signature page. if you have any questions, contact EVerify at 888-464.4218. Employer KAJACS Contractors, Inc Becky A Taylor T Name (P lease 1po.^ or Print, ElectranicaY S6dried 1 111 612 009 Signature Date Department of Homeland Security — Verification Division USCIS Verification Division _ Mame fFlea se Tyrie or rit) _ TA Electronicathl Sirrers i i1 i �i12D65 Page 11 of 131E -Verily MOU for EmployerlReyision Date 10/291'08 Verif L-'/LR.f � St ! ftf•SSCC � Ill. Company ID Number: 278837 Information Required for the E -Verify Program Information relating to your Company: Company Name: KAJACS Contractors. Inc Company Facility Ads reqs: 3026 Cravens Rd Poplar Bluff, MO 63001-8645 Company Alternate Address: PO Bon. 969 Poplar 13W, 63902-0969 County or Parish: BUTLER Employer Identification Number: 431664042 North American Industry Classification Systems Code: 237 Parent Company: Number of Employees: 20 to 99 Number of Sites Verified for: 2 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: MISSOURI 1 site($) Page 12 of 13iE-Verify MOU for EmployerlRevision Dale i0,'29;OE � � ryAlti4 I�I E-V erify- y lllll•'R� .-ZL 1- k-vv./T VT ]■ A 1Lt�:ii a: nn! Company Ib Number: 278837 ARKANSAS 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Becky A Taylor Telephone Number: (573) 765.1745 ext.1 Fax Number: (573) 785 - 6237 E-mail Address: btaylorl@semo.net Pepe 13 of 13IE-Verify MOU for EmployerlRevislon Date '10129106 raa �.�.sun►saYtY wi•a c � v I d y i All v, v. i L �•f V -5 J i. F• F p � "J - C _rO Z_ R -1 i V� bb i W N i i L �•f R IP ' C Ch m S. � a 0 C► J 0 I. 0 c% 0 0 -f C m iii O -G O •6 54 L Y t'- - __]r+ 1n H E R = L� I��i L_i ,+ LF 0 o M Cii ,may 0 o I lJ � . M- I .. IW0IDLICYU0 C 71fj-00 0C3 --i: 0 0 Q 0 0 0 c "R cl 0 Q 0 '. t $�i'47iF4 I F, d ar-inCl. � a`hx e ti I- ; 'Fa W g0 g L pig_ f y f IT Cc -'?ri � ... C 0 `o �'. 1 i; � I�� I.,,� .I; •-�- �A Ir IL ��I- f � fs ^? _ �a=iia O CO a� rc C S E�}t T O 1 _ O M y- O iV � � � � O .9 � � f�f;►3��, m g N V 6 1 0 0 g $ Y � Y N E01 :r R 6 n T dT- 0ime CN .-M � c ,fir, w D r r j3E 4-0 o Mai L m 0 law -'m 4 AV I,av�i4un�y� y I'uv.re6ay V, Inrbnpui.IF I(tiN� v Le I� �+ oz,- 8 LL �'. Q LL tz -'m 4 AV I,av�i4un�y� y I'uv.re6ay V, Inrbnpui.IF I(tiN� v 10 L61 U E .7 y c I CZ' _1 rl '> _ t I Ir M u c tti i M to ... N t to � � � ;� � a: _ � � E u r � • .� ,a Q cn jcrR j `,� 1 co � 3 L J y v m y C c 5 co ` Z`t Cd "s 5 N m d •a= iyQ 5 �, o •� , O L61 U E .7 y c I C '> y M ... N VI A O C m u ,i1AWc HT• N � p gnaroa en,Gm� ro 0 O: ro ��yq yip ,t�Rc+m JE ifa � 40 6 a E �n } y U a 0 2wa�� G t •F 5 mY F DoE_ aR �E ,` •.. a e .W C n L � � �� a j. n. m NST` N a°y �$a� '3 °° In F In T O t A 8P E o E €` z C�7 Q E m r .'s "FF C O u!L f _ L C E V`- � 9 C I: J E 4 L T � ori a �T c+7 �. u (D (CD ` p _> a y p N� 0 E o �I'T N ee S' m O p 4 E N b o O N 7 C N NIf ml< A� ee Z ee U LO= 3 `� - _ O E O ' �' y G ci a OO a z� y C BOO 3000 — r n •. .n v �. w m E r 1f r: O yj G o b u a n� r [ z' momc v v syi n c ` C. j> F c O on r, Q� O � a+ E •D q X O .] U U � O• � ' C U C L G Q p H C O G •'L' C '/. V O 7 O G u r- 15 G r>� TIJ m J G �► 1� Y L r E 5 E�> ��� J C i �r ` �� n y CW r: +aMuv � � O mnv 1O C c f all 2-7 r �I -E 0 O Wbw C�1 N vl aj j cl aj vl j vl N r m ` 6 Al C L O Ll °E�°' w� 3a O&t `a z�3Enr .ZC' rr ( I mn p�- o U�µ�a C 'n Q C t'C C "'r fl G E] it L \w �✓ � 1 o a. . O e a A a .