Loading...
HomeMy WebLinkAbout72-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 72-19 File Number: 2019-0144 BID #19-21 KAJACS CONTRACTORS, INC.: A RESOLUTION TO APPROVE BID #19-21 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,458,000.00 FOR THE CONSTRUCTION OF THE HOTZ DRIVE TO MAPLE STREET, PLEASANT WOODS DRIVE, AND SANG AVENUE WATERLINE IMPROVEMENTS PROJECTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $145,800.00 WHEREAS, the City's Engineering Division has prepared the designs for the Hotz Drive to Maple Street, Pleasant Woods Drive, and Sang Avenue Water Line Improvements Projects which involve the installation of approximately 1,980 linear feet of 12" water main west of Razorback Road from Hotz Drive to Maple Street, approximately 530 linear feet of 8" main to create a loop in Pleasant Woods Apartment complex as well as replacement of all of the existing services lines, and approximately 600 linear feet of 8" water main along Sang Avenue from Old Farmington Road to Mitchell Drive. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-21 and authorizes the Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,458,000.00 for the construction of the Hotz Drive to Maple Street, Pleasant Woods Drive, and Sang Ave Waterline Improvements Projects, and further approves a project contingency in the amount of $145,800.00. PASSED and APPROVED on 3/19/2019 Page 1 Printed on 3120119 File Number: 2019-0144 Resolution 72-19 Attest: Sondra E. Smith, City Clerk Treasurer �Us•pp ire. r ar Page 2 Printed on 3120119 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File ' — - File Number: 2019-0144 Agenda Date: 3/19/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 2 BID #19-21 KAJACS CONTRACTORS, INC.: A RESOLUTION TO APPROVE BID #19-21 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,458,000.00 FOR THE CONSTRUCTION OF THE HOTZ DRIVE TO MAPLE STREET, PLEASANT WOODS DRIVE, AND SANG AVENUE WATERLINE IMPROVEMENTS PROJECTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $145,800.00 WHEREAS, the City's Engineering Division has prepared the designs for the Hotz Drive to Maple Street, Pleasant Woods Drive, and Sang Avenue Water Line Improvements Projects which involve the installation of approximately 1,980 linear feet of 12" water main west of Razorback Road from Hotz Drive to Maple Street, approximately 530linear feet of 8" main to create a loop in Pleasant Woods Apartment complex as well as replacement of all of the existing services lines, and approximately 600 linear feet of 8" water main along Sang Avenue from Old Farmington Road to Mitchell Drive. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-21 and authorizes the Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,458,000.00 for the construction of the Hotz Drive to Maple Street, Pleasant Woods Drive, and Sang Ave Waterline Improvements Projects, and further approves a project contingency in the amount of $145,800.00. City of Fayetteville, Arkansas Page 1 Printed on V20/2019 City of Fayetteville Staff Review Form 2019-0144 Legistar File ID 3/19/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 2/28/2019 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: City Council approval to award Bid #19-21 authorize a contract in the amount of $1,458,000 with Kajacs Contractors, Inc. for the construction of the Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Water Line Project and approval of a project contingency of $145,800 (10%). Budget Impact: 5800.720.5600-5808.00 Water and Sewer Account Number 12009.1 Fund Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 4,213,714.00 Funds Obligated $ 992,288.46 Current Balance $ 3,221,425.54 Does item have a cost? Yes Item Cost $ 1,603,800.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 1,617,625.54 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Amount includes bid amount of $1,458,000 plus a 10% contingency of $145,8000 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 19, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Tim Nyander, Utilities Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: February 26, 2019 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $1,458,000.00 with KAJACS Contractors, Inc. for the construction of the Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Water Line Project and approval of a project contingency of $145,800 (10%). RECOMMENDATION: Staff recommends City Council approval awarding Bid #19-21 and authorizing a contract in the amount of $1,458,000 with Kajacs Contractors, Inc. for the construction of the Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Water Line Project and approval of a project contingency of $145,800 (10%). BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for this project. The project includes Installation of approximately 1,980 linear feet of 12" water main west of Razorback Road from Hotz Drive to Maple Street. This new main replaces the older main that is currently along Razorback Road and provides additional looping to the west side of Razorback Stadium, This project also includes installation of approximately 530 linear feet of 8" main to create a loop in the Pleasant Woods Apartment complex as well as replacement of all of the existing service lines to the apartments. The loop will eliminate a dead end line serving these apartments and create a better grid for fire protection. Last, this project includes installation of approximately 600 linear feet of 8" water main along Sang Avenue from Old Farmington Road to Mitchell Drive. This section of older main is subject to frequent leaks and breaks that disrupt the water service as well as the roadway in front of Ramay Junior High. DISCUSSION: On February 20, 2019, the City received four (4) construction bids for this project (Bid #19-21). Kajacs Contractors, Inc submitted the low bid which was approximately 7.5% above the Engineer's Estimate of $1,355,705.00. Engineering staff recommends awarding this contract to Kajacs Contractors, Inc. The contract time is 365 days (12 months) for final completion. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Water System Rehabilitation/Replacement project. Attachments: Section 0500 Agreement Bid Tab Bid Submittal Vicinity Maps DQCIIMENT 00500 -- AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Namefritle: Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Waterline Project Contract No.: 19-21, Construction THIS AGREEMENT is dated as of the K day of in the year 2019 by and between The City of Fayetteville, Arkansas and KAIACS CONTRACTORS (hereinafter called Contractor). ARTICLE I - 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: Installation of approximately 1,980 LF of 12" water main west of Razorback Rd. from Hotz Drive to Maple Street. Installation of approximately 530 LF of 8" main to create a loop in the Pleasant Woods Apartment complex as well as replacement of all of the existing water service lines. Installation of approximately 600 LF of 8" water main along Sang Ave. from Old Farmington Rd. to Mitchell Drive. 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: 00500 Agreement 00500 _ i DOCUMENT 00500 —AGREEMENT frontinued) ARTICLE 2 - EtiGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3;, LCONTRACI TIME 3.01 TIME OF THE SSA EN_CE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL P YMENT: A. The Work shall be Substantially Completed within 335 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 365 calendar days after the date when the Contract Times commence to run. 3.03 LIOUWATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 005DO - 2 DOCUM E 00500--AGREEMENT (continued) 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 and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE4--.CoNT CT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer, 00500 Agreement 00500 _ 3 DOCUMENT 00500 - AGREEMENT (continued) 6RTICLE 5-. PAYMENT PROCEDURES 5.01 5(]$MIT I Al. AND PROCES511tiiG t�F PAYMIN I'S: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100'% of the Work Completed less the aggregate of payments previously made; and 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) 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. 5.03 FINAL PAYMENT.. - A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. .ARTICLE 6 • CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 00500 Agreement 00500. 5 DOCUMENT 09500 - AGREEMENT (continued) (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract 00500 Agreement 00500 - 6 DOCUMENT 00500 — AGREEME T (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J, The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CQNTRACT IiOCUMENTS 7.0 i NTS; A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) title: Hotz to Maple, Pleasant WoWs Dr. and Sang Waterline Improvements] 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto; All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT; A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 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 00500 Agreement 00500 - S DOCUMENT 00500 — AGREEMENT (continued) partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERAOILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the fling of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice,prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 DOCUMENT 00500 _ AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on I 20q, which is the Effective Date of the Agreement. CONTRACTOR: CITY OF FAYETTEVILLE KAJACS CONTRACTORS INC. By: Michael Titsworth By: (Type or legibly print) (Signature) Title: Project Manager Title: a or 00500 Agreement 00500- 10 DOCUMENT 00 — AGREEMENT continued) Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest Attest 00500 Agreement 00500 - 11 (SEAL) DOCUMENT 00500 - AGREEMENT (continued) Address for giving notices P. O, Box 969 Poplar Bluff, MO.63902 License No. 0049950319 Agent for Service of process Address for giving notices 113 W. Mountain St, Fayetteville, AR 72701 (Type or legibly p ' ) KARA D WRIGHT Notary Public - Notary Seal STATE OF MISSOURI Butlor County YfJAaCorr MMIOn M 145SM90 _. _ MY Contml"lon rkPlMl M8roh t4, 2022 (Signature) Contractor shall attach evidence of authority of Agent for Service process to sign. if Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign,) Approved As to Form. By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500 - 12 PO Box 969 Poplar Bluff, MO 63902 November 2, 2Ql$ Letter of Resolution 573-785-1745 JFax) 573-785-6237 www.kajacs,com I, Aron Persons, President of ntractors, Inc. do hereby give Michael Titsworth, Project Manager/Estlmator the a ority sign contracts on behalf of KAJACS Contractors, Inc, Aron Persons, President MyLynn Gargac, Corporate Secretary Equal Opportuniry Employer N 4- C a Q� 0 CQ C Qi c �r 2� J bD c (4 0 > Cid iR � � C V O � 0 m o 0 �v 3 y v C O O 4 J C m tA ro Q% N � S S 0 O o 25 u N N m 0 `4 m Lpp7 O V L 0 O Ln N lA C 0 U W Cuc E J E D _0 c J v H .. C 7 t QJ O o 3 E. W N d Q Q o o v m rn OLL 0 W t ❑ LL YiY (U uLL< o = Z u 0 0 0 0 Z 8 Ln c O o U J o vl 90 O O O O C)C Z) Ln i S Lon SO00 O o0o 00 OLn S C) m n: v <n �n N ar Lr �n a Ln vi rrf O Q u ro to to vv to to tl� to to N O O O O O CD CD O O r 0 S U O O O O O O O O O O O Ln O O O O Ln N O O O O U w O fV O O O O In LnO C) C).--' rp ULq lD O Vl C O O Lr O f0 Z w m N V LD �D N In lD Id ❑ d VT Vl vv VT to '4 to to to V1 to l/1 0 0 0 0 o n o o S g o C Z O O C)0 ul O O O O Ln :Dul pO O pO S S O �n N O� ON S Do -4 c O i o vi vi vi ni ai r vi Ln , vl 9 Q O O V1 to to to to to V1 to to V1 Vl VT 8 0 0 o o0 8 8 0 0 0 0 O c O O 0 0 ul O 0 O O O 0 0 S C o� �, rl C cq O Z rV O Ln vi Ln M vl vl a O l7 to to to to to th to to to v< to to 0 O C)O 0 0 COO O O O O O O O O O O O O O O O O ~ o O O O 0 0 O O O O O O c S 0 g 8 O o o o o r, r, � g o g o a - O vi o vi o v rn v vi v v vi N N r4 r� V1 (� N N Q `d t/T Vl to to N V? V) to to 4A to to Q S O O O O O O O O O C!O p O O C W 3 8 O O 8 O S O O o O O Ln O 8 8 g Q � 0 o O Z O e ui c ui ui o v Ln r c d m r4 --1 m d V} to Vl to Vl VT vv to to v) N N 8 0 0 0 00 a o 0 8 8 0 Z� 0 8 0 8 C) 8 o g gLon :D Ln Ln O Ly ul O O Ln LnN <n O Ln w It.-•7 Q N .--1 V N rq r-I -1 tO o0 �--� i+ VI co t/1 t/} to to V1 to V} to l/i to to to C O O O O CJ O O 0 O O O O O V O O O O O O O O O O . rJ'1 pU o o O 0 0 Ln o a n w ~ V O O O O rIjO r, O O O In 0 O Ln ul N vl l0 V m V} to Vl V? VT V? Vl V) to V) to Vl 6 w m O O 0 N w (7 Z ... ._.. 1L.1 ... .... JJ LL LL. J Q w Q W Q W m J C Otw m O Ln - 1 y > > N > N C > > u u ' m m Y x v c v C7 rL (D > > Li a 3 c x co C.)o ¢ a c c v m ❑ c OC �o c y O v > a)= > Gl c f° — y U c Y Ln Y a a N aJ u N L C O ° 1O V al x Ln Vl 7 ❑ .o vl .-. o vi v m m c a m c ° c c al c o c o m c o en c O n ' >. a n a 0 o U a a O u U c n O x x o J N E N d c U V v y o ro _ O_ m O iD m U ro .O aJ C n V ? C: ,C x 1'; x L X O Q vT r- > vV o� a - na 3 `r; va'i H 3 00 3 CD 3 wn ❑ w O U t N 0 0 0 0 0 0 O 0 8 0 0 0 0 8 0 8 0 0 0 $ O o c o 0 0 0 S S 8 0 c z D 0 O 0 O 0 O 0 O vi N o O 0 'n p 0 0 O 0 vt 0 cS 0 O Ln Q 0 S 0 o O 0 0 O 0 0 O 0 co o 0 o 0 0 0 CA 0 in 0 ✓) 0 o LA V O Lr O O Ol S O N Ln O fD O ✓1 O 000 O Lf m n 01 N O tri ry O h V v f 00 IN00 Ln � O V tD .+ C.0 u'i .-i CIO vi 0 .N-i V O Q N Vf VT V1 VT VT V} VT VT V) to Vn to to Vl VT to to Vf to VT V1 v/ to 0 8 0 8 0 8 0 8 D o e o e o 0 o e S S 8 S S u tL 0 p O 0 0 � Ln LA S S �i S o S 0 O O 0 0 0 Ln 0 o tri H V O .-y O Ln N O N h m O O Ln O O O n O O 0 0 Oi m Lnm Lnm -(O cr �--1 N 00 IV in N O 14 V fD V1 V) to to V? V? V} V) to V) to VT V1 Vl 4^ VT V1 th V/ VT V) Vl VT O 0 O 0 U � 8 8 O O S O O000 O O O O U O O 8 8 O 8 O S S O z 0 Ln 0 O 0 0 O Ln n 0 S o 0 0 0 8 �o Ln o 8 a 0 0 S 08 0 0 0 o 0 0 0 o 0 O W 8 in 00 O o (n 0 m 0 O h o V1 0 O � O in 0 O 0 O O o o o �, h ,n to 00 ,n C Oc ^ n 0 0) n '-1 tD O fV N 00 N O u O O. fb m N lD 1 .� rn N rV N Q m O p N uti to U).V1 V1 Vl to V� tn VT to V1 V) to to V} to V) V1 to Vl to l7 S S o 8 S 8 8 8 aBoS $ S S S SS o 8 0 0 8 W Ln N 0 0 0 0 Ln L; rry Li o 8 0 r, 0 0 0 0 0 0 0 0 Ln Ln o rV tri F- U Z ry vi -4 'A m h 00 0 O 0 in 0 O 0 V1 0 O 0 O p O 0 O S n V Ln m V p0 a- '-"� O N N N O O O Q IN IN r4 U♦ Vl to V? Vl Vl to to V?tn V) VT Vl V) ( V} V7 VT V?tA to O O O O p O S O O O O O O O O O p O p O O O O p O p p O O O O O O O O o O O O O O O O O O Z O O Ln o O to O O O O O O Ov1 OO ^ O S 0 S S S O O O ^ O C O 00 0 8 00 g Ln O O O Ln O O O O O O O Ln in O Ln ry fti O .--4 O� tD vi .-1 -1 cn 14 Ln 0 O O O fn lri W M 06 N N Q to t--1 h �--1 r-1 .-� rt .--I -4 ID ¢ Vf N N VT V? to VT V1 Vf V1 VT to VT N V) V} V? U} N N to tJ1 V1 4J O O p O OO S O OSOS O O O OSO OS OS8O W N w (- C> 8 �--( O O ul ry V1 O h o O boo O @ O O O O 8 O S O O O 0 O o O n1n O C U N O IN 1-4 Vl O �-t 0 0 O O O O O O O -10 Ln (h Ln Ln a ^� ir1 .-1 m V1 O O O o M V1 V1 to V) Vl Uf ton V1 Vl V! VT VT N , 7 m V} N Ul V) VT Vl VT Vl to V} Vl O O S O 0800 O O O O O O 00 O O O O O O O O O O O O O CJ O O O O 0 0 O O O O O Z 0 O O o O 8 o Ln 0 O 0 O 0 O 0 O 0 O o g to y 8 0 0 0 0 0 0 0 0 0 0 C Oa n O O Ln fV O m O O O S O -0 01 n O O O O O O O S O U1 N ry in N VI n Ln Q� O p M V1 u1 tD to m tD O O N O Ln m Lr O O Ln Ln N .--i iri -4 fn v ri Q tD rD .-( N .� .-i � .-, a 00 Y to to V) to V? Vl to VT V) to V1 V1 VT V1 V1 to V) to v/ Vl to Vl V$ C O S S O S p O S 0 O O S U ` w O 1a S O O O m O -1 LA .a O O n p O O O 0 O N 0 O O O O O O O O O O O O O O O f) O vl O O O O O O y L Z U '-I Ln -1 �'+ .