��mcg ���4 ca R^ t m C��mg +�osgw M. 7_ C NrL aa'sro a > rte;`; aai z14 8 N" m r r `,��� i�p a aE�i a :� o Yv�ia Ez U> n rr�x WCd a� '� �� I� 19 19 I� la Ia la I#_ M � b •„m� �3f.. a. HA WANg tif�1 � W � � � ,�•, � :;� N j 1 � � � �i o lei y N F O O E E 'c F � v 11 r N O CY)LI t 1 w+ — iv � j "• o � N 5 r' o CC)00 u �... R C Q a• O Y` E x CO (; it p aCzE` o ;, NO 'r a � y N F O O E E 'c F � v 11 •.,r tp r C ` O 7 q Axnan5l v � � � �..w � ."� n• � � O 9 F:—S.-X- .2 !1- a� �o S UI of a al 11 a m w e7o4Z1.0 .�aJE md?��ros' o a �� I ama.�-a ��� • D 0 1°�P e•yT A Q S � o iAn�a c u �p j u mn qm S 4=��m lie ` s to la I� la la Ir Ir I➢ _ 1= la 0_�� N � YA b � 1� q Cj U =s - _ _• LL w m - c� '�► �! r r R u � - A>� 265n5 w I �i o 1° I l f l l_ I 11 t Of x i i 7 a 2[0 N -5 1� N N C O O CICLLr•O m�oy�w � N ,2.0 o'er n N 7 E N O .Ma 6.0 Q n O N Y �p E� 4oL -I- ,2 r-0 i° n y LL CL i9 r �. m w L a% C Q 08 6 Gly dL G N 0. a � 9 N N r ndO T � 61 Ip gfi Wba � amnf9� = m F u c a� [ o 0 £41C 63- 7 NE p a 5 2 AEEa+�cR v a m q 71 � m ❑ i a�pM1u 0 I 0 1 U 6 i• A u M 5' r E C yO 1 1 LZLi m 9 %,�Y d P �_ ✓� d C r C d L G C N CJ O f0 c > E n O O O j � ' lu - — L ` L .� rd, c� j � � r 0 N 1 5 e O e U ` O C 'u irl L O b d C C A •-' ` v q � y y v G : C •` �` '1 C] 0 . ° - R •N o. eJj U, O L t 7L ` lJ •L E o u do v n o 00 u u " a e C C3 '� Li u°i ; 9 y V •° a L C D - G 0 8 � h = � ��c�c � iV F■� � F � � w n R N U 6 i• A u r E C yO 1 1 LZLi m d P �_ ✓� d C r C d L G C N CJ O f0 c > E n O O O j � ' lu - — L ` L .� rd, c� j � � r 5 e O e U ` O C 'u irl L O b d C C A •-' ` v q � y y v G : C •` �` '1 C] � - R •N o. eJj U, O L t 7L ` lJ •L u do v n c `c ' E E° 00 u u C F. a e U i• O E C yO 1 1 LZLi — P �_ ✓� O O b J C r C d L G C N CJ 4 =+ u u v f0 c > E n O O O j ' - — L ` L .� rd, c� j rJ- ii O C ✓' O V U ` O C 'u irl L O b d C ti � 7 7 .'7 �' C ` v q � y y v G : C •` �` '1 C] Cq U O O C U— eJj U, O L t 7L ` lJ •L u do v n c `c ' E E° c C u u C C3 C .� Li 3 00 L b 3 rn JJJ4� j ,[ J v d 7 w w Q O m N U � o O E N 3 � A o E ; r C O o Q)a ` cC � a a) n E o -- o L b 3 rn JJJ4� Y (D m o a C= E N 3 � A o E ; c 78 00 .B o Q)a v ui w 5 E N n E w C E g -E �—g o W Y w °2 3 gg o s _5 o � c�saq a v tl :I N O.g x y N M m a N E 5 L] C^ c 0 a a N 2-. N Gi nuos!Gd p LIG!I!PWN ) n R�o�rnAsaa -- lapJoslL7 IHS 8LIluosiod o IIGIII()1107 0 AjoleilAsaa ,ap)os!p urys o 6m!u o O JJJ4� � 9 3 � C E Y w 3 gg o � CD r a � E N M c 0 a a N 2-. N Gi nuos!Gd p LIG!I!PWN ) n R�o�rnAsaa -- lapJoslL7 IHS 8LIluosiod o IIGIII()1107 0 AjoleilAsaa ,ap)os!p urys o 6m!u o O v .2 1 o E ti LL � u 2 5 N � l N 3 Np [7 C � A 1n � O N c I w S L� U •p 9! o E o 0 tt D C V pp � rp 0 w ❑ u E SI d ch V/ C d T R �' � L � n v a ov c I v •11'x; y�� o , F O 0 _9 O•VI ojm N d .r ; O0c '6 'SN ° m '`•• EL a ii O r N O O °o m r� v it LL E m m 41 to `r' E m AF. c ?Z F '75� 91 •10 7 IP IiAWKI N S 4+ E W I R E N G I N E E R S, I N C. Engineering Client Success December 13, 2018 Mr. Tim Nyander Utilities Director City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Masters Lift Station Elimination Project No. 18-55 HW Project No. 2017027 Dear Mr. Nyander: As you are aware, on December 5, 2018 at 2:00 p.m. bids were received for the above referenced project. The apparent low bid was submitted by KAJACS Contractors, Inc. of Poplar Bluff, Missouri in the amount of $1,067,000.00. A total of three bids were