-4 O O O O O O O O O O O O O O O O frl N .4 Ln m m D a ^� O O O vl U'1 O O Vl Lr N m V? to V/ to to V? to V). to Vl V) V} y* V1 of VT VL VT <A u? an V) V 1 5.r1 O y w � H QrtDOO rn OO Lr)O Lr- r1i '13n w () O 3 LL W F N J Vl In LLl _J J J J J _J J a( (U U O � aU a C C m -4 a L CLJ E 3 0a v a > m ci ? v c VI c C c O °u' -O lu N u C aJ .X w m c ° V, p a, 3 N c u od o m m iiu ¢ N w W �a m v (u Ib Y ra - U v �' C m Q f0 a C a (OV fp 3° ° In In aJ C m a t 3 m c y LL m " y c T U C m Y m _m Y Y Ql E' al % fv L .�_ m L�vy a C C L Y oii L C Oca- V y - m y a a °I p c C 0-1 cY 2o o Z °> aa U ai c u Q 0 a' 3 �an m U 0 V X U V L VaOC nLc -,OOvt C a02 :c C19 QI L Wc°Ui O C Karl. u > Ix u o Q O x uv ou (U Xal v a1 O > c i o u j oiD ai .2O-. a V U uw oc a w NoNFow- t~VL) iwWn- w O m Vl tD n CD (n O r, N m V Ln rV r4 r\ N fV N N m m In In O 8 8 O S 8 O 8 C:l O O O O S S O O 8 888 O O O O g S 8 8 So 8 oo C 880 C o Lq oo Lri r` o a V u .tl1 N in N N N N N N N N Vl N N N Vl N N N N N N N N 8 88 8 e 8 8 8 8 8 8 8 C',8 8 S 8 8 8 80 8 O O 8 0 q O � Q 8 O u'1 O O O O O O v 8 O O Q c., O O O �l 8 O l� o0 �--i V1 m O O N O O N W = U_ O O O O O ✓1 OP `a' `4 .--i LA �'-� O ul N to Vl N N O Ln N N ti N p ry 10 x CL N Vl d rt N N N N N N N N N N N N V? N N N N VI Vl to N to N N N O g S O O O O O O O O O O O O O O 0 8 0 O 0 v) S S O O O O O 0 O 0 O 0 S u Z O p p 8 0 8 0 ry O O O O 0 O 8 8 O o g O In O 0 O o O In n O In O o O Ln O o O oo O o Q c 0 o 0 0 ry o 0 0 O 0 N In d rV h N N Vl m N Ol O O N V) D oo 111 I1 .3 L v a O Vl N N N N to N °a 8 S e 8 8 8 8 �i 8 $ S o 0 o g 8 8 8 0 8 0 0 = 8 p 8 8 p o 0 O O O O )n In N O O Q O Ln O O o O O v1 ry O Ln O N In m O O r- O O O O r Iu U O 00 rV 00 0 N In N 8 O m n 11l rV r� h rV N In �--� �"� O Ill O O 3 d �--1 In d '-I '-I N '1 N N N N N N N N N N N N N VL N Vl N N N to N to N N 8 p 8 8 8 0 0 O $ 8 00 0 0 0 0 S O O O 8 S S O Z 8 O S 0 C) 8 O O O O O O O O S O O O In 0 O 0 in O O vi M1 O O O U1 O 8 0 O 0 8 c O 8 8 O 8 O 8 O ry oo O n N O n O oo m m n Od rn ut d N N [n d �"� �"� d m N N m Ln W a N p Icy N N to N N N N N N N N N N N N N N N N N N N N S S 8 SS 8 8 S 8 8 8 8 8 8 800 8 0 8 0 8 88 8 W W O Q 8 O O O 8 g O In 8 O O O O O O O Ln p O p O p O v) N O N ✓) d O O O .--I O 0 QQ 8 r U O n `� O O rt In O N IO N 8 In N O N N .--� O In .ti In d .--i .--i N rn rIi rV ur D cL N N N N N N N N N Vf Vl N N N N N N N N N V} toA Np V/ .O 8 8 0 0 g g 8 O O O O O O O O O O O O O O O O O O O O O O p 8 O O 8 Li ZS p g S p �8 p S O 8 8 S 0 S c) cD00 a o 8 o g�R g o o In In g v, 0 8 8 8 vl o o o 0 n N rn d ao 25 Ip vj r.j ui t0 rV Ln M rV N rV V N vl a) V v o14 0 O 0 � a N N N N N N N N N N N N N N N N N N N N N VS N N O 0 8 8 8 O 8 8 O O o O 0 O 0 O 0 O 0 O p O o 8 S 8 �j N O g 0 O O r. O O 0 O 0 8 0 o O O 0 0 O O 0 c) 0 8 O m O '. O ry I/) o o o. N o o 0 W U o o 0 ut 0 Irl 0 o 0 vl In m .-, o In o g o o .-. •-, ,-• 0 0 S Od Z o rrj In In Irl ,--� rN rn N N ry ry V V Ln o o0 m` N N N N N to N N N to N N Vl N N N N N N N N N Vl N w � H Q < ZLn a N m H � w � ~ a a a Q no _ W W W W J W W W W J W W w J W U �o In N J J > cu vl tw c u -D oo a -a oa w C m n m ? m ? ° C m c Qj N ¢ o E u w O u w n C �oj 3 3 > ° w x .+ C m m — O 7 U - U 7 -O O y` O U u- m N 4 c o t m L m v a a m m 3 3 c c) m � v 66 v 'm W, _ _ ✓> L > o +.. � al 7 t `- p .I_' .I^ C z O c m a. i -- u > 02% r c -r- o aj m 3 L c U '` c + u w w ii L°— V ° O. 3 a O o c z N > LL a a) v v c a w c n , m a n x a v) N¢ c m m t 2 a K. aI > D c U t c F- m N a/ c N m U N aJ tl 10.7 In � ,y ai u m U m U W C ry a Q F.. W> U w E O N O U > cu 3> o x f o> o U m c to m v c w oca > D ` v c° U u ¢ w n c a °° L o X aJ P O m m m �o C c 4)i V Li. iV v 3 V al j v V � a d m ° m E— E— V E In n 7 n m ..� In 7 c Y o E �- c _> m .m c n ai v ar p O oo H 3 ID 3 - ry n w C V O 7 v c a m O 7 O d m a) rr - m co F- t0 -+ U U nm Q x U w O .0 O c2c a) r O O U V O 11 u cr vi Y n w �' m m 00 m m r a d d v V V v v c In vj In In In In �� vl Ir ID n l w In Ot % O O o O O O O O O O 0 O 0 O O O p O O O O O O U O O p p S O 0 0 O O O O O O O O O O O U O O O u z 0 �O 8 C; O S 8 g 0 O 0 O 0 n 0 O 0 O 0 �n 0 O 0 O 0 O 0 O 0 (:J 0 O 0 O g g o 0 0 C O O 00 O O U O 0 C 00 UJ O O Vl 00 v O O �l O O ��1 O O Ln O O O O Ol u1 O Ul O rN Ln r, U) It m o0 'J1 00 U7 r O C N r• m N O 0 Q m N r m a m ry ry ry m , ro rt`0 V) V} Vl Vl Vl Vl Vl Vl V} Vl in Vl Vr? Vl Ul Vl to Vl Vl tf} VI Vl Vl p S U O O O O O O O O O O O U O O O O O O O O 0 W O o O 0 O 0 O 0 O o 0 O Ln S O ul O 1n O 0 O g Q O O O 0 . 0 A v C 0 C 0 0 C 0 -1 0 v m oo Ln 0 o o Ln o o 0 o 0 n 0 C N Ln 0 LnO N lf) m N �--I Ln Y n- rl m V m -y Vl Vl V? V? Vl VI V1 V} V1 Vl V) Vl Vl N ♦!l V1� Vl Vl V} V) ur VT Vl O Ln O O O O O 0 0 O O O O O O 0 0 0 0 O O O U O O O O O O 0 0 O O O O O O O O O O O q O O O O O c z ri 0 O 0 o 0 0 0 0 0 o 0 C) 0 o v o In O 0 0 0 O kD o 0 C) 0 0 0 O 8 8 o 0 0 C O O O O O O O O f\ O 00 O a Ul w 0 tf 0 t 0 0 N 0 Q v1 00 0 C 0 r.: rrl .--I ,y ,ri O O O' W V rn pi p1 m kD r`i v u'1 0o r-i m r ✓i ' r ry m m Ln c N .--I .+ .-� m m ti Q 0 o t7 vl vv .n to ti vl .n .n vl .n vl to vl yr vl otJ o C? 0 0 0 0 0 0 0 0 0 o 0 O 0 0 0 0 0 0 o 0 0 0 0 0 $ 0 S 0 8 C3 • 0 0 0 C) 0 o m N ^ 0 0 0 rN C?g o in o c 00 o 0 O 0 O O O 0 O 0 o v _ 0 0 0 0 0 0 -4 r v m `n v 0 C) 0 0 V) 0 0 0cc� 0 00 7 d Ln O 0 0 00 V V .--i .--1' V) Lri n Ln O m m Ln a Vl t/T n Vl Vl Vl Vl a/? to V1 Vl Vl to Vl VL ✓/ VT V} to Vl V1 VT yr Vl O o O 0 0 0 O 0 O 0 O 0 O 0 8 8 O 0 8 O O O O O O O 0 g 8 8 O O O 0 0 0 0 0 0 0 0 0 0 V Z V7 O O O C) O o o o 0 O O O C7 o O 0 In o 0 0 O 0 O 0 O 0 O 0 0 0 0 p OO 0 0 C O N O O O O O O vl V N I, 00 w d' O N O O O S O N S O O O O 0 O 0 O CC N m O rV O O O DD I- V1 .� m ri ui � r- O 0 _ILr� �-I r1 0 cu L N m N N er (N N �-1 rn �-1 r 4 �-1 m rN-1 N Q N a W Vl v} V? V} Vl Vl to Vr Vl Vl V? V) N v'` V) Vl to V) V? N V> u> V1 C v a m O 0 O 0 O 0 O 0 0 0 0 0 O 0 0 Cl 0 O O O 0 0 O o 0 0 0 o O O O 0 0 c o0 00 O 0 0 ID o Ln C) 0 0 o a C� O OOO 0 ~ U O O 8 O O ON -I O In O 0 0 O Om O 0 p0 O O L � �' o 0 0 0 O O 0 a - Cd rvi (Ni N Vl O Lr .--1' o 2 U? 61 = Vl V! V1 V? N Vy Vl V} V1 Vl Vl ✓1 VT V) Vl V1 Vl VT Vl VT VI VI V1 S 0 o 0 0 0 0 0 0 cc 0 0 0 0 0 0 0 0 0 0 0 0 0 co 0 0 0 g g 00 0 c — z d v L o O 0 O 0 0 0 O 0 0 0 0 0 0 O 0 Ln Lfi N 0 8 0 o 0 O 0 o 0 C) 0 0 0 0 0 0 0 0 0 p 0 0 m u o 0 0 0 0 0 o r\ ,-t m O Ln o 0 o 0 0 O O g O O 0 0 p T N O O Vl 0 C) ni r, .--i lD .-t V1 ,T 00 zr o cr 0 .--i 0 rr 0 p Qi o 00 n m v N LO m m In N N m m H V? Vl VT Vl Vl Vl V} Vl tN Vl Vl Vl Vl V? V} Vl VT V) to V) V) V*l V? CO O 0 O C) 0 o 0 0 O CJ O O O O O O O C,O O O O C)O O u 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln ` ~ 0 0 0 0 0 0 o Ln vi ui ' 0 m 0 vl 0 0 0 0 0 0 0 0 o rl t v 0 o 0 0 0 0 m o 0 0 0 0 o chi o O n 6 m Om O� ry Ln vi m ry vi Lfi8 n of 00 Ln m V) Vl Vl Vl VT Vl Vl Vl V) V1 Vl Vl Vl Vl Vl Vl Vl V1 V1 Vl lf1 Vl Vl Vl O W F.. QLf) ri .-i �1 �a ti r-I 0 ao N O n Om O 000 00 m v7 W V' ti .-, m pO C) .--t rn w > Q C � LLI W W W W W W W W J N N O O no C n } n > v �� m —> >IQ y r>o v v � c E > c t x . v U C w p� �' - m w x m o 0 0LZ n ar w c C)0 o 3 3 `9 a v o c 0 ro C m N 0 N o N y �O r x x c } = > v DD fa o _ 0 0 f0 avi N > x Ql C a U ti C c o _ 3 n c" m m U V a: v a— = i r0 0 Y V 10 ra "?. Y ]C E > L "' m Ln N CO 0 v o21 L c `° l'.1 l_1 v v 3 = m c o0 of L E o V_ o n o 0 0 M o_ a ,> 3 v c E a c_ o0 0 2 'J Q `^ c m C c c m o o �' c} F' _ _ c r, >, v a1 .- LL 3 n n. c 3 'v - D m CT) Q `0 0 ., 0 .o I O ti di q u C V .� C m .� l: C rn m 7 o p v U LLcl w _> ,o ..1 n} a, O r9 n m n o al > W a u v n E „ 27 Lj ut 0) F_ > > > 0 - o -- o~ ro o>u ry z m F—o _"- t; t� 5i_i CL v `- n va `-' n� o c m o N a F c v n v c. n a`: > v> n. ci n. > �. a u p o m ro a v> �' o x x m io m > p N _ ;� N i U .>. r l7 t7 °1 E= u r- r x t m n n Q v}i c F`- —u �n ot1 c u 3 0a D ry v vi a N a .- m r: -- m _ u� r - v N - - 3 - :p 1 ll] . 00 a O rr m V vl 1 lP ID iP U) ID :P r- r, r-,r- 00 Old S S S g S S o S S$ 0 8 S 8 8 0 o SSBoo 0 o 8 O O O S Q o O 0 O S O In o O C O O O 0 O O O O In 0 O In IV 0 U 0 O 0 In U c O O O O O O In O O O O ✓) n In In n In U O n oo lD O ID In O S O C O O V O ID n �+ N 14O -I IN n "1N .-+ O Q' In O N a � Q ro ✓ti Ut vl, tfl� N 111.O ullO IOn pOOSSO O OSO SU O8 SO O O O 8 O O O In O n O O O W o0 -( In m In In O O IN O O O Ill uC N InN In -` N In n O In V N IN p InOLn N ""1 '""1 OV In N R ]L cc a Vl to to to to N cn N LT to In N V? to to to V1 N VT U1 to In to p O O O O O o of O O 0 OO o o O 0 O 1 uCco C OpOO O O O O O 0 O 0 O O 80 O O O O O O O O O O O O O O O O O O In O CD O O OZ O O S O In O In O In In In In O cl I--i O n In O O < C O In ID ^1 14 m -1 fV M fV N m N IN N •� m In to I" Co C IN i co cc Q O N N to vl V} N to vT VT V) In V1 V) to U1 vl vl lr� O N V) V? to pa O O O O 8 S S O g O O .--1 o O O 0 O 0 0 0 0 0 0 0 0 0 0 0 • � o O 0 0 0 8 0 In O Q O o 0 0 o 0 0 8 0 O 0 In In 0 0 ✓n O n 0 1- 0 o 0 0 O o w ~ U -1 o cJ n 0 n u O In N g o ul o v1 Ill In m �--I N I--1 N m o O In O In ry m ID N N N M In -4 O o � a r1 �--1' I --I m 14 ry V? v] V1 Vl V, to uti to ✓1 Vl N to V1 U} VT ✓ti V1 v1 1n V! 4A to VI- O O O O O O O S S S S S O O 8 0 O O O 0 O 0 O 0 O 0 O 8 O O Z O O O O O S O O O O O O O O S S 8 O O O O O O O O O 0 0 0 0 O O In c 8 S O o O 0 In 00 In O In li 1 lfl 0 O In 0 o" In o o 0 ID 0 `"'� 0 o 0 In 00 O o o U o — O p Q cd -4 -1 w O _ m m N 0 ('14!n In O cn VI 2 m .--I INc0 m ~O N Q 1� G Vl to Vl N V/ V1 to VT V1 V} In In N to to Vf Vl Vl V1 V) V) N O O S 8 O O g O O O O O O 8 0 001 W S 8 O 8 8 S O O O O C3 O O O O . 00, o o g o g g 0 $ 0 0 o -1 g In N 0 N In V o n 0 0 o 0 00 0 c W ~ u o o CDo v1 m In In 0 In O r.4 r1 8 r 0 0 0 In m n N ul i i ti o l7 a i ry r r m Ln VT V) V? V) VY VT N tn• VT V1 Vl V! Vl tN u? to V) vl 41 ut V1 t/'1 N O S S O 8 p S O O p O O O O O O O O O O O O O CD00008 O g 0 0 0 C Z O 8 O O 0 O O O O O I?O 8 8 S O O p S O 8 8 000000 0 0 In - O O O O O 8 S O O In O O O O O Cl O O In O O N •--1 O O O S O O 1- V1 c O O O O lD O •-1 O ID IO W N In M Q, rn -1 N O In In In W h 1 .--1 fV rl I --I In C '-1 r1 N N ii Q N to V1 V? to N V} Vf Vl uti V} N Vl V1 V? V1 V> In ut V) to to to O O O O O O O O 8 8 8 O 8 O O O O O 8 O O O O O O O O O O O O u ` O O O O O O O O O O O O O O O 8 8 O O O o O O O o O n O C) O O O p 0 O N F W U O O 8 In O O C O O O to O O O O O .--I M .ti .-I '-1 N -1 O O N O O O t Z O In �-I O -It +� cc �--1 N IN.--1 N ID ID l0 O 0 In r-1 m V} N to Vl V} N v+ V1 v1 v1 v/ to V} V} Vl v1 Vl t/'1 to Vl vl In V► O w Q cG O O O V1 V f) O W O m ¢ lV IN IN R r1 ry r, N H O W O_ G J J LL J W cm Z LLQl W W J W W W J •--' J U Vl Vl V) C C aJ u n ru O 2 m C IU Oc o0 Oal 2 N .� mC O M C 1n N f0 > al .o cu w zocL Vl 3 % Z C Z C C c cc°W " al aJu _ m I ,..E N YJ Ia u 'ry U al fQ C C ._ C C v QI Y f5� C-o aJ U _ al aD nD 3 61 C= al c C G cc C L " IV Co C In j m x uC C O o a a c c o ti o D u iD v' 1, v 3 ° 'a u �_O [Eo'�u5 aj N VYI N b0 V U Ei Z N `o IU 2 L .--� U �' > DYJ co CL LL N o mL' c�mU w o6 o1S Y-o o ... ,o n 3 in ° o ao o uDCo `^r^ro'^ '^ '^ Cn ) > v N Qa V1 x W aj �.+ ro U ro U w U l.J V l.J x d i J 0 -1 U ..c p„, N Q! lJ U [�y O OU U aJ Qw oD >-o V v- - C o> o oo �, o U L O C C Ix V aJ - ' J U U E= vl a m m C C m C E E F .. �[ u E F- c> > 1U c 'n u u2 m .N-1 Fes- N V u Q Ij a Io c�c m IY . w [° al N O o - o al LL - Q ✓� F- In w O V F- O rV rn v In u n w rn o ^+ m v 1n ID r` x m o 0 0 9 o z oo w as Do w ac oo cn m rn rn m o, m rn m m r O O c � O O _ 7 p O 00 O V I`O Q '-I C O U u w H U cr Y d U H Z � LnC c D O lO 2 rlr a Q o 0 � l7 02! c ~ U c �n l7 trf H Z ui 11 c � 00 N 1cu1 Q a d C W C_ H LU Z U O p� S C Z c D p 00 O N u Q �� ` N N O U cu W U OZ d m An w in Q F + Z Q N H 7 + � W J F... ZLLJ O U W H Q m J Q H O H Z x LJ W 2 � Z ri LLJ L.L U DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Waterline Improvements Bid #: 19-21, Construction Date: — Z, D l SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company.-- A�Q�L..._ Name A Address-uw,pw, Principal Office 3D ?.& �a.�+�'�s ► " l �i,� ��`, NtO 4.710 Corporation, partnership, individual, joint venture, other (�0.0-7 s-J-ean Arkansas State General Contractor's License Number 00/Itr -y/ fi (Type or legibly print) EXPERIENCE STATEMENT Bidder has been engaged as a General Contractor in construction for Z C-- years and has performed work of the nature and magnitude of this Contract for Zr years. Bidder has been in business under its present name for -LC 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.)d 00140-Bidder Qualifications 00140 - 1 DOCUMENT 00140 —BID DER'S OUALMCATION STATEMENT: (CONTINUED) 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.) 4. Has Bidder ever failed to complete any project? If so, state when, where. and why. �Q 5. Bidder normally performs the following work with his own forces: 411 *' "1' irle a 1'16s. "a RPFJ+'�2 — 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): -ao/ 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: I►� r�lLrS kS _ 8. Bidder's Workmen's Compensation Experience Modifier Factor is: , ?& 00140-Bidder Qualifications 00140 — 2 DOCUMENT 00140-13IDDER'S QUALIFICATION STATEMENT: CONTINUED FI ANCIAL STATEMENT A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: I . Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Jud ment Creditors a. b. Where Docketed and Data Amount 00140-Bidder Qualifications 00140 — 3 DOCUMENT 00140—I3IDDEWS QUALWICATION STATEMENT: CONTINUED Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: _ ��� .E Z r,I (OFFICIAL SEAL) Name of Organization: G e,J - _�gt-e�YG" G�'r C By. 191l�lnx (Ty UZ (Signature) Title r .r r (Type or legibly print) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140-Bidder Qualifications 00140 — 4 DOCUMENT 0400-BIJ) FORM Contract Name: Hotz to Maple, Pleasant Woods and Sang Ave. Waterline Project Bid Number: 19-21, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: 4)4L" Z2!/ 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 - Addendum 1 00400-1 17OCUMENT 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 � � 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. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400-Bid Form - Addendum 1 00400-2 DOCUMENT 0400-BID FORM continued 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. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other 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. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400-Bid Form - Addendum 1 00400-3 DOCUMENT 0400-.BID FORM continue(] 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 - Addendum 1 00400-4 DOCUMENT 0400-BID FORM c ntinued ........... ..__ BID SCHEDULE 1(Pleasant Woods Dr.) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL Act 291 1993 Trench and Excavation System 1 for Water and Sewer Installation LS 1 2 Traffic Control & Maintenance LS 1 Z., (,-a 3 Mobilization (Shall not exceed 5% of Schedule Bid LS °. 4 Site Preparation (Clearing, Grubbing & Demolition) LS 1 5 Insurance and Bonding LS 1 aG,000 f 6,000 � 6 Construction Staking LS 1 ,� Z, Dd o °� 2, 0o0 °= 8" PVC, C-900, Class 200 DR-14 523 to 0'� 0 3 3, 99 7 Water Main LF 2" Copper, Type K-Soft Water ° f2°✓ �9, foo 8 Service Tubing LF 1150 Three Way Fire Hydrant Assembly 9 with Valve EA 1 S`000°� rq 3; oo° °' 8" X 8" Tapping Sleeve and Valve EA 1 p� p ° 10 with Box So 6" X 6" Tapping Sleeve and Valve 1 if N,000 °= 41,00 0 0= 11 with Box EA 12 Epoxy Coated Ductile Iron Fittings LB 1500 i/O 0 0 / 000 0� 16" Direct Bury Steel Encasement ° 13 (Use as Directed) LF 34 A /00 3, y0 0 Connect New 2" Service Line to Existing o 14 Ball Valve and Existing Meter Setting EA 26 0/04,a 15 Rock Excavation CY 50 ZSra 0 a I I / Z, ro o o? 16 Temp. Asphalt Paving (Maintenance of Traffic) Ton 50 >� Zoo o # /.0, 000 °- Asphalt T-Patch 17 (Street and Driveway Repair) SY 575 TS�� is q3 18 Concrete Curb & Gutter Replacement LF 200 3 i °e A 7, 0 J 0 ° 0400-Bid Form - Addendum 1 00400-5 DOC>liN1EIVT 0400-BID FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 19 4" Concrete Sidewalk Repair SY 90 �-SS' �, 9S O eo 20 Remove and Replace Section of Existing Cattle Panel Fence LS 1 2 0° a °' (�' Z, O Do °= 21 Site Restoration LS 1 D► C � � /K, V160 yr 22 Tree Protection Fencing LF 100 rZ.5: A 23 Site Photographs & Video LS 1 i rco �� !