received and the totals are shown below: Bid Amount Goins Enterprises $1,947,515.00 Goodwin & Goodwin, Inc. $1,600,827.50 KAJACS Contractors, Inc. $1,067,000.50 We have reviewed the Certified Bid Tabulation prepared by the City of Fayetteville, and we recommend that the City of Fayetteville award a contract for the Masters Lift Station Elimination project to the low bidder, KAJACS Contractors, Inc. for $1,067,000.00. We have worked with KAJACS Contractors on two (2) past projects and one (1) ongoing project and their performance to date has been satisfactory. We understand that you will present the bid tabulation and our recommendation to the City of Fayetteville Water, Sewer, and Solid Waste Committee for their consideration at the January 2019 meeting. We will attend the meeting and be available to answer any questions. We trust that this is satisfactory for your review and consideration. If you have any questions, or require any additional information, please do not hesitate to call. Sincerely, HAWKINS-WEIR ENGINEERS, INC. , Ilshua S. Durham, P.E. JSD/ 1i� .;(� , .'I �'I!'�_;•`i . i'.'� '�•t;X 0.1�? ° Vin bu cri, 7 57 • > 7/9 4 122"'e 4•,.1 : =1s''�l ajy �7 211 t;ti!iillif I�,''ySi7TC(,'ti !.)X'S"i:' 1itllf.' lli)('K, E�[� 7�;°,�j;,7 • ��i: (?�I j 7/ a -'r. •l t; ,7u Puad Suites 10'7 e a wette.ville, AR 72N3) ).'l -t: ix7«i''•:.i: �2(1b S1 itc. .101 0 "cwt S111i ill AR o 14Y.i}µ•p`i 20170271TN121313JD.docx r`-'z,'w soot coni' - Kajacs Contractors, Inc. Change Order No. 1 City of Fayetteville Staff Review Form 2019-0290 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 5/9/2019 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends the approval of Change Order No. 1 to the construction contract with KAJACS Contractors, Inc. in the amount of $35,000.00 to add quantities and sizes/diameters for water and gas service line relocations on the Masters Lift Station Elimination project. Budget Impact: 5400.720.5700-5815.00 Account Number Water and Sewer Fund 02017.1 Sanitary Sewer Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 5,998,960.00 Funds Obligated $ 1,529,539.41 Current Balance $ 4,469,420.59 Does item have a cost? Yes Item Cost $ 35,000.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 4,434,420.59 V20180321 Purchase Order Number: 2019-00000252 Previous Ordinance or Resolution # 33-19 Change Order Number: Original Contract Number: Comments: 1 2019-00000009 Approval Date: 5/13/19 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: May 9, 2019 SUBJECT: KAJACS Contractors, Inc. - Change Order No. 1 Masters Lift Station Elimination STAFF MEMO RECOMMENDATION: Staff recommends the approval of Change Order No. 1 to the construction contract with KAJACS Contractors, Inc. in the amount of $35,000.00 to add quantities and sizes/diameters for water and gas service line relocations on the Masters Lift Station Elimination project. BACKGROUND: KAJACS Contractors, Inc. was selected per Bid #18-55 to provide construction services for the elimination of the Masters sewer lift station. This construction contract was approved by City Council Resolution 33-19, passed on February 5, 2019. A project contingency in the amount of $106,700.00 was also approved with the contract. ` DISCUSSION: During construction of the proposed gravity sewer, private water and gas service lines were damaged and discovered. These