{ ram 24 Erosion Control LS 1 O $ 2i Dag°' # 2, Doc o' TOTAL AMOUNT BID (SCHEDULE 1-Pleasant Woods) J1 2 99r, G 4/3_ OC BID SCHEDULE 2 (Sang Ave.) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL Act 991 1993 Trench and Excavation System 25 for Water and Sewer Installation LS 1 pp �= O 26 Traffic Control & Maintenance LS 1 Z fDp_V LA", p o 0 Mobilization 27 (Shall not exceed 5% of Schedule Bid) LS 1 p B p or O12L7D o� Site Preparation 28 (Clearing, Grubbing & Demolition) LS 1 pop 0^ A' j/ ODD _. 29 Insurance and Bonding LS 1 v 00 $0 30 Construction Staking LS 1 A I� S't7� g� aj' /S o0 °D 8" PVC, C-900, Class 200 DR-14 31 Water Main LF 650 32 2" PVC, SDR-13.5, Water Main LF 10 ' f „ ' 3 n ° = 2" Copper, Type K-Soft Water 33 Service Tubing LF 115 r 02 QI 5— 75 D 1" Copper, Type K-Soft Water 34 Service Tubing LF 65 o 30 °= 1% / %S G O'�_ 35 3" HDPE Encasement LF 150 a r Lin o 0 36 8" Gate Valve with Box EA 2 Zoe• ,�' go00 °�9_ Three Way Fire Hydrant Assembly 37 with Valve EA 1 Af S'00o w r0o0 �o 0400-Bid Form - Addendum 1 00400-6 nn 1lMF.NT n4nf)-RTn FORM !continued) EST. UNIT .... _............ ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 38 6" X 6" Tapping Sleeve and Valve with Box EA 1 O �l �{SDa7 ° Q jf �fpp 0 " 39 2" Ball Valve with Box EA 2 /�/000 °r ZDao 60 40 Epoxy Coated Ductile Iron Fittings LB 2200 ZZ o Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building ` Zo 0 0 VO 0 D °� 41 Service EA 2 Double Meter Setting, Complete, Including Pressure Reducer and °o Plumber Connection to Existing Building Z20o 42 Service EA 2 43 Remove Existing Meter Setting EA 4 / SRO 0 6.0 O 44 8" Saddle, V Corporation Stop and Tap EA 2 45 16" Direct Bury Steel Casing LF 24 i0 0 46 Cut and Cap Existing 8" Water Main EA 1 +4900 °r � Zo Ca 47 Cut and Cap Existing 6" Water Main EA 1 if /S 0 0-- 48 Abandon Existing Water Valve EA 1 ;P� ZOoT° Cut & Connect New 2" Main to _ 49 Existing 2.25" Main LS 1 50 Concrete Anchor Collar EA 3 Z S'DD 51 Rock Excavation CY 50 $-Zs; o Temp. Asphalt Paving °r 52 (Maintenance of Traffic) Ton 75 ZoO / f ODO Concrete T-Patch 53 (Street and Driveway Repair) SY 375 G °= L Z i01) 54 Gravel Driveway Repair SY 45�� 55 Concrete Curb & Gutter Replacement LF 30 moo A o� LS 1 �'/DB°o 56 Site Restoration 0400-Bid Form - Addendum 1 00400-7 DOCIJA1ENT 0400-BID TORN-1 ( con tintied) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 57 Tree Protection Fencing LF 40 58 Site Photographs & Video LS 1 S DO �— .ADD o! 59 Erosion Control LS 1 P ZOOa`p Z o00 �� 23`1 8Go °� TOTAL AMOUNT BID (SCHEDULE 2- Sang Ave.) BID SCHEDULE 3 (Hotz to Maple) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL Act 291 1993 Trench and Excavation System 60 for Water and Sewer Installation LS 1 015-19DO '° 4I S-000 61 Traffic Control & Maintenance LS 1 '30 000 go Ooo °= Mobilization 62 (Shall not exceed 5% of Schedule Bid) LS 1 �/�OBO arrIJOO Site Preparation 63 (Clearing, Grubbing & Demolition) LS 1 d *000,o 30000 64 Insurance and Bonding LS 1 tz"Poo �' Z' 65 Construction Staking LS 1f-- 12" PVC, C-900, Class 200 DR-14 66 Water Main LF 1980 $//O ZI7 170 0 ° 8" PVC, C-900, Class 200 DR-14 no f 24 G 70 0� 67 Water Main LF 254�� 6" PVC, C-900, Class 200 DR-14 68 Water Main LF 140 /a 0 vo / 0O0 0✓ 69 2" PVC, SDR-13.5, Water Main LF 75 1" Copper, Type K-Soft Water 70 Service Tubing LF 530 r S`SO 0 2" Copper, Type K-Soft Water 71 Service Tubing LF 10 0400-Bid Form - Addendum 1 00400-8 nor IIMENT 0.400-13I13 FORM (continued) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 72 3" HDPE Encasement LF 280 �� f / S''/0 O 73 12" Butterfly Valve with Box EA 8 74 8" Gate Valve with Box EA 3 ZDoo ( 00o 75 6" Gate Valve with Box EA 5� Three Way Fire Hydrant Assembly 76 with Valve EA 6 $5-000 °' 90 VP °o Remove Existing Fire Hydrant and 77 Return to Owner EA 4 g/O 00 o' 12" X 12" Tapping Sleeve and Valve 78 with Box EA 1 0 12" X 8" Tapping Sleeve and Valve ?000 70 oo °- 79 with Box EA 1 6" X 6" Tapping Sleeve and Valve P'IXOO ° � A 3 re o 80 with Box EA 3 rl 81 2" Ball Valve with Box EA 1 2 °= OBo ,� 2a o0 co 82 Epoxy Coated Ductile Iron Fittings LB 13000 ° ,�/O v� 4 / ao 30 daa � -- Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building oO pao 0 83 Service EA 20 ° 84 Remove Existing Meter Setting EA 20 Zip ° gO00 °O 85 12" Saddle, ]"Corporation Stop and Tap EA 20 r00 �/p DOO 86 24" Direct Bury Steel Casing LF 40�$`0 ° o ° Q pd 87 Cut and Cap Existing 6" Water Main EA 5 a D 88 Cut and Cap Existing 1.5" Water Main EA 1 0400-Bid Form - Addendum 1 00400-9 DOCUMENT 0400-BID FQIZM (continual) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 89 Abandon Existing Water Valve EA 10 e2io0 av Remove Cap & Connect New 12" Main 90 to Existing 12" Main ..._�...�...-.-._ .......................... .._-. LS 1 �Q �0 75 0 o O Remove Cap & Connect New 8" Main 91 to Existing 6" Main LS 1 00 S`06 r Remove Bend & Connect New 6" Main O 92 to Existing 6" Main _ LS 1 _ Cut & Connect New 2" Main to Existing 93 1.5" or 2" Main EA 3 94 Rock Excavation CY 50 y vo Temp. Asphalt Paving 95 (Maintenance of Traffic) Ton 100 Zoo loopiW OOv Concrete T-Patch 96 (Street and Driveway Repair) SY 1450 ��II P le 0 a' S 7000 97 Gravel Driveway Repair SY 150 9 o� Z'700 Concrete Curb & Gutter Replacement 98 (Use as Directed) LF 80 4" Concrete Sidewalk Repair 99 (Use as Directed) SY 30 �S�uc / �[� SRO v" 100 Site Restoration LS 1 eil,9 600 7l 0000 b 101 Tree Protection Fencing LF 250 Z J'n f v� 102 Site Photographs & Video LS 1 f—0 S'pp a v 103 Erosion Control LS 1 5-OOi7 vo Sr00o �� 104 Concrete Anchor Collar EA 4 DD /O QOD a_ TOTAL AMOUNT BID (SCHEDULE 3 - Hotz to Maple) TOTAL AMOUNT BID (SCHEDULE 1+2+3) 0400-Bid Form - Addendum 1 00400-10 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, Schedule 2 and Schedule 3. Bidders shall bid on both schedules. Failure to bid on all Schedules shall result in bid rejection. 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 6-13ID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of C� 11-0 Dollars ($_.—..__ _..} B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICXf IONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: s Email in Phone No. rdI- Z f—�lils� Fax No. ,Z 3 r 0400-Bid Form - Addendum 1 00400-11 I)OCUMFNT 0400-BID FORM continued ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on `Z�/o Q - 20L0 Arkansas State Contractor License No.'gig If Bidder is: An Individual Name (type or printed): By: Doing business as: Business address: Phone No: Email Address: A_Partnershin (Individual's Signature) Fax No. Partnership Name: (SEAL) By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed):, Business address: Phone No: Fax No, Email Address: 0400-Bid Form - Addendum 1 00400-12 0] I)0CUi11ENT Oal1E1-B1D FORM iennfinued A Corporation or 1L Corporation Name: ' -4-tn 61. (S LA 1,) State of Incorporation: Type (Geiieral Business, Profession , Serv' , Limited Liability): By: (Signattfrie of general partner -attach evidence of authority to sign) Name {type or printed): ArGe Title: Pr. fr ar"" �y Business address,_ krl v 4'--le Phone No: pl x V-F41,6 Fax No. (o Z 3 7 Email Address: + Zr3����` a c. s. eA04-1 Tax ID Number (TIN) el 316 G 4Io S�Z DUNS # _� � 7 c- 2 Z 5� 6 Cage Code: t 2iV 01-1,4 END OF DOCUMENT 00400 0400-Bid Form - Addendum 1 00400-13 DOCUMENT 00410 --13ID BOND KNOW ALL MEN BY THESE PARSENTS: 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 _ Connecticut 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 _ T Dollars ( _ 5%....,.,_ ....;, 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: Holz to Maple, Pleasant Woods Dr. and Sang Ave. Waterline Improvements NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shell 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 00410— 1 DOCUMENT 00410 —BID BONiI) (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 fltll force and effect. Signed and sealed this 20th day7Februan- 2019. _- KAJACS Contractor , Inc. By � ,ro ��-✓' osf r SURETY Travelers C alty'Pd Surety Company of America Casey M. Parisoff, Attorney -in -Fact (CORPORATE SEAL) ATTO -IN-FACT (CORPORATE SEAL) 'Kathy L. i agar, Witness (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF DOCUMENT 00410 00410-Bid Bond 00410-2 Travelers Casualty and Surety Company of America '111111111111111k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; Thal Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Campanies'), and chat the Companies do hereby make, cons lilule and appoint Casey M. Parfsoff, of Overland Park, Kansas, their true and lawful Altomey-in-Pact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing fronds and undertakings required or perm iIled in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. ads � IVl1iiGP8. �y1r( y fs State of Connecticut By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 rM � •tnt�4�* Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-i n- Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate o€authority may prescribe to sign wilh the Company's name and seat with the Company's seat bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditlonal undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is in writing and a copy Ihere of is filed in the office of the Secretary; and it Is FURTHER RESOLVER, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice 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 with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed [under seal, If required) by one or more Attomeys-in-Fad and Agents pursuant to the power prescribed in his or her certlf#cale or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signa lure of each of the fallowing officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may he affixed by facsimile to any Power of Attomey or to any certificate relating thereto appolnting Resident Vice Presidents, Resident Assistant Secrelaries arAll orneys•in-Fact for purposes only of executing and attesting Bonds and undertakings and other writings obligatory in the nature [hereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimlie seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surely Company. and Si. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this 20th day of February , 2019 qa wr,, ` ,,, •�, ,ytrt sex ti Kevin E Hughes, Assistant Secrelary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. DOCUMENT 00430 — LIST OF S U B ON TRACTORS 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: Hotz to Maple, Pleasant Woods Dr. and Sang Ave. Waterline Improvements Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Utility Installation SWPPP/Erosion Control Clearing/Demolition Concrete Landscaping Material Testing Other (designate) NOTE: This form must be submitted in accordance with [hq fnstructigKS to Bidders. s aign�rur� END OF DOCUMENT 00430 00430-List of Subcontractors 00430-1 License No. 00499503/9 State of Arkansas Commercial Contractors Licensing Board KAJACS CONTRACTORS, INC., D/B/A SEMPIPE PO BOX 969 POPLAR BLUFF, MO 63902 This is to Certify That KAJACS CONTRACTORS, INC., D/B/A SEMPIPE ID #6231 is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL & 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 Rock, Arkansas: �u/✓ V CHAIRMAN SECRETARY March 9, 2018 - sh Arkansas Secretary of State Mark Martin Rif NSA State Capitol Building • Little Rock, Arkansas 72201-1094 • 501-682-3409 Certificate of Good Standing I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show KAJACS CONTRACTORS, INC. formed under the laws of the state of Missouri, and authorized to transact business in the State of Arkansas as a Foreign For Profit Corporation, was granted a Application for Certificate of Authority by this office March 8, 1995. Our records inflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 25th day of January 2018. Mark Martin Secretary of State Online Certificate Authorization Code: 41 al 456278586a9 To verify the Authorization Code, visit sos.arkansas gov *10 West[aW, V.A.M.S, 34.076 Vernon's Annotated Missouri Statutes Currentness Title IV, Executive Branch 'A Chapter 34. State Purchasing and Printing (Fiefs & Annos) 'N State Purchases -► 34.076, Oat -of --stele contractors or products for public works, requirements, exceptions 1, To the extent permitted by federal laws and regulations, whenever the stzteorMissouri, or any department, agenoy or ins titiatian thereof nr any POJitiaaf subdivision shull let For bld any contract to a contractor for any public works or product, the co, in•actor or bidder domicfIEd outside ti,e boundaries Of the state of Missouri shall be required, in order to be succtsSNI, to submit a bid the sane percent Icss than the lowest bid submitted by a responsible contractor cr bidder dotniciicd in 1l+Fissouri as would be required farsuch a Missouri domiciled con- rractor 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 doriciliary &rate and, further, the contractor or bidder domicitod autside the boundaries of Missouri shall th required to submit an audited financial statement es would be requirrA of &I(a- souri domiciled contractor or bidder on a like contract or bid being lei in the domiciliary state of that contractor or bidder. 2. Subsection 1 Of this section shall not apply to any enritracior who is qualified for bidding purposes with the department of transportation and submits a sucacssfut hicl wherein part of or all funds are furnished by the United States, 3. Subsection I of this sec:ion shall not apply to any public works or product transportation where the bid is less than Gve thousand dollars. CREDI T(S) (L.1983, KB, No. 22, p. 283, § 2. Amended by L.1995, M.B. No. 562, § A.) HISTORICAL AND STATUTORY NOTES 2001 Main Volume Tftc 1995 artiendment,made a gander neutralization change in subsec, l; and in subsec. 3 substituted "five thou- sand dollars" for "five hundred dnllor ,11 LIBRARY REFERENCES 2001 Main Volume 02009 Thomson Reuters. No Claim to Orig. US Gov. Works. Page F Page 1 of i V.A.M.S. 34.076 Page 2 stares ¢;Zp 98, 1Ucstlaw Topic No. 360, G.I.S. States ¢§ 160 to 167. NOTES OF DECISIONS Housing authorities I 1. Housing authorities however. certain Lain l c, iha Missouri Purchasing L.aw, does nat as a whole ap�:ily to the St. Louis Housing Authority; hnwe�er certain scctiDlIs within the chapter do apply E7p.Atty,Gen, Lcuer No, th8-90, Bass, Housing V. A. M. S. 34.076, MO S1-34,076 Statutes are currant through the and of the 2009 First Regular Session of the 95th General Assembl corttcti0M recci►+ed frarn the Wissouri Re►h%or of StaruteS. Constitution �s eurrartt tirreugh theT�oYelnhcr d 2008 Gcnerdl Election, er bet 4. Copr (c) 2009 'Thomson Reuters/West. END OF DOCUNMNT C 2009 Thomson Reuters. No Claim to Orig. US Gov. Works, r/Meb2mest'law r•.nm/nrinll...:.,a..