lines conflict with approximately 1,000 linear feet of the new sewer alignment and must be relocated. These lines were not marked or known during the design phase. The private water and gas service lines will need to be relocated as part of the Masters Lift Station Elimination project. KAJACS submitted a proposal to relocate the private water and gas service lines in the amount of $35,000.00. Staff recommends approval of Change Order No. 1 to allow for KAJACS to relocate the private water and gas lines in the amount of $35,000.00 and add fifteen (15) calendar days to the contract time. BUDGET/STAFF IMPACT: Funds are available within the project contingency. Attachments: Change Order No. 1 Resolution 33-19 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 1a CITY OF FAYETTEVILLE ARKANSAS Contract Modification PROJECT DATA Project Name: Masters Subdivision Lift Station Elimination Date of Request: 5/9/2019 Project No.: Bid 18-55 Construction Modification Date: Date Signed by the Mayor, City of Fayetteville Ordinance/Resolution Resolution no. 33-19 Resolution Date 2/5/2019 CONTRACT MODIFICATION DATA ® Change Order ❑ Written Amendment Modification No.1 4e - To: KAJACS Contractors, Inc. Project: Masters Subdivision Lift Station Elimination Owner: City of Fayetteville Engineer: I Hawkins -Weir Engineers, Inc. The Contract is Changed/Modified as follows: A. Add quantities and sizes/diameters for water and gas service line installation as documented in the attached proposal from KAJACS Contractors, Inc. and summarized as: CO1.1 Clear and Grub LS 1 C01.2 1.5" Schedule 40 PVC Water LF 1000 Service Line COU 1.25' Schedule 40 PVC Water LF 1000 Service Line C01.4 1.25' MDPE Gas Service Line LF 2000 Page 1 of 2 W1400 CITY OF FAYETTEVILLE ARKANSAS Contract Modification Reason for Change/Modification: A. During construction of the proposed gravity sewer, private water and gas service lines were damaged and discovered. These lines conflict with approximately 1,000 linear feet of the new sewer alignment and must be relocated. These lines were not marked or known during the design phase. Attachments (List Supporting Documents): A. Change order recommendation letter from Engineer of Record B. Request for Proposal from Engineer of Record C. Proposal from KAJACS Contractors, Inc. Contract Amount or Price Contract Times (Calculate Days) Original $1,067,000.00 Original Duration (Substantial 120 Days Completion) KAJACS Contractors, Inc. Previous Contract $0 Previous Contract 0 Days Modification(s) Modification(s) Recommendation:��r-- (Add/Deduct) Date: (Add/Deduct) Utilities Director This Contract Modification $35,000.00 This Contract Modification 15 Days C01 (Add/sem) (Add/sedac4) Revised Contract $1,102,000.00 Revised Contract Time 135 Days SIGNATURE RECORD Mayor, City of Date: Fayetteville, (Owner) ; I �- KAJACS Contractors, Inc. Date:/6 (Contractor): Recommendation:��r-- ' Date: 1 D�j�i Utilities Director Page 2 of 2 HAWKINS6WEIR E N G 1__N E E R 5, I N C. Engineering Client Success May 6, 2019 Mr. Corey Granderson, P.E. Utilities Engineer City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Masters Lift Station Elimination Project No. 18-55 HW Project No. 2017027 Dear Mr. Granderson: As you aware, while clearing and grubbing for the construction of the proposed gravity sewer improvements between approximately Sta. 18+27 and Sta. 28+27 the water and gas service lines for the residences located at 2991 and 2999 South City Lake Road were discovered. These service lines were not located by Arkansas One -Call during the design phase and thus were not included on the construction plans. Due to the original design and construction of these existing service lines, the Contractor accidentally damaged the water services lines multiple times simply by driving over them while clearing and grubbing. The original design and construction of the existing services lines is shallow in trench depth, meanders across the proposed utility easement, and is bedded poorly in native material. Due to the potential for further damage during construction, we recommend that these service lines be relocated out of the permanent utility easement and reconstructed in accordance with applicable plumbing codes. This service line relocation will also facilitate future access to the gravity sewer line in the event that maintenance is required. Based on this recommendation, we have solicited a change order proposal from KAJACS Contractors, Inc. to replace approximately 1,000 -feet of 1 -1/4 -inch water service line, 1,000 -feet of 1 -1/2 -inch water service line, and 2,000 -feet of 1 -1/4 -inch gas service line. Enclosed is a copy of their April 26, 2019 unit price proposal with a total cost of $35,000.00 for this work based on the estimated quantities. The Contractor has also requested 15 -calendar days of additional Contract Time to complete this additional work. We have reviewed their proposal and it is our opinion that the cost and the additional Contract Time requested is appropriate for the identified scope of work. If the proposal is acceptable to the City of Fayetteville, please let us know what assistance we can provide to incorporate this proposal into Change Order No. 1. 110 So. 7th Street • P.O. Box 648 • Van Buren, AR 72957 • Ph: (479) 474-1227 • Fax: (474) 474-8531 211 Natural Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846 438 East A4illsap Road • Suite 107 • Fayetteville, AR 72703 Ph: (479) 455-2206 403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 (479) 242-4685 2017027TCG050619JD.docx zvzvw. hawkin5-weir.com Mr. Corey Granderson, P.E. Page 2 of 2 May 6, 2019 We trust that this is acceptable for your review and consideration. If you have any questions or require any additional information, please do not hesitate to call. Sincerely, - HAWKINS-WEIR ENGINEERS, INC. Jshua S. Durham, P.E. JSD/ Enclosures: Request for Proposal No. 1 KAJACS Contractors, Inc. Proposal www.hawkins-weintom 2017027TCG050619JD.docx 1/1WKINSSWCIR EN G I N E E R S, INC. Request for Proposal r7y Y E No. 1 MASTERS LIFT STATION ELIMINATION Owner. Project No.: City of Fayetteville, Arkansas 18-55 Engineer. Hawkins -Weir Engineers, Inc. Joshua S. Durham, P.E. Contractor. l0ate of Issuance: 10.2019 Proposed Changes: The proposed changes are being considered in the work for the referenced project as described below. Please advise us promptly of your proposed change in contract price and time to accomplish this work. Note that this is not an authorization to proceed with the proposed change. A Notice to Proceed with the proposed change will be issued later in the form of a Change Order or Work Change Directive depending on the decision of the Owner. The proposed