___._ Page 2 of i THE SCOTT LAW GROUP LLC Attorneys at Law- 3S7 North Main Sweet, Post 011'1cc Burs 125e P013iar Bluff, Missouri 6390! L. li;�r �raNt loin; r irall 1.1 t:crlii FicncL 1-ndra Hrioiklr.y Scott August 16, 2013 \as. Sheila Calvert t<;�UACS Contractors, lnc 3026 Cravens Road Poplar Bluff, Missouri lv)issou!'i Preference ,Law for Domiciled Contractors Dear Sheila: Phnnc 573.78S-+6S8 FAX 573.785.3197 PC[' your request 1 Billproviding this opinion relating to Missotn-i Statute 5ectioil '34.076 Ot- it relates to bidding; by resident and nonieside]tteonu'tictors. That section requires successful bidder domiciled outside Missouri to submit a bid at the same pel'cell I less than the IawcsI bid submitted by a biddzr domiciled ill Missattti 8s WOUId be required for a bidder donliciiad in ,IMiSSE) Uri to prevail over a hi rider domiriItd Outside Missouri an a I ikC ctantt'act or bid being let in that bidder's domiciliary state, Additionally, a bidder domiciled ❑utside of Missouri must subliiit an audited financial statement as would be required ill that bidder's state of domicitiary if a Missouri bidder was submitting a bid ii: that state, F'ssentially, if a Missouri bidder would be required to meet any of these conditions in the state of another bidder. then that bidder would have to meet these conditions to be successful in Missouri. ri cc)ucse, the preference statute is limited to the eXtent it is permitted by federal laws rend ei�trlatiorts it 312ecii c;tliy does not apply to any contractor who is qualiflyd for bifddtnL. Ifulposes whit the delmrtmenI ❑f transportation and submits asuccessfirl bid wjleretil part ill all of Ole Binds are ftii-niched by the United States. .Addkionally (he tat cicretice law does not apply to any public Works or It'attsportation project where the bid 1.9 less dials five thousand dollars. ajiv' qUeS' ions or need clarification any clarifi w%'1111w - .1 please feel iee to COMOCT me MICI-IAEL 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): KAJAC5 Coil(, -actors, 111c. pi-esi► ent, 1994 to Itresent. Responsible for all operations of general contracting company, From balding jobs to completion of'all work in a timely, accurate, and elficicrst marrscr. Jobs consist ofwaterlsewer lines, watcrfacwer treatment plants, and all types of commercial building Responsible for hiring/firing oCall man�igers and superintendents. Control all financial decisions for the company. Locate and bid all jabs, as well as oversee successful completion ofjobs. Responsible for all equipment purchases. Hold final authority or; al decisions made for the company. Member tff Board of Directors holding i-Inai authority osz corporate decisions. SeIrCnyployed Boring Con Ii-actoi', tune 1993 - November 1993, Self employed boring contractor. Contracted for completicrn ol-,411 types of boring projects. Respnttsible for obtaining boring jol)s orall sires, then successfully completed them. Purchased equipment and made all financial decisions relevant to operations. Robertson, Inc. Project Manager, October 19,36 to June 1993. Responsible for obtaining and mang4ing all types of undcrbrOund utility projects, Duties included lo.catirig acid bidding jabs, hiring personnel, and managinL, the job from beginning to end including; purchasing necessary materials. Also trained backhoc and dozer opc;ralors and laborers. Bi-auson Contractors, Project manager, May 1974 to October 1986. Projects I managed included mainline sewer, city sewer and rehabilitation projects, mainiirre water distribution projects, in -town water projects, cross-country water projects, wetland rehabilitation projects, water and wastewater projects, state highway projects, street R 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 63901 1 501.772.7249 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, KAIACS Contractors, Inc„ Poplar Bluff, Missouri December 2004 Affiliated with various projects including public water systems, highways, bridges, sanitary systems, and treatment facilities. December 2004 to Project Manager/Estimator, KAIACS Contractors, Inc., Poplar Bluff, MD 63901 Present • Involved in construction project management and project estimating. EDUCATION 2004 Bachelor of Science in Civil Engineering, University of Science & 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, M0. 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 Prajecl estimating. 'Broad range of project experience includes: water treatment, supply, distribution, and storsge design. wastewater collection, pumping, and treatment design; wastewater disinfection; site development and }Manning; traffic design including, streets, roads, and bridges; preliminary engineering reports for various projects; construction inspection of various projects; airport ramp, runway and taxiway and fuel facilities. Experienced in project and construction management, contract administration. andcost conic-ol on projects IArith engineering and construction costs over $5 million. Experienced in MI]Nlt, NPDI-S, 40 i .and other permitting. EDUCATION Arkansas State University, B.S. Civil Engineering, 2002 Twin Rivers High School, Broseley, Missouri, 1995 EMPLOYMENT HISTORY KAJACS Contractors, Inc., Vice President, Project Manager/Estimator, 2010 to present S.H. Smith & Coxnpa>r1y, Project Manager/ Project Engineer/Construction Inspector, 2002 to 2010 Associated Engineering and Testing, Laboratory Technician/Inspector, Summer 2001 S.H. Smith & Company, Laboratory Technician, 1998-2000 LICENSES, REGISTRATION, AND CERTIFICATION Registered Professional Engineer: Missouri (2007002855) OSHA 10 and 30 hour certified Contractor's License (qualifying agent in AR, AL, MS, LA & TN 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 (MSPE): Member PROFESSIONAL EXPERIENCE September 2010 to Present: Vice President; Project Matrager/Estimator KAJACS Contractors, Inc., Poplar Bluff, Missouri Construction project management and project estimating. C:IUSERS%RWILLIDESKTOMERSONALaODOF.R RESUME 8-30.2017.DOCW30R017 (3:39 PM) Page 1 of Z Revised 12/BM5 Resume of RODGER G. WILLIAMS It P.E. May 2002 to September 2010: Project Manager S.H. Smith & Company, Consulting Engineers, Poplar Bluff, Missouri Page 2 of 2 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:WSERSIRWILLMESKTOPPERSONAURODGER RESUME &30-2017.DOCW3012017 (3:39 PM) Revised: 12AII2005 in LittleOffices Rock, AR and Poplar BluFf, MO CONTRACTORS, CURT CARINGER 627 RADCLIFF LANE POPLAR BLUFF MO 63901 573-686-6384 Graduate of Poplar Bluff High School, 1985 Poplar Bluff, Missouri EXPEJJENCE-. 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 wwwAajacs.corn July 2003-January 2005 Employed by Hill -Huffman Construction & Engineering, LLC, 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, Wappapello, 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 flock, Arkansas. Duties included supervision of heavy equipment operation and maintenance, excavation, and grading, supervision of labor in designated area; responsible for project performance and scheduling of activities in designated area. 1994-2001 ry• Fni ial nnnnrh rni by Fmnlnvar �,a ivr+• 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 Water 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, Misssouri 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, Missourr 1994-Laborer for: Oak Grove Heights Sewer Line Project, Oak Grove Heights, Missouri Hoxie Sewer Line Project, I-Ioxie, 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 CERTOCATIM: Construction Quality Control Management for Contractors -Corp of Engineers Owner: Address: Maumelle, Aft Contact Name: Maumelle. ARcob iele hone Number: Ja Giili Job Name 5Ja 371-0272 Location Counts Massey Sewer Ext. 'Contract Amount. Maumelle, AR Started' 5692,500 � Corn le le: Oc[-17 Owners Representation In Progress res s Bidders Re resentation: Jacob Fundingillip Agency Aron Parsons Soo Job Number. Sewer and Water line Ext 491 Address: wwp o lei 1„I I 1111 ull Contact Name_ Vicksburg Contracting Office Tele hone Number, Scott Brown Job Name: 601 631-7902 Flood Control - Levee Repair Location. .Contract Amount: Lake Village, AR Started: $5 450 400 Com fete: Nnv-17 Owners Re resenlation: In Prowess Bidders Re resentation: Scott Brown Fundin A enc Aron Persons 5co Cor s of En tncers e- Levee Repair and Outlet Control Struclure Joh Number owner Address. R: e , Mississ3 1 y sissi I _..... Contact dame Ri !e , lutississi i Tele hone Number: i3retl Brooks Job Name- Gti2 840•9063 l_oCation_ Phase One Collection Improvements Contract Amount: Ri fe . Mississi i Started: S1,757,225 Complete: Jul-17 Owners Representation In Progress Bidders Re resentation. Brett Brooks Fundin A enc Rnrfeiar Wlli;n ms Sco USDA Joh Number: 5,400' of 18" 3 4,E300' of 15" l� 12" GSL, 1.2ofl GPM PS 489 Owner Eudora. Arkansas Address: Eudora, Arkansas Contact Name: Bill Ga Gaunt Ga nt Tele hone Number (87[3 231 'lob Name Eudora Water System improvements Location. I Irdora, Arkansas Contract Amount: $2 829 6�5 Started: Cam fete. Jun-17 Owners Representation: In Progress - Representation Bill Gaunt Fundirs Fundfnr�Ayene _J itod er Williarrss o USDA Job Number umber. '� 60. ,1Z00 LF of 6"4" and 3- Water Line 46t3 Central Arkansas Water 201 E. Ca ital Ave me; Thomas Wra Number: V 50t 372-5161 30" Maumelle Water Transmission Line Maumelle, Arkansas Contract Amount: $6.125.000 Started: Feb-17 Cam fete. In Prowess Owners Re resentation: Thomas Wray Bidders Re resentation. Arun Persons Fundin A erne Central Arkansas Water Sco 30.000 LF of 30" Ductile Iron Pipe Job Number: mber: 487 Owner: Cityof Birch Tree Address: _ Birch Tree, Mo Contact Name. John liar lire Tefe hone Number: 573.778-6393 Job Name: Birch Tree Water 5 stem Irn rovements Location: Birch Tree, Ma Contract Amount; $2,4RB,000 Started: Feb-17 Com lele. In Pr ress Owners Re resenlation: —Representation: John Sur lin 90ders Ethan Ho and -undtn A enc Dept of Natural Resources Scope 50,000 Lf of 6"A" and 3" PVC hob Number. 486 Owner Central Arkansas Water Address. 201 E Capital Ave Contact Name: Joe O'Hara Tefe hone Number: 501.372.5161 Job Name: 36" Concrete Main Re lacement Location. Litlle Rock, Arkansas Contract Amount. S322 300 Started, Feb-17 Complete: COMPLETE Owners Re resentation Joe O'Hara Bidders Re resentation. Rodger Willmrnr, Fundin A enc Cenlral Arkansas Water Sco e: 400' of 36" Ductile Iron Pike Job Number 485 Owner Van Buren Municipal Utilities Address Van Buren, Arkansas Contact Name; Barry McCormick Tefe hone Number 479-474-1227 o ... .... ... _ Prospect Water Transmtssion i.ocalion; Line Van Buren, Arkansas Contract Amount: $841 385 Started Nov-16 Conn late COMPLETED Owners Representation. Barr McCormick Bidders Representation Rich Prosser Funding A jericy Van Buren Municipal Utilities 1 F>~MA Scn a 2100' of 18" Ductile Iron Water Main Job Number 4841 Owner: Cily of Fort Smith Address: Riverview Drive Contact Name. Neal Morrison Talehone Number, 479-452-1933 Job Name. Fort Smith Ar Liftslatlon Location; Fort S Smith, Fart Smith, AR Contract Amount: , 0 $1.59!1?J2015 5tarled• Complete: complete Owners Representation. Neal Morrison 9tdders Re resentalion Rod9 er Williams. Estimator Fundin A enc Fort Smith Demo and replace Pump Stations. sewer line Job Number: 478 Cityof Wardell, Mo . Wardell, Mo Name:Ma or t3 rd ne Number: jdd 573 fi28-3500 e.Wardell Water Im rovements :Wardell, Mo Amount:52,156,6G4 111712t]15 e: complete Owners Re resentation: Shultz and Summers Bidders Representation: Rick Prosser. P.E. , Project Mana er FundingA enc : USDA scope Water line replacement Jots Number: _ 477 -­V. Cityof Mounlafn View AdFNamei Pd Box 1090 Mountain View, MO 65548 Co Ryan Lorton Teimber: 573-418-1450 JobMountain View Loc Mountain View Airport Apron Contract Amount: $183,983 Started: 11/712015 Corn lets. Com lele Owners Rt resentation; Mike Wake Bidders Representation-'--- Ethan Hod ard, Estimator Funding Agffcy. Cj1Y of Mountain View Scope: Airport Apron Ex ansfon/Stormdrain Job Number 476 . s.. t Name: Cityof New Madrid HWY U .Jacob Ortega ne Number. 573.785-9621 me: New Madrid. Mo State HwyU Wate Im rovai n. NOwners _ New Madrid, Mo l Amount: S216,405.00 9/1211Q15 le: _ Com lete Re resentation: Jacob Ortega Ddders Representation: Rod er Williams, Eslinialor Fun din A enc City of New Madrid Scope. Construction of water line for U Hwy lank Job Number- 475 Address: City o Cape Contact Name: 401 Independence Cape Girardeau, MO 63703 Tole hone Number- Nan- Poston, Est. Coordinator Job Dame, 573-339-6300 Location. Water Main Extension- Cape Girardeau Contract Amount: Cape Girardeau Started. 5949 925 00 Cam late. 21-Jul-15 Owners Re msenlation. Complete Bidders Re resentativn Nano Poston Fundin A enc , Rodger Williams, Estimator e. City of Cave 10 b Number. Water Main Extension 474 Ownor: Address: CAW Contact Name; 201 E Capital Ave Tele hone Number Thomas Thomas Wr a Job Name' -Wr 5161 Location: Arch St Line Relocation Contract Amount: Lil$lie [Je Ro Ra Rock. AR Started' 5 00 Co m fete: 7-Ju1-15 Owners Re resentaliow Complete Bidders Re resentation: CAW =undln A enc Rod er Williams. Estimator 3co a CAW Ivb Number Line Relocation 473 Address. 20 t E. Car slat A Contact Name: ihornas Wra Tele hone Number, -k hl.. - 501-377-ST 6 t 1 Contract Amount N. Little Rock $479 725 00Started. Com . 17 Au15 Re resentation Com complete tation- CWA FundingAttenc Rder3Wll iiams. Estimator Soo pe CAW Job Number, Line Relocation 472 Address CWB En sneers, Inc Gvrifact Name 205 W,3rd Place, Russellville, AR 72811 Tole hone Number Kr::lli Gre ❑ Kelli Greg ory Job Name' 717 Location: Russellville, AR Waste Water Im rovemenls Conliact Amount; Russellville. AR Started $1,840.425.00 Complete- 13•Jul-15 Owners Representation. Com iete Bidders Representat on Kelli Greg- Fi-�ndin A enr Rodger Willsarns, Estimator -Scope CWB En sneers, hi Job Number: 4156 LF 8"-12" sewer i e • 2796 LF of 21 "-24" Sewer 471 Owner: City of Minor .Address: _ 103 Stata Rte H Sikeston MO 63801 Contact Name: Darren Chapman Telephone Number: 573-471-8520 Job Name: Minor Location: Minor, MO Contract Amount: $434.925.00 Started: 10-Au -15 Complete: Complete Owners Representation. Darren Cha man, Mayor Bidders Re resentatton. Rodger Williams, Estimator Funding Agency: City of Minor Scope: Water mains, fire h drants, valves Job Number: 470 Cityof New Madrid I -I U CR 732 me: Donnie Brown, Mayor Number: V 573-748-2866 New Madrid Pum Station New Madrid, MO Contract Amount. S1,373,650.98 Started: 11-Aug-1 5 Complete: Com leled Owners Re resenlation: Jacob Or1e a, Smilh & Cc Engineers Bidders Re resenlation: Rodger Williams, Estimator Funding Agency: City of New Madrid, MO Scope: 2 Stormwater inlets, Purnp Slatlon, Wet Well Job Number: 469 Owner. Benton Public UVNY Commission Address: 1827 Dale Street, Benton, AR 72015 Contact Name. Terry McKinney Telephone Number, 501-776-5931 Job Name: Al_COA Road Water & Sewer Utifi Relocation Location: Benton. Arkansas Contract Amount: $1.545.637,37 Started- Feb-15 Com lete: Com leled Owners Representation. McClelland Consulling Engineers, Inc. Bidders Re resantatiow Rodger Williams, Estimator Funding A enc : Scope. Water and Sewer Relocation Job Number: 468 Owner: Cily of Okolona, MS 703 Crossover Read, Tu elo, MS 38802 rAddress: ntact Name. John Mark Weeden e- hone Number: 662 342-73811 Name: Construction of Sanilaa Sewer Collection Rehabilitation & Re lacemenl Location. Okolona. MS Contract Amount: 2,447,846.78 Started: Feb-15 entation Cook Co in En ineers, Inc. entation: ft Rod er Williams, Estimator : USDA Saniflary Sewer Rehab & Replacement IJob Number 467 Owner. Address: Contact Na►ne: Telephone Number. Job Name: Location: Contract Amount: Started. Corp of En 'Weer; Devalls Bluff, AR Gary Hamlel 870-351.9121 Grand Prairie Dischar e Devalls Sluff, AR $6,058.309 _ Mar-15 """" bidders Re resentatlon. Keith Huffman, Huffman Construction Rodger Williams. P.E. - IWACS Contractors Job Job Number: 2500' of 120" Steel Welded Pipe and approx- 85,QD0 c of excavation 466 Owner: Address. Southern Sank Contact Name 901 Vine Si, Poplar Bluff, MO 63901 Tele hone Number- Bill Cobh Job Name' 573 785-9621 Southern Bank Main Office - Phase --I -o :nnlract lract Amount: Corner of ShelbyRoad & Oak Grove Road - Po lar Bluff. MO Started: $47T,867.00 . - -- - 1 -.. NOV-14 Smith 8 Cam an En Ineers nFurdin Re resentation: Rodflier Williams, Esirmato► A enc .Site Concete,Sit,tilities &Concrete ber: 465 Address. Cit of Tu eto, MS Contact Name. 703 Crossover Raad, Tu elo, MS 38802 Tele hone Number: John Mark Weeden Job Name. 662 842-7301 Area 2 Norih Indian Hills Water System Improvema Lowt;on_ `ne Colract Amount. _ Tupelo, MS MS Started: � 1,upelo, 0.00 Corn late- Nov-14 Ownars Re resenlaiion Com fete Bidders Re resentalion- Cook Co in Engineers, Inc. Fundin A enc Rad er Williams Sco a Water Line Extension Job Number- 464 Owner FrazicrPike Public Facilities Board of Pulaski Count Address: Conlaic, Name, 1 Innwood Circle, Suite 202, Little Rock, AR 72212 Tote hone Number - Rick Thomas Job Name, Location Frazier Pike Water Line Improvements Contract Amount: Little Rack, AR Started. $796 500 0Q Complete: 14-Nov Wiers Representation, Comvlele B�ddr.rs Re rpsentalion Marlar En inr wren Co, Inc. Frindin A enc Rodger Williams, Estimator Sco e: Job NUMDer Water Lines 462 Owner. City of Keiser, AR Address 2114 E Matthews Ave, Jonesboro, AR 72401 Contact Name - Telephone Number 870 972-5316 Job Name. Water S slem Improvements Location: Keiser, AR Contract Amount: 5724,725.00 Started: 14-Oct Com lets: Complete Owners Re resentation. Civil Engineering Associates. LLC Bidders Representation. Rodger Williams Funding Agency Scope Water Lines Job Number 461 Owner. City of §ryant, 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 Pump Station to CAWLocation, Bryant, AR Contract Amount: $740.750.00 Started: 14-Oct Complete: m CoIsle Owners Representation: Crlst En ineers, Inc. Bidders Representation Rodger Williams Funding A enc Sco a Water lines Job Number 459 Owner Cil of Cave 5 rings Address: 1810 College Ave, Fayetteville. AR 72703 Contact Name: Robert White Tele hone Number: 479 443-2377 Job Name: Cave Springs Arkansas Sewer Location: Cave Springs, AR Contract Amount $1,050,130.50 Started Au -14 Carnplele: Complete Owners Representation- McClelland Consultin Engineers. Inc, Bidders Representation: Rodger Williams Funding Agency: 5Co e. Water & Sewer Lines Job Number 457 Owner: Ci of Poplar Bluff, MO Address: 501 Vine Street. Po lar Bluff, MO Contact Name: Billy Cobb Telephone Number: 573-785-9621 Job Name: Oak Grose Road - Phase III Location; _ Oak Grove Road $2,600,000.00 Contract Amount: Started: 2014 Com fete 2015 Owners Representation: Smilh Co Engineers $idcfe(,; Representation. Rodger Williams, Estimator Sco e. _ Approx 112.009 _cy of excavation and widen existing ronrrele road Owner Address: t:it of Bald Knob 900 W Markham. Little Rock, AR 70201 Contact Name. Tete hone Number- Adam Triche Job Name: 501 371-0272 Location: Water System Im rovements Contract Amount Bald Knob, AR Started. $349.000.00 C'ompiele, Au -14 Bidders Re resentation; MCClelland Consultin En ineers, Inc. Sco e Rodger Williams, Estimator .lob Number Pump Station 450 Owner: Address. Benton Utilities Contact Name: 1827 Date Street, Benton, AR 72015 Tele hone Number, Dewa ne Hood Job Name. 501-776.593i Location: Edison 24" - Benton Utilities Contract Amount: South Market Street, Benton. Ar Started. $5ti1,711.0t} Complete: June 2013 Owners Ro resantation Cam fete Bidders rs Re resentation- McClelland Consuitin REn ineers Scope Wallace Thomas. Estimator Job Number 24" Gravit Sewer Address Benton Utilities Contact Name- 1827 Dale Street, Benton, AR 72415 Teie hone Number D5oway ewa ne Hood Job Name 6 5931 Location. Thomas Pasture Pum Sta;ion Conl►aCt Amount: Brents Ford Road, Benton, AR Started; S735,220.00 Cam fete: June 2013 Owners Re resentation Con' fete Bidders Re resentation; McClelland ConsultingEngineers 5ca e. Wallace Thomas, Estimator 20" Force MainlPum Station Rehab Owner: Address- Ci;y of Poplar Bluff MO Contact Name .� 501 Vine Street, Poplar Bluff, MO Telephone Number John John Bur clin .fob Name: 2-4?02 Location; Oak Grove Road - 5 Lane Phase li Contract Amount: Oak Grove Road Started- 53,100,000.00 Cam fete: 2012 Owners Representation- 2013 B rdders Re resenlatron I Corner & Shifrin, Inc Scope Rodr er Williams, Estimator A{x rox- 75,000 cy of excavation and construct 5-1ane concrete road Owner. HMA Job Name- _ Poplar Bluff Re ionat Medical Center Address: Poplar Bluff, Mp Contact Name. Mike Berlelsmann Teie hone Number. 314-220-1121 Location: Poplar Bluff, M❑ Contract Amount: S11,019,955M Started: Oct-11 Cam lete: Jan-13 Owners Representation: MJ Harris - General Contractor Bidders Representation: Rodger Williams - Estimator Scope: Approx. 415.000 cy of earthwork and silework for new hospital Owner: Cit of Cla►ki n Job Name: Clarkton Treatment Plant Im rovemenis Address: Clarkton, NAO Contact Name: Tele hone Number: Locatlon: Clarkton, MO Contract Amount: $2.453,880,00 Started: February 2012 Complete. February 2013 Owners Representation Ty Milner, Schullz & Summers Bidders Representation: Rodger Williams, Estimator Scope: W Treatment Plant & Line Work KAJACS Contractors, Inc. Poplar Bluff, Missouri FINANCIAL STATEMENTS November 30, 2017 KAJACS Contractors, Inc. Poplar Bluff, Missouri November 30, 2017 PAP Financial Section: Independent Auditots' 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 ' cr1hti-(.)):; 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 KRAFT, MILES & TATUM, LLC CERTIFIED PUBLIC ACCOUNTANT'S 165U WEPT HARPER. ROVLARiattll F. MISMORI 001.1195 ()7))-7a ")S FAX i5 7.1) 761-011+ INDEPENDENT AUDITORS' REPORT Board of Directors KAJACS Contractors, Inc. Poplar Bluff, Missouri Report on the Financial Statements We have audited the accompanying financial statements of ItiA)ACS Contractors, Inc., (an S corporation}, wlaicil comptise the balance sheet as of November 30, 2017, and the related statements of income, comprehensive income, stockholder's equity; and cash flows for tic year then ended, and the related notes to the financial statements. Management's Responsibility for the lE in=ciai Statements il.'lanaf;cment its resposrsible for the preparation and fair prescttcation of these financial statements in accordance with accouilting principles generally accepted in the United States of America, this includes the design, implerneritation, and maintemmcc of internal control relevant to the prepamdon and fair Presentation o£Financlsi statements tbatare free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility* is' to express an opinion on those ktnnncial srtrcmcsats based nn our audit. We conducted our audit in accordance with auditing standards generally accepted in the United Sri tes of America. Those standards requite that we plan and perfoxm the auclit toubutin rcasranalsle assurance about whether the financial statements are free from material rriisstatement. An audit involves performing procedures to obtainaudit cvidence about tht: atxutunts And disclosures in the financial statements. The procedures selected depend on tlae aiudicor's jurlgnicttt, including, the assessment of the risks of material misstatement of the financial st:itcrnents, whether dole to fraud ur Cl-mr. In making those risk assessments, the auditor considers internal control relevant to the. entity's preparation and WE: presentahoh of the financial statements in order tp design audit procedures that are appropriate in the circumstances, but not for the purpose of cxpressiug an opinion on Elie effectiveness of tic entity's internal control. Accordingly, wc. express no such opinion. 1111 audit alst7 i.iiiiuclo s cti aivatting the :i.pprril�riarGness of accounting policic-; used anti the: reasonableness of sigiaificant accounting estimates made by management, as well as evaluating, tile overall prc9'enrauon 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. Opinioli In our Opinion, the Financial statements referred to above present fairly, in all material respects, the financial Position of KAJACS Contractors, Inc., as of November 30, 2017, ind the results of its operations and its casi7 fl(yws foi- the year then ended in cotifonriiitY with accounting principles generally ;accepted in the United States of America. _ ASLht13GR5 • A;4lEIt1CAN I�a'I'ITIs I •: of cER ni ua) Puclt.re .c'ct•ar:I; M[SSOURI SOCIETY OF CER71FTED PUBLIC ACCOUNTANTS Report oil Supplc isle itaty IJIforrnztiOn C)ur audit wis condtic ted for nhc purp(c je of fomt ing an opinion on n119 litrtstci:tl 513tUMC11tS 1S 'LWholC. J'hC SUppitimenrary inf jm:tti(,ri l)rescntcd in 5cheduirs 1 thron%il 5 is presented for purl -loses of addirinnal analysis artil is not A rc�yuircd part Of the finencial statements. itch kiiormarion is Iht rrs1h."Isibilin• of mana>~crncnt and w.t5 drrivcd frt)nz Intl relates directly to the underly ittiq :tct cau.ntirrF; and other records ttsed ro preprtre the hnatycial at rcements. `111c information has been stilaicewd t« the auditing I , ccn -xis a1a171ict1 in tilt audit of the lin:tncial statements :tnd cerrain addirlon"I Praaccrlures, islctutlin}; cnml�arittg anti reconciling such infozmation directly to the widerlying accounting and oilier records uscd to l)rcpare the financial statements or to the financial staterne'nts thc-rnisclvcs• and tither ad�litican,tl procedwes ill accordance with auditing standards generally accepted in the United States df America. In out opinion, the information is fairly stated in all material respects in relation to the financial statements as',' whole: It " j " 1) 7Ir�Lw.j Certified Public Accountants FCb)—usrry 27,2018 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 Rclated party 52,049 Costs of t-.isdmated earnings in excess of 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 5372122 Office equipment 239 22 6,528,599 Less accumulated depreciation _ (4,63i •t33 Net property and equipment — 1,89b, 26 Investments _ 381,570 Total assets `' 6,249 978 The accompanying notes are an integral part of these financial statements. 3 KAJACS Contractors, Inc. Balance Sheet November 30, 2017 %,1,�! 31 ;5 ► 5 �i� i~. �i{ ]1.111.'l�5' i.� ?i � i'I �,: 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 cuurent liabilities w 2,9.03,262 Long-term liabilities; Long-term debt (Note 6) 2,539,289 Less current maturities 5_ (59 843) Total long-term liabilities w 1,979A46 Total liabilities 4,887.708 Shareholders' equity; Common stock - $10 par value; 3,000 shsrcs authorized, 2,200 shares issuscd 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 $ 6,249,978. 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 Contact revenues earned $18,314,592 Contract costs 16,311'02-' Gross profit 2,009,765 General and administrative expenses 1.194289 Net income from operations 515,,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) [127,853} Net income S 387,G17 The accompanying notes site 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 387,617 Unrealized gain on investments 2%340 Comprehensive income $ 416,JS7 The accotnpanying notes are an integral part of these financial statements. 6 9 j 0 (o C.1. u W 00 v N Lq M di ,; 00 N N V M; I to n N O O r N �l tr) M V' N 0 � O O cf r- hi C'% [.? . O O of CD N N a 0 O N r O N O O O z 0 z � A v u � a pq F KAJACS Contractors, Inc. Statement of Cash Flows For the Year Ended November 30, 2017 Crash flows from operating activities: Net income Adjustments to reconcile net income to cash provided by operating activities: Depreciation 362,163 Gain on disposition of property and equipment 8,070 (Increase) decrease in: Accounts receivable 367) Retainage receivable 61,6' 4 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 Accrued expenses _ f173,hG l Net cash provided by operating activities 138,156 Cash flows from investing activities: Purchases of property and equipment Proceeds on disposal of property and equipment 27,911, Purchase of investments-.__—ii Net cash used in investing activities (596,5541, Cash flows from financing activities: Proceeds from long-term debt 2,381,319 Payments on long-term debt (),050,638) Net proceeds on bank line of credit 150,520 Payments on bank litre of credit (1 869,722) Distributions to stockholder _ i -8 --)29) Net cash used in financing activities r f51770501 Net decrease in cash and cash equivalents (975,448) Cash, beginning of year Cash, end of year "s _-- 821_•252 Supplemental disclosures: Cash paid during the year for: Interest $ 131�816 Non -cash financing activities: Stockholder distributions of affiliates receivable /. 5 ,, ,l The accompanying notes are ;in integral part of these financial statements. 9 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES A. C nt wany''s Businr s�lxradngcycle 7<AJ r1C S Contractors, Inc., (the Company) Opel-Ites a heavy generaa contractor specializing in municipal and utility consuactions projects. Work is Performed under the cost -Plus -fee contacts, 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 year or less. Contract work is performed principally within the Company's immediate geographic area which includes Missouri, Alabama, Arkansas, Mississippi, and Tennessee. Tlx: prel-nnrad6n of financial statCtnCnts in conformity with geil roily 9ccepted accounting principles Teciiiires managenitllI to maize estimates and assumptions that Affect certain reported amounts acid disclo:;ures. Accurdi.ngly, actual results could difter from those estimates. C. lzcvQnucan Revenues Erom fixed -price contracts, fixed -price contracts modified by penalty provisions, and cost -plus - fee contracts ate recognized on the percentage-ofcompletion 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 w be the best available measure of progress on these contracts. Because of inherent uncertainties in esrsnlating costs and revenues, it is at least re.3srnably possible tilat the estimates used will change. Contract costs include all direct material, subcontractors, labor costs, and equipment costs and those hiclirect costs re;ated to contract performance. ScHing, general and administrative cost:; arc chargC11 to expensr as incurred. Provisions for estimatcci losses on uncompleted contracts are madc in the period in which such losses :ire do W011ined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income recognized in the period in which die revenues are determined. Ch 1nl;rs in estimated job p.ru itability resulting frum job performance, joky cunditiorts, contract penalty provisions, claims, change ordcres, and sculcnlents are accounted For as changes in esornatcs is the current period. Pro it incentives are include(] in avenues when their realization is reasonably assured. Claims arc: inc Iodcd in revcmics wbcn realiratiun is probable and the amount can be reasonably estimated. The asset, "Cosrs and Estimated Earnings in Excess of Billings on Uncomplered Contracts," represents revenues recc ,gnimcl in excess of am,,unts billed. The liability, "Billings in I .:�ccss ofComs and Estimated Earnings on l;nranupleted Contracts," represents billings in c.r'cc:ss of revenues recognized, KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 D. n cr}Ls,, >> uL�a •s i 1{isf; 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 innsurance guarantees is covered by collatetal held by the Company's agent .in the Company's name. E. Cash a x C, ti x Eq=LvAbau 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. 