changes to the referenced project include the relocation of the one (1)1 -1/2 -inch and one (1)1- 1/4 -inch water service line, as well as two (2)1 -1/4 -inch gas service lines to an altemate alignment within the temporary construction easement and outside of the proposed gravity sewer trench zone. The proposed relocation shall start where the existing service lines enter the permanent easement (approximately at Sta. 18+27) and end where each existing service line permanently exits the permanent easement (approximately at Sta. 28+27). The proposed relocation shall be constructed in accordance with the City of Fayetteville Building Code, the State of Arkansas Plumbing Code, and the State of Arkansas Gas Code. The work shall require a permit and inspection from the City of Fayetteville Building Safety Division and shall be performed under the supervision of a licensed master plumber. The cost of the City's permit fee shall be the responsibility of the Contractor and Included in the unit prices. The water service lines shall be installed with a single 12 -gauge blue jacketed tracer wire, and water tracer wire junction boxes shall be installed every 500 -linear feet. Tracer wire junction boxes will be paid for at the unit price listed on the Bid Form. Please provide a price for each of the additional unit items and approximate quantities listed below: •�uawm mon Quantity Unit 38. Install 1 -1/2 -inch Schedule 40 PVC Water Service lane, including 1,000 LF Connections to the Existing Service Line, Fittings, Trenching, Granular Bedding, and Backfill 40. Install 1 -1/4 -inch Schedule 40 PVC Water Service Line, including 1,000 LF Connections to the Existing Service Line, Fittings, Trenching, Granular Bedding, Backfill, and Tracer Wire 41. Install 1-1 to the Existing Service Line, Fittings, Trenching, Granular Bedding, and Backfill Proposal From: L— KAJACS CONTRACTORS INC. 1 Innwood Circle Suite 210 Little Rock, AR 72211 To: Corey Granderson City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Project: MASTERS LIFT STATION RFP -1 Description: SERVICE LINE RELOCATIONS. ITEM/ DESCRIPTION BID QTY U/M UNIT BID AMOUNT 01.00 CLEAR AND GRUB 1.000 LS $2,500.00 $2,500.00 02.00 - 1.5" SCH 40 PVC WATER SERVICE LINE 1,000.000 LF $8.00 $8,000.00 03.00 1.25" SCH 40 PVC WATER SERVICE LINE 1,000.000 LF $7.50 $7,500.00 04.00 1.25" MDPE GAS SERVICE LINE 2,000.000 LF $8.50 $17,000.00 TOTAL BID: $35,000.00 Signature: Michael Titsworth 4/26/19 ******KAJACS REQUEST 15 DAYS TO BE ADDED TO THE CONTRACT TIME******* 113 West Mountain Street Fayetteville, AR 72701 ` (479) 575-8323 _ Resolution: 33-19 File Number: 2018-0762 KAJACS CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #18-55 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,067,000.00 FOR CONSTRUCTION SERVICES ASSOCIATED WITH THE ELIMINATION OF THE MASTERS SEWER LIFT STATION, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $106,700.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 18-55 and - authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,067,000.00 . for construction services associated with the elimination of the Masters Sewer Lift Station, and further approves a project contingency in the amount of $106,700.00. PASSED and APPROVED on 2/5/2019 Page 1 Attest: Lisa Branson, Deputy City Clerk �.��fR :R F9 G.•10Y Off'•SG�,: r ; FAYE7TEVILL£: - ry • w�, i