1 gun ,q RcrqJiwi is - ['t+ntricH 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 floes not require any, collar€ral to secure its contract receivables. iaymcnt is ;encr Oly required 30 days after receipt of an invoice, except rctainage, which is due upon completion o.f thcsr contract. All invoices are considered late after their agreed upon terms. based upon thcir 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. lave; rmcn: s The Company's investments are accounted for as available -For -sale, investment securities available -fur - sale, consistingof securities not classified as trading; securities (it as securities ro be lield ro maturity, are reported at fair value. Unrealized holding; gains and losses an securities av-0able-For-sale are ruportcd as comprehensive income as a net Amount in a separate component of stockholder's equity untll realized. Gains and losses on the sale of securities available -for -sale are determined using the specific - identification method. H. ')ITi •s Property and equipment is carried 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 administrative expenses. Depreciation expense fox the year ended November 30, 2017, totaled $362,163. I. d ltt r ��tits cn The Company catr.I;n.rizes its asserts and liabilities measured at fair value into a three -level hierarchy based on the: priority of the inputs to the valuation technique usrd to determine fair value. The fair valor: hierarchy br'ives the highest priority to quoted prices in active markets for identical assets or liahilities (f ,crcl 1) and the lowest priority to unobservable inputs (Level 3). If the inputs Wed. to thO determination ,l"ti1c fair vstluc mcasorernent fall within diffetent 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 1 - Inputs that utilize quotes prices (unadjusted) in active markets for identical assets or liabilities that an entity has the ability to access. Lerxl2 - Inputs that include quoted prices for similar assets and liabilities in active markets and inputs that are obscrvable for the asset or liability, either directly of indirectly, for substantially the full term of the financial instrument. Fair values for these instrumertts are estimated using pricing models, quoted prices of securities with similar characteristics, or discounted cash flows. Lavel3 - 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. St6stquent to irnu:d ru.-ognidon, the Company, may remeasuce the carrying value of assets and liabilities measure on a noillecun ing basis to fair wiluc. Adjustments to (stir value usually result when certain assets are impaired. Such assets are written down from their .carrying stmounts to their fair value. J. lncu )m•._ 1.' , •. �'" The Company and its sl;an:i older elected to be subject to the S corporation provisions of the Internal Revenue Code. Accordiin+ijv, 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. SubscLjii! r 1'.. c,� In preparing these financial statements, the Company has emilu.ited events and. transactions for the potential recognition or disclosure through February 27, 2018, die date the financial statemoll-s 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: Leve11 Level Level Total Assets: Securities Avallable-For Sale 381,570 - - 381,570 381,570 _ 381,570 Total � ---:. - ---.....---_- 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 I inputs include those traded on an actiti•c cxchange, such as the New Fork 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 Gains Losses Value Equities and Mutual Funds $ 276,425 105,145 _ 381,570 Total `S 276,425 105�145 _ ___ 381,570 The Company, if aecdcd, has the ability' arid inventui 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 �r1= 11.7 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 ` ' i:';��"'•`� Estimated gross profit %1" •�'I� Contract revenues earned 11,749,061 Less: Billings to date _ '1 I , 1= .71)S Total $203,263 Reported in the accompanying balance sheet as follows: Costs and estimated earnings in excess of billings on uncompleted contracts $ 494,580 Billings in excess of costs and estimated earnings on uncompleted contracts (291,317) Total $_, _ 203,263 NOTE 5 - BANK LINE OF CREDIT At November 30, 2017, the Company has one line of credit agreement with a I)­:nk that provided Fora total borrowing limit of $2,000,520. Interest on the outstanding dra%vs accrue a[ rates 4-75°S, ami is paid monthly. Any outstanding draws on the lines are due at maturity. The loan matures January 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: Nme payable to a bank, collateralized by property, equipment, ina•entory and account., recc:.ivable due in monthly insr:allmcnts of S10,440 including interest of 5,00%) through November 2021. 452,182 Note payablc to a bank, collateralized by equipment due in rnonllaly inStallnicnrs of $535 including interest of 5.00 through September 2021. 22,3.30 Note payable to a b7nk, collatcralized by property, equipment, ink•cnton and accc,unrs rete:ivable due in monthly installments of $28,352 including interest of 5.00% through December 2022, 1,519,498 13 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 acher note payable to a finance company, collateralized by equipment due in monti-ly installments of $280 including interest of 6.00% through Marcb 2018. 3,529 Note to a batik, collatcmflzcd by cgtiil ment due in monthly in t.L11ments of $3,61.3 including intcrest of 5.25% through February 2021. 1 " ),255 NO.tc payable to a i).lnk, collateralized by equipment du in monthly installments of $3,058 including intgl-est ctf 5.259/6 through February 2020. 17,5=41 Note 1xi able to a bank, collateralized by equipment clue: in monthly installments of $2,198 including interest ink 5.50% through April 2021. 82,706 Note payable to a hank, collatert67ed by cquipmem duc in montlsI : instftllmcnis of $3,678 including interest or 5:50"ro through June 2019. 66,601 Now payable to a bank, collateralized by equipment clue in monthly installments of $777 including interest of 5.50% through July 2022. 38,246 Note p;rvablc to a bank, collateralized by cquipment1due in monti,l installments of $3,482 including interest of S 15% through April 2021. 1 17,4111 Total Annual maturity requirements on long-term debt for the next five years as of November 30, 2017 ate as follows; tirl.ill, mire-yrmlar r_:3f1 A Quin 2018 S, :559,843 2019 567,396 2020 5 42,r f 18 2021 5ii4,9 12 2022 334,7 7 6 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 7 - OPERATING LEAS11 AGREEMENTS The Company leases various vehicles and equipment under operating leases, including related part}, rents disclosed in Note 10. For the year ended November 30, 2017, gent 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: jfs,ar F:nrliiIV, 19 overn ber ILD Amount 2018 ti 1,380,431 2019 I ;.298,203 2020 704,338 2021 637,91 2022 557.06", 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 periods for tax -reporting purposes than for Financial statement purposes. The deferrcd taxable income and resulting deferred 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 Timing Deferred 4�1��C1'Cnf:i'� ax S 313,263 92,065 S 313,E 92,UG5 KAJACS Contractors, Inc. Notes to Financial Statements For the Year Ended November 30, 2017 NOTE 9 - RELATED PARTY TRANSACTIONS T'lte company lLnses property III equipment front P. parrnership, as ncedcd on a jolrbykob basis, the partner of WIch is the sole: shareholder ttif the Company. -rotal lease payments aniounted to $445,300 for the )car ended No ernhcr 30, 2017, and n.rc included as "Conwact Cosrs" 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 inciuded 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 $217,836 for the year ended November 30, 2017. Managcmcnt does hot consider these companies to be variable interest entities. The Company is not the primary beneficiary of the rarities anchor the entities have stiffit:icnt capital to absorb any future losses, Tierefare, the Company Hoes not consolidate the accounts of the enddes with the Company. The Company has a recen,able From a related party of $52,049 with no interest, due on demand, for the year ended November 30, 2017. Collection is i:ully 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 empl6yntent requirements. Qualified participants may elect to defer a percentage of their compensation. Discretionary marching conrributioas may be made by the Company and may riot exceed the lesser of 5°Jn 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 cornpcnsation 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 Schcdulc 1 SAJACS Contractors, Inc. Summary of Earnings From Contracts Year Ended November 30, 2017 Construction Contract Gross 'Revenue �� on i»s Completed contracts (Schedule 2) $ 6,509,417 6,353,243 156,174 Contracts is progress (Schedule 3) 11,749,061 10,805,913 9.43;148 Over allocated equipment costs (Schedule 5) (720,472) 720,472 Prior year contract adjustments 56,114 (133,85T 189,971 Totals $18,314,592 16,304,827 2,009,765 See Independent Auditors' Report 17 Ol .o u cn N 0r Ln N w 00 N r- N Ln N O 00 Ln N o0 r- in r M l% oo G� � rpom Gti rn r+ O O ~ 00 b1� g `ct as VV1 0, 'o 000 crr1 C• m w O O N rn N Q rn b 06 rn +`� N . • c� M v1 v v f� O IN N a7F O � .-. 0o N vt O \J u'i O ul in M Lp b N t• a- Ln O in .- N N t^00 ^d u t7 C W '� oMo j N Ln O u0i Ln% M o0 0p -r H t ^ in oc t .4 00 C3 O .--� ti[ b M r M •--� .-. Lei L+ O h Ln N O O O Z<1 w O b t- O U') 00 N (� n O N .--i "4 r 1 In n N cu un �n r- •� ,-• �% , , v Ln t LnnFI in°^ � 1. Cp�l «,in- �^ 00 ryI1111III y� coin in O ON \O In ON N 10r d C crc h 7J 'rd, 00 C, 12 r - tf vi C- N N u t u7 c*1 00 N t- 00 N N N Om t M H \J 00 r- 0000 co In c, c rn a rn wear-rxc.•�r•c b,� UHU n f-`O LnLn\? i�i t Cl c• . - InN .. �` 00 ri \? . N - I Ul r- •--.-: cry i n -f � O F c c� to 0�0 � N O 't n in Q cr''•1M III;, rrl f l rr•, f� C1 7 m �`{• cVd U d Ial r00 cal Do it A rr1 � C en -t tT w do °°lip C7 a .(� b r -a in N S -000w (� �p n U1 'J' Ll ✓I � O fp r Cie ICpJ opp; oo N rn .;j N N ry in O G M o M •n fA �• L T c o o j: 8 t+r rl cJ .� OIL `� r rl p o:L f In K r K r- m I-f -r in pp O C1 VIn �7 oo el c+ Y! ola t in ° � y V m O lo N Ya .. fA f1 cA •n vi .� ;n aa o c r± in n ry cr-i c fA r a v r: {lJ j`1 p N v r`- rt CI � !•� ly (� Q. '1 V' I-• f� C y rl C`I N �A rl I•- i^1 �7 4 ri c �n a = c in C• •C it in c w rIc cc df ,n �f L L ac E w ccw E lu H u U3 Schedule 4 KAJAC3 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 8 1.494289 See Independent Auditors' Report 20 Schedule 5 $AJACS 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 -._ 212,63_3_- 308,008 Allocation of payroll costs 308,008 Construction equipment costs: Rental equipment, net of subleases 820,708 Repairs and maintenance 134,848 Depreciation 362,163 Insurance - general 66,583 Small tools and supplies 3,514 Shop labor and burden 224,608 Other shop expenses 140.040 1,752,464 Allocation of equipment costs (2,7aO,944) 1,028,480 Under (over) allocated costs $ (720,4' ' See Indepedent Auditors' Rcpurt 21 License No. 0049950319 1W #0A-3 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 is duly licensed under the provisions of Ark. Code Ann, § 17-2 5- 1 a 1 et. seq, as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION This contractor has an unlimited suggested bid limit. from March 9, 2018 until March 31, 2019 _ when this Cerdficate expires. Witness our hands of the Board, dated at North Little Rocl, Arkansas: v� r CHAIRMAN 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 persons 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 Ila 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 Missniiri Laws 3.1.01O person: may extend and be applied to bodies politic and corporate, and to partnerships and other unincorporated associations. See Missouri Lavvs 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 N issauri 1,RWS 1.020 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) 3/3/201 B 2tau 01' SFui: This is not an official certificate of good standing, Name History Name Name Type KAJACS CONTRACTORS, INC, Legal 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 Flowood, MS 39232 Officers & Directors Name Tide 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 THE SCOTT LAW GROUP LLC L )uvv .Sr.•rjIt 101111 1' 5COLL 1-i KL:jIh French I•_1:11r1ra 80110r_Y SCULL 1\ris. Sheila Calvert KAJACS Contractors, Inc 3 D26 Cravens Road Poplar Bluff Missouri Attorneys of L.w., 357 North Main Street, Post oll'ice 8a.x 1285 Poplar BUY, 1.11ssouri 63901 August 16, 2013 X-E: Missouri Preference,Law for Domiciled Contractors Dear Sheila: PIlo11e S73-7S5-4638 FAX 573-785.3197 PL-r your request I am providing this opinion relating to Missow7 Statute Section 3.4.076 0!; i l relates to bidding by resident and nonresident contractors. That section requires a successful 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 in 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 clam iciled 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 in that state, Essentially, if a Missouri bidder would be required to meet any of these conditions ill the State of another bidder. then that bidder would have to meet these conditions to be successful in Missouri. ;:U cnul•se, the prel'ercnce statute is limited to the extent it is permitted by federal laws ril d regulations It specifically does not apply to any contractor who is qualiFed for lidding puII)OSCs with the department of -transportation and sub►nits asuccessful bid vvllerein par[ or all of the Binds are furnished by the United States. Additionally the preference law does not apply to any public works or transportation project where the bid is less'lhan five thousand dollars. MJCHAEL 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 tb earliest): KA.1/LCS Conti;aCtors Inc.. President, 1994 to present. Responsible for all operations of a general contracting company. frnm bidding jobs to cQmPledon of work in a timely, accurate, and efficient planner, ,Yobs consist of water/sewer lines, water/sewer treatment plants, and all types of commercial building. Responsible for I�iring/frring of all managers and superintendents_ Control all Frnanciaf decisions for the company. Locate and bid all jobs, as well as oversee successful cotnpletion of jobs. Responsible for all equipment purchases. Hold final authority on all decisions made for the corrtpany. Member of Board of Directors holding final authority on corporate decisions, Self Mployed 13oring Contractor, June 1593 - November 1993, Self employed boring Contractor, Cnntrac"'r1 for complCdon of all 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 dune 1993. Responsible for obtaining; and managing all types Uf 11nderl,round utility ljrajscts, Duties included locating and biddlogu jobs, hiring personnel, and managing; (lie job from beginning to end including purchasing necessary materials, Also trained backhoe and dozer operators and laborers Y3rauson Contractors, Project manager, May 1974 to October 1986. Projects I managed included mainline sewer, city sewer and rehabilitation projects, main;ine 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 63901 1 501.772.7149 1 apersons@kajacs.com SUMMARY To reach the highest standard passible 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 199.4 to Laborer, KAJACS Contractors, Inc:, Poplar Bluff, Missouri December 2004 Affiliated with varlous projects Including public water systems, highways, bridges, sanitary" Systems, and bieatMentf mantles. December 2004 to Project Manager/Estlmator, KAJACS Contractors, inc., Poplar Bluff, MO 63901 Present Involved In construction project management and project estimating. EDUCATION 2004 Bachelor of Science In Civil Engineering, University of Science & Technology, Rallo, MO. tOFESSIONAL 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 Conh•actors, Inc. RODGER G. WILLIAMS H. P.E. SUMMARY RESUME Eight years of professional experience in Civil engineering design and se•�en y�In of construction Management and project estimating. Broad range of project experience includes: water treatment, supply, distribution, and storage design; wastewater collection, pumping, and treatment design; wltstewatcr disinfection; site development and planning; traffic design i-ncluding, streets, roads, and bridges; Preliminary engineering reports for various projects; construction inspectioll of various projects; airport ramp, runway and taxiway and .Fuel facilities. Experienecd in project and construction manageMent contract administration, and cost control on projects with engineering and consintction costs over $5 million. L'xpericnced in MDNR. NPDES, 404 and other permitting. EDUCATION Arkansas State University, B.S..Civil Engineering, 2002 Twin Rivers High School. BroseIey, Missouri, 1995 EMPLOYMENT HISTORY KAJACS Contractors, inc., Vice President, Project Manager/Estimator, 2010 to present S.il. Smith & Compnny, Project Manager/ Project EngiaecTIConstractian Inspector, 2002 to 2010 Associated FT19incerin2 and Testing, Laboratory Technicia f[nspector, Summer 2001 S,II. S"'ith & Compa ny, Laboratory Technician, 1998-2000 LICENSES, REGISTRATION, AND CERTIFICATION Registered Professional Engineer: Missouri (2007002855) OSFIA 10 and 30 hour certif,ed Contractor's License tlu:llifying agent in AR, AL, MS, LA & TN Competent Person Certification ACI Certified Concrete Field Testing Technician Nuclear Gauge Sa r'etY Training Course AFFILIATIONS American Society of Civil Engineers (ASCE): Associate Member Natioanl Society OfProfessionul Etrgincers (NSPE): Member Missouri Society of Professional Engineers (MSPE): Mernber PROFESSIONAL EXPERIENCE September 2010 to Present: Vice President; Project Manager /Esti'mator KAJACS Contractors, Inc., Poplar Blufl; Missouri Construction project management and project estimating. C:11USERMRWPLLIOESKTOPIPERSONALIROWPR RESUME &30.2017.D00&30I2017 (339 PM) Revised I2JEW05 Page 1 of 2 Resume of RODGER G. WILLIAMS H, P.E. May 2002 to September 20 ] 0: Project Manager S.H. Smith & Company, Consulting Engineers, Poplar Bluff, Missouri Page 2 of 2 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\RW1LL1DESKTOP�PERSONALIRODGER RESUME 8-30-2017.D008/30/2017 (3:39 PM) Revised: 12/84005 Offices In Little Rock, AR Poplar B and Pop tuff, MO � ii;��:FY�f',��'.'; �T Wl. �:°',:�:;; w• r CONTRACTORS, INC. CURT CARIlVGER 627 RADCLIRF LANE POPLAR BLUFF MO 63901 573-686-6384 , DUCE1 TION., Graduate of Poplar Bluff High School, 1985 Poplar Bluff, Missouri EXPCd2dI;;�t-��: January 2005-Present Employed by KAJACS Contractors, Inc., Poplar Bluff, Missouri. PO Box 969 �! Poplar Bluff, MO 63902 573-785-1745 ' 117ax) 573-785-6237 wwW<ajacs,com July 2003-January 2005 Employed by Hill -Huffman Construction & Engineering, 1,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, Wappapello, Missouri. Duties included project supenrisioa� responsible for the complete project performance and scheduling. January 2002-July 2003 Employed by Huffman, Inc., Poplar Bluff, Mtissouri. Area Superintendent for Faulkner Lake Wastewater Treatment Plant Sewerage Improvements, North Little Rock, Arkansas. Duties itzGlt�si�[i sti�pertiision of Ilea equipment eperat:ion and maintenance, excavation, and grading, supervision of Iabor 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 Water 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, Misssouri 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, Missourir 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 Bluth, Missouri LERTIF ICr1TIONS: Construction Quality Control Management for Contractors -Corp of Engineers Tess: tact Name: hone Number: Name: ation: tract Amount: $-A- Job Number: Owner: Address: Contact dame: Telephone Number: Amount: Job Number: Owner: Address: Contact Name: Telephone Number; Job Name: Location: Contract Amount; Started: Complete: Owners Representa Bidders Representa Number: ?CON-11,�.RAUMRS 'OLAR iLKAJACS Contractors, lnc 3626 Cravens Rd pO_BOX 969 Papiar Bluff MO 63902 - 573-785-1745 City of Fort Smith Riverview Drive Travis Brisendine 479-452-1933 Phase C, Sub -basin S009 Fort Smith, AR f v.500,000.00 2/1/2018 In progress Travis Brisendine Aron persons, Estimator Fort Smith Sewer Rehab Alton, MO Alton, MO John Surgelfn {573) 727-9666 Water Distribution It Alton, MO S2,322,255 Jan-18 In progress Rod er Williams USDA of 6", 12,750' of 4", 10,000' of 3" Water 493 Mike Falkner 662 489_1525 Wastewater Treatment t`acilil - Ripley, Mississip i $ 7,775,000 Nov-17 In progress Chris Marsalis - Mayor Rodger Williams _ USDA New Wastewater Treatment f 492 2 Address: Contact Name: Telephone Number: Job Name: Location-, Contract Amount: sentation: Job Niumber: Owner Address: Contact Name: Telephone Number: Job Name: - Locatlon: Contract Amounf: Bidders Owner: Address: Contact Nance: Telephone Number: Job Name: Location: Contract Amount: Started: Bidders Owner: Address: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Ownors Bidders Job Number: Maumelle, AR Maurnelle, Aft Jacob Gillip 501) 371-0272- Counts Wssey Sewer Ext. Maumelle, AR $692.500 Oct-17 In Progress Jacob GilUR_ .� Aron Persons Sewer and Water line Ext. 491 Corps of Engineers Vicksburo Contracting Office Scott Brown (601)631-7902 Flood Control - Levee Repair Lake Village, AR - $5,450,000 T_ Nov-17 In Pronrtiss Scott Brovrn Aron Persons _ Corps of Engineers Levee Repair and Outlet Control Structure - Breit Brooks 652 840-9063 Phase One Collection Im rovement; R12ley,Missis-' $1,757.225 Jul-17 In Prowess Brett Brooks F 20 er Williams USDA 5,400' of 18" GSL, 4,800' of 15" & 12" GSL, 1.2( 489 Eudora, Arkansas Eudora, Arkansas Bill Gaunt 870 862-4231 . _ Eudora Water System Improvements Eudora, Arkansas $2,t329, 625 Jun-17 — ----- _ In Progress _- Bill Gaunt Rod er Wililam-1; _ USDA _ 60,000 LF of 6", 4" and 3" Water Line 488 PS Owner: Address: Contact Name: Telephone Numb Job Name: Localion: Contract Amount: Started: Complete: .lob Number: Owner: Address: Contact Name: Telephone Number: Contract Amount: Started; n: Number: Contact flame: TeleEftne Number: - Job Name: Location: Contract Amount: Started: Complete. Owners Representation: Number: Aporess: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Started: Complete: — _owners Reprosentaiion: Bidders Reor.:sentation: .Job Number: Central Arkansas Water 201 E. Capital Ave Thomas Wray 501-372-5161 - - 30" Maumelle Water Transmission Lind Maumelle, Arkansas $6,125,000 Feb-17 In Progress Thomas Wray Aron Persons Central Arkansas Water 30,000 LF of 30" Cuctife Iron Pipe 487 City of Btrch Tree Birch Tree, Mo. John Burglln — 573-778-6393 Nrch Tree Water System Improvements Birch Tree, Mo $2,400, 000 Feb-17 In Progress John Bur lin Ethan Hoggard Dept of Natural Resources _ 50,000 Lf of 6"A' and 3" PVC 486 Central Arkansas Water 201 E. Capital Ave Joe O'Hara $01-372-5161 36" Concrete Maln Replace Little Rack, Arkansas $322,300 Feb-17 COMPLETE Joe O'Hara Rodger W Illlams Central Arkansas Water 400' of 36" Ductile bone 485 Van Buren Municipal Utilities` Van Buren, Arkansas B-arry McCormick 479-474-1227 rs ect Water Transmission Line Van Buren, Arkansas $841,385 Nov-16 COMPLETED _ _ Barry McCormick Rick Prosser ^� Van Buren Municpal Uliiitles ! FEMA - ---^� 2100' of 18" Ductile Iron Water Main 484 Owner: North Litile Rock Wastewater Address: Maurnelie, AR Contact Name: Mike Marlar Tole hone Number, 501-753-1987 Job Name: White Oak Sewer InterCe tar Location: Maulmelle, AR Contract Amount: $4.796,835 Started: Se -16 Cam fete: 17-Sep Owners Representation: Mike Marlar Bidders Representation: Aron Persons Funding A enc : North little Rock Wastewater Sca e: 10,000 If of 36" DIP & HOBAS, 5,OOOLF of 18" DIP & HOBAS Job Number: 483 Owner: Bloomfield, Missour! Address: Bloomfield, Mo Contact Name: Greg Bell Telephone Number: 573-785-9621 Telephone Dumber; U62-455-2398 Job Name: Houston Industrial Park Water S stem Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Owners Re esentation: Mayor Stacy Parker Bidders Re resentation: Rod er Williams, Estimator, VP Funding Agency., Houston, MO Scope: 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 Jab Name: Houston industrial Park Water System Improvements Job Name: Center Grove Water System Im proveniants Location: Houston, MO Contract Amount: $1,589,925.00 Started: - 4/18/2018 Complete; Owners Representation: Mayor Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: — — Houston, MO Saape: Installation of a 12" Water Main Job Number: 480 Owner: -- Center Grove, AR — Address: 1631 Bock St Sheridan AR 72150 Contact Name: Gary Easterlin. Telephone Number: _ 870-942-3921 Center Grove, AR --- -- $1.139,025 Nov-15 _ _ Complete — - CEA Associates Rcdpiar Williams, Estimator, VP USDA — Water Imp vomenls 4719 Location: Contract Am011nt - Started: Complete- _ Owners Representation: — Bidders Representation: ScoFe: Job Number: Owner: City of Fort Smith Address: Contact Name: Riverview Drive Neal Morrison Telephone Number: Job Name: 479452-1933 Fort Smith Ar Llftstatlon Location: Fort Smith, AR Contract Amount: $1,507,605.00 Started: Complete: 9/12/2015 Complete Owners Representation: Bidders Representation: Neal Morrison Rodger Williams, Estimator Funding Agency: Fort Smith Sco e: Demo and replace Pum Stations, sewer line Job !Number: 478 Owner: City of Wardell, M❑ 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: 1117/2015 Complete: Complete Owners Representation: Shultz and Summers Bidders Representation: Rick Prosser, P.E. , Project Manager Funding Agency: USDA Scope: Water line replacement Job Number: 477 Owner: Cit of Mountain View Address: PO Box 1090 Mountain View, MO 65548 Contact Name: 'Telephone Number: Ran Lorton 573-4.18-1450 Job Name: Mountain View Location: Mountain View Al!port A ron Contract Amount: $183,983 Started: 1117J2015 Complete: Complete Owners Representation: Mike Wake Bidders Representation: Funding A_ en : Ethan Hoggard, Estimator City of Mountain View _ Air orl Apron Expanslon/Slormdrain 476 :ace e: Jobe Number: Owner: City of New Madrid Address: Hwy U Contact Name: Telephone Number: TT Jacob Ortega 573-785-9021 Job Name: New Madrid, Mo State Hwy U Water Improvements Location: New Madrid, Mo Contract Amount: $216,405.00 _ Started: Complete: _ Owners Representation: T —_� .� 911212015 �- Complete _ Jacob Ortega Bidders Representation: Rod er Willlams, Estimator Funding Aqency: _^ City of New Madrid Scope: Construction of water line for U 1 I tank Job Number: 476 Owner: City of Cape Address: 401 independence Cape Girardeau. MO 63703 Contact Name: Nancy Poston, Est. Coordinator Tele hone Number: _ __- --- - - ,,,._...—.,.,,,,,.. 573-33s-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 Bidders Representation: _ Rodger WAllams. Estimator Funding A enc : Ckty 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 Jab Name: Arch St Line Relocation Location: Little Rock, AR Contract Amount: $244,925.00 Started: 7-Jui"15 complete: Complete Owners Representation: CAW Bidders Representation: Funding Agency- Rod er Williams, Estimator CAW Scope: Line Relocation j Job umber: " 473 Owner: CAW Address: 201 E. Capita , I Ave Contact Name: Thomas Wray Tele hono Number: 501-372-5161 .lob Name: McCain nail Grad Separation Waterline Relocation Location; N. Little Rock Contract Amount: $479,725.00 Started: 17-Au 15 Complete: Complete Oviners Representalion: CAW Bidders Representation: Rodger Williams, Estimator Fun dln Agency: CAW Scope. Line Relocation ,lob Number: � 472 Owner: Address: CW B En ineers, Inc _ 205 W.3rd Place, Russellville. AR 72811 Contact dame; Telephone Number: Kelli Gregory 501-362-1717 Job Name: Location: Y Russellville. AR Wasle Water Improvements Russellville, AR Contract Amount: Storied' $1,840,425.00 13-Jul-I5 Complete; Com fete Owners Represontatiol): -TM ....� Kell! Greciar ram_ Bidders Re rp esentation: _ _ Rodger Williams, Estimator Funding Agency:CWB Engineers, Inc Sco e: 4156 LF 8"-12" sewer pipe, 279-U LF of 21"-24" Sewer Pipe Job Number: - - — - — -- - 471 -- Address: Contact Name: Telephone_ Number: Job Name: Location: Contract Amount: Started: Complete: Owners Representation: Bidders Representation: Funding Agency: Scope: Job Number: Owner: .Address: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Started: Complete: Owners Representation: Bidders Representation: Funding Agency: Scope: Job Number: Owner: Address: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Started: Complete: Owners Representation: Bidders Re resentation: Funding- genc . Scope: .lob Number: Owner: Address: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Started: Complete: Owners Representation: Bidders Representation: Funding Agency: 5ccpe: Job Number: City of Minor 103 State Rte H Sikeston MO 63801 Darren Chapman 573-471-8520 Minor Minor, M❑ $434,926.00 10-Auq-15 Complete Darren Chapman, Mayor Rodger Williams, Estlmalor City of Minor Water mains, fire hydrants, valves 470 City of New Madrid H UCR732 Donnie Brown, Mayor T 573-748-2866 New Madrid Pump Station New Madrid, MO $1, 373,660.98 11-Aug-15 Completed Jacob Ortega, Smith &Co Engineers Rodqer Williams Estimator City of New Madrid, MO _ 2 Stormwater inlots, Pump Station, Wet Well 469 Benton Public Utility Commission 1827 Dale Street, Benton, AR 72015 Terry McKinney 501-775-5931 ALCOA Road Water & Sewer Utility Relocation Benton, Arkansas $1,545,637.37 - Feb-15 Completed McClelland Consulting Engineers, Inc. Rodger Williams, Estimator Water and Sewer Relocation 468 City of Okolona, MS 703 Crossover Road, Tupelo, MS 38802 John Mark Weeden ^� 662)i 842-73811 Construction of Sanitary Sewer Collection Rehabilitation & F Okolona, MS 2, 447,8415.78 _ - Feb-15 - T Complete _ Cook Ca , n Engineers, inc. Rodger Williams, Estimator _USDA Saniftary Sewer Rehab & Replacemont 467 Owner: t A Corp of Engineers Address: Devalls 8iuff, AR Contact Name: Gary Hamlet Telephone Number: 870-351-9121 Job Name: Grand Prairie Discharge Piping Location: Devalls Bluff, AR Contract Amount: $6,058,309 Started: Mar-15 Complete. COMPLETE Owners Representation: Keith Huffman, Huffman Construction Bidders Representation: Rodger Williams, P.E. - KAJACS Contractors Scope: 2500' of 120" Steel Welded Pipe 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 Telephone Number_ - (573) 785-9621 Job Name: — Southern Bank Main Office - Phase I Location: C t Corner of Shelby Road & Oak Grove Road - Poplar Bluff, M❑ on roc mount. $477,867.00 Started: Nov-14 Complete: Complete Owners Representation: Smith & Company Engineers Bidders Representation: Rodger Williams. Estimator ,FundingA enc - _ . ., Sco e: Site Concrete, Silework, Site Utilities & Concrele Paving Job Number: 465 Owner: City of TLj2elo, MS_ 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 Im rovetnents Location: Tupelo. Cotract Amount: -MS - $1 499 410 00 Started: - Nov-14 Complete: Com lets Owners Representation: Cool(Cogoin En lneers, Inc. Bidders Representation: Rod er Williams Funding scope: Water Line Extension Job Number: 464 Owner FrazierPike Public Facilllies Board of Pulaski Counly Address: 1 Innwood Circle, Suite 202, Ultle 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 Complete: _ Complete Owners Representation: ^� Marlar Enclineering Co, Inc. Bidders Representation: - �— Rndger Williams. Estimator Funding Agency: --- Scope: R Water Lines Job Number _-��, -- -- 462 Owner: _City of Keiser, AR _ Address: 2114 E Matthews Ave, Jonesboro, AR 72401 Contact Name: Telephone Number: _ __ (M) 972-5316 Job Name: Water System improvements Location: Heiser, AR Contracl Amount: $724,725.00 Started: 14-Oct Com late: Complete Owners Representation: neehnR Assoclates, LLC Bidders Representation: Rod er W illiams Funding enc : Scope Water Lines Job Number 461 Owner: City of Bryant, AR Address: 1405 North Pierce St, Suite 301, Little Rock AR 72207 Contact Name: Matthew Dunn Tele 2hone Number: 501 664-1552 Job Name: Water Transmission Line -Booster Pump Station to C.A.W. Location: B ant, AR Contract Amount: $740,750.00 Started: 14-Oct Complete: Complete Owners Representation, Crist Engineers, Inc. Bidders Representation Rodger Will€ams Funding Agency: Scope Water Lines Job number 450 Owner: City of Cave Springs Address: 1810 Collecie Ave, Fayetteville, AR 72703 Contact Name: Robert White Tel phone Number: 479 443-2377 -Job Name: Cave Springs Arkansas Sewer Location: Cave Springs, AR Contract Amount $1,060,130.60 Started: Au -14 ,Complete: Complete Owners Representation: McClelland Consulting Engineers, Inc. Bidders Representation, RodMr Williams FundIng Agency: Scope: Water & Sewer Lines Job Number 457 Owner: City of Poplar Bluff, M❑ Address: __._ 501 Vlne Street, Poplar Bluff, MO Contact Name, __..._ _..... _ Billy Cobb Telephone Number: 573-785-9521 Job Name: �� Oak Grave Road - Phase III Location: Oak Grove Road Contract Amount: S2,600,000.00 Started: 2014 Complete: 2015 Owners Ro rc ;enlation: Smith & Co Engineers Bidders Representation: Rod4cr Williams, Estimator Rnnnn- I AoprOx. 112,000 Cy or excavation and widen existing concrete road Contact Name: Telephone Number: Job Name: Location: Contract Amount Job Number Owner: .Address: Contact Name: Tele hone Number. Job Name: Location: Contract Amount: Started: complete: Owners Representai Bfdders Re resental Scope: Jots Number Owner., Address: Contact Name: Tele hone Number: Job Name: Location: Contract Amount: Started: Complete: Owners Representati Bidders Represantati Scope: Owner: Address: Contact Name: Telephone Number: Job Name: Location: Contract Amount: Started: Cornpiete: Owners Represer Bidders Reoreser CjtY of Bald Knob 900 W Markham, Little Rock, AR 70201 Adapt Triche -- (501) 371-0272 Water Sys am Improvements Bald Knob, AR $349,000.00 Aua-14 McClelland Consuflinu Engineers, Inc. Rodc,�er Williams, Estimator Pum Station 450 Benton Ulililies 1827 Dale Street, Benton, AR 72015 Dews ne Hood 501-776-5931 Edison 24" - Benton Utilitles South Market Street, Benton, Ar $562,711 M June 2013 Complete _McClelland Consulting Engineers -- Wallace Thomas, Estimator 24" Gravity Sewer Benton Utilities 1827 Dale Street, Benton, AR 72015 Dewayne Hood 501-776-5931 Thomas Pasture Pump Station _ Brents Ford Road, Benton, AR $735,220.00, June 2013 Complete McCIcIland ConsultlnQ Engineers Wallace Thomas, Estimator 20" Force Main/Pump Station Rehab City of Poplar Bluff, MO 601 Vine Street, Poplar Bluff, MO John Bur elan 573-772-4202 Oak Grove Road - 6 lane Phase II Oak Grove Road - -� $3,100.000.00 2012 2013 Horner & Shifrin, Inc. Radger Williams, Estimator 009 ey of excavation and construct 5-lane concrete road HMA Bluff Re tonal Medical Center Poplar Bluff, MO Name: Mike Bertelsma __ ..._.. 314-220-1121 Contract Amount: $11,019.955.00 Started: act-11 Complete: Jan-4 3 Owners Re resents#Ion: MJ Harris - General Contractor Bidders Representation; Rodger Williams - lwslimator L------ Anorox. 415.000 cr of earthwork and sitework for new Owner. City of Clarkton Job Name: Clarkton Treatment Plant Im roverr Address: Clarkton. MO Contact Name: Telephone Number: Locaticri: Clarkton, MO Contract Amount: $2,453,8t30.00 Started: F'shrua 2012 Complete: orn fete; Feb rua 2013 CRe resentation: 7 Milner, Schultz & Summers Bidders Representation: Rodger Williams. Estimator �____. Treatmeni Plant& Line Work EQ1L # Section E7P ick Up ick Up ick Up ck Up ickup ck Up ck Up ck Up ck Up k Up k Up 158 Pick Up 161 Pick Up 163 Pick Up t Pick UpPickUpick Upick Upick Upick Uplck Uplck Upick Uplck Up Truck TruckLg Truck 216 Lg Truck 221 Lg Truck 222 LgTruck 223 Lg Truck 234 Lg Truck 247 Lg Truck 249 Lg Truck 254 Lg Truck 255 Lg Truck 320 Backhoes 258 LgTruck 322 Backhoes 323 Backhoes 324 Backhoes 325 Backhoes 326 Backhoes 327 Backhoes 328 Backhoes 329 Backhoes 330 Backhoes PH -If Descript_tort 2012 Ford F250 (C McCollum) 2013 Chevy ( Ryan Swafford) 2013 Ford F250 ( Josh Wells) 2013 Ford ( Kevin Tilley) 2015 F250 Lariat ( Curt New Truck) 2013 Ford F250 (Curtis Fowler) 05 Chevy SN# 7355 (R. Dlcken - WT) 07 Ford F350 #3297 (A. Pashla) driver 09 Ford #0551(Steve Lapar) 2011 Ford F150 (B Albright) 2011 Ford F150 (C Parish) 2012 Ford F250 SN#2462 (M ALLISON)� 2007 Ford F150 5N# 9513 ~ 2012 Ford SN#2537 (Ryan Dicken) [2016 Ford F-150 - Curt Caringer rd F250 Diesel SN# 7068 (CURT WT) d F250 SN#9818 (M Alllson - WT) F250 (Ryan Dlcken)d F250 SN#3476 (Swafford - WT) 5005N#1685 (J. Wells - WT) ord F-250- Charles Parish d F250 SN#0454 (C. Parish - WT) d F250 SN47761(B. Albright - WT) 250 (Bucky)350 ( Shane) 91 Intl 2 Ton Dump SN#7387 95 Int. 2.5 Dump SN#5222 84 Mack Dump SN#4754 87 Frt.Dump Trl Axle SN# 3802 bucky 87 Frt. Dump Trl Axle SN#3792 B7 Frelghtllner Dump Truck Mack Dump Trk SN# 9108 (shop) 99 Mack Dump SN#6805 1983 Ford Sludge Truck SN#2033 1997 Ford F-350 (A. Pashla) WT 1997 Frelghtllner SN 3724 Case 4wd ex hoe SN# 8948 (C WiI11s) 2015 FORD F-350 (C Willis) Cat 420D SN#2431 Cat 416C Backhoe SN#0467 (C McCollom) Cat 420 EIT Backhoe SNP1080 (M Allison) Cat 420 EIT Backhoe SN#1081 (C. Fowler) Cat420EIT AuxHyd SN#KMW01388 - Josh Wells Cat420D Backhoe SN#0573 2011 420E Backhoe Loader#0893 2012 420 EIT Backhoe 42063 charies 2014 Case 580 332 1 Backhoes 2014 Case Extendahoe - Bucky Albright 333 1 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-30D 420 Excavators Komatsu PC20OLC-6 SN#0759 422 Excavators PC25OLC-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 PC30OLC SN#4009 429 Excavators 2008 John Deere 80C SN#1881 430 Excavators i 2005 PC78MR-6 Komatsu SN#1366, 431 Excavators .2007 Komatsu PC78MR-6 432 Excavators 2006 Komatsu PC300 LC 433 Excavators 2007 Komatsu PC30OLC-7-EO 434 Excavators 2006 Komatsu PC30OLC-7-EC 435 Excavators 2004 Komatsu PC400 437 Excavators Komastu PC 308 438 Excavators Komastu PC300 LC-8 439 Excavators KOMATSU PC 360 { Long Reach) 440 Excavators PC 138 US LC-8 524 Dozers Cat D5G SN#3146 525 Dozers Cat D5G SN#3148 526 Dozers Cat D5G SN#3145 ( Bucky-Houston) 527 Dozers Cat D5G SN#3147 (C Parish) 528 Dozers 650H 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 5kldsteer SN#9087 611 Loaders/Forklfts 5kldsteer 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 Mustang Skid Steer 1004 Trenchers BradcoTrencher�� 2433 Tractor 4630 John Deere tractor 2448 Tractor Ford Tractor 2708 Chippers Vermeer Top Gun Bale Processor (married to 2433) 2816 Boring Prairie Dog 2819 Boring Prairie Dog 2820 Boring Barbco 48-950 3900 Boring 2010 Vermeer Directional Boring- chris 3901 Boring 2008 MX240 3902 Boring 2009 MX240 3904 Vacuum 2010 Vermeer Vacuum System 3905 Vacuum Vermeer Directional Boring Machlne 9x13 3906 Locator Z013 Dlgl 3907 Vacuum Vermeer Tank 3908 BORING 2011 VERMEER D20X22 - NEW 3909 TANK 2017 VERMEER MX125 TANK 3910 LOCATOR IDIGITRAK 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 Retain -ages on contracts 822,646 Related party 52,049 Costs of easd=ted earnings in excess of billings on uncompleted contracts (Note 4) 494,580 Prepaid expenses 6,272 Total current assets 3,971,692 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 (4,631.873j Net property and equipment 1,896,726 Investments 381,570_ Total assets $ 61249,978 The accompanying notes are an integral part of these financial statements 3 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 Depreciation 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 6,003,25 4;323.687 1,879,568 343,067 $ 6,917,620` KAJACS CONTRACTORS, INC. BALANCE SHEET SEPTEMBER 30, 2015 ASSETS LIABILITIES & EQUITY CURRENT ASSETS: 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 Curreni 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 76,076 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 -Prior 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 1,060,308 TOTAL ASSETS 6,569,137 TOTAL LIABILITIES & EQUITY 6,569,137 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 Ina (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 OHS, 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 I-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. 300g, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the temps 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 L�nrler this MOU 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 participation 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 taw, 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). '•^� 1 ^r i 11E-Veri(Y MOU Icr Emplol - 11- ° „-._ -- - fit. rc tt 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: 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 Page 2 of 131E-Verily NIOU Company ID Number: 278837 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial Inquiry. 8. OHS agrees to provide a means of secondary verification (including updating OHS 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 worts 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-Verity. 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 F-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. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: If an employee presents a "List 8" 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 Form I-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 `/erffy fr101: for EirployerlRevision Date 10,29!L E`7v\ 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 2745 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 Immigration 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 Emplayer 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 unfit 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 verificakion response has been given. Employers may initiate verification by notating the Form 1-9 In circumstances where 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 II.D, 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 ;-,go 4 of 191E-Verih' MOU let Enipbyer'Revisicn Dale 10!29102 � }7l�]�W 1yayN11.- • ? !:4YrFF 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 govemment 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 •I-Boo- 255-8155 or 1-800-237-2515 (TDD). 11, The Employer agrees to comply with Title V11 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 2748(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 274B 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 Page 6 of 13iE-Verify k1nU fcr cmo!o,eriRewsion Dale 10129•106 -w�i •.:= `+�. LJ l;I Y � .�... ... .. _ M IS F .[rvl:t .r !Nl 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 MOUE 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 repo o yr wi&VetiM MOU for E:mpieVEr Re+isic^ Daie !D 2S:OH „ y}i• i VIA 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 ail new hires, and/or all existing employees hired after November 6, 1986, The provisions of Article iI.D, 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 F-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 MOL) to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. � P Y s Verlf _ 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 when 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-`✓erlfy MOU for EmpioyerjRevision Date 10,'29106 IL Ar verify. •,,,•. tllliil 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 0 Federal Government work days. S. 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 Form 1-551 or Fonn 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (fumished and paid for by DHS). 7. The Employer understands that if it cannot determiner whether there is a photo, rnalchlnon-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. ARTICLE 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. MOM is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and 01-IS conduct the E-Verify pr09ram 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 MOO and will not cause the need for a supplemat n MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatary 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 or 791E Verih, r4oU for EmWayerjRevision Date 10129r06 ' � ',�•J + 1. ` +. RI-FY 71 A lll�1'IfTOI4 CM! 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 rernain bound by the terms of this MOU Ill. -It 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 €2ilure 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 MOU 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) arty 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 rerluir-id by law and DHS or SSA policy, including but not limited to, Congressional oversight, E_VL, ify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inqulfies 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 E-Verify at 888-464-4218. Employer KAJACS Contractors, Inc Becky A Taylor (fame Wrcasr Tyne or Etc Ctfonica/t sIFlfipC! signalurf, Department of Hbmeland Security — Verification Division USCIS Verification Division Home Ipleass 'type or ¢r±nt1 Clectroltisell y Si ned Signature Pape 11 0 01E•Verifl, K40U for EmpioyerlRevision Date 10.+29itie Tillu — — -- 11/1612009 THIe 111116/2009 Date 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 E-Verify at 888-464-4218. Employer KAJACS Contractors, Inc Becky A Taylor (fame Wrcasr Tyne or Etc Ctfonica/t sIFlfipC! signalurf, Department of Hbmeland Security — Verification Division USCIS Verification Division Home Ipleass 'type or ¢r±nt1 Clectroltisell y Si ned Signature Pape 11 0 01E•Verifl, K40U for EmpioyerlRevision Date 10.+29itie Tillu — — -- 11/1612009 THIe 111116/2009 Date E-Verify Company ID Number: 278837 Information Required for the E-Verify Program Information relating to your Company: Company Name: KAJACS Contractors, Inc — — Company Facility Adds•ess: 3026 Cravens Rd Ponlar Bluff, MO 83901.8649 Company Alternate Address; PO Bor. 969 .'oWar 8WH. MO639024969 County or Parish: BUTLER Employer Identification Number: 431664042 North American Industry CiassKICation Systems Code: 237 Parent Company: Klurnber 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 131E-Verify MOU for EmployerlRevision Dale 1W29f0E 4 �L 1i1� E-Verify. ill' Company 10 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 Pope 13 oC 101E-VeMp ' MOU for Em010yerlRCAlislcn U E I0129M C�t•S�'!!P '�'�.'.Ys'rs1i',4'f8' o►1•E".�.J1x.wM•w1!'l3Li�lJ-tC%�1���1.5117:.::JI'�iF:.L}"i9J�'x1'—'4i.'t' 'A z >' _ - 1f� e bb m :k J C J F= E Owl n ZI ,E"o r M rw 10. ` ITO IBM o e e A - ��3 a Eit � -, � j � I �•�I tq ; a. mom _ C IN At 9 ,. y tv yQ2y� � tt�� LE cq qY p J. ON til 41C2 o rr'�j 1 o Co I• •� U' ❑ ❑ L! ❑ I.J' LJ U o I .. O U _ C � � �y` U $ •tL S � I j. a° Q N n C1 tL one V� Ii Cn 51 V C p m e: 0 Cl) E L2 r 0 u 3 a= mg g� W — o r. f M lti� aN' F. p 8 all u c O ti t9 Z v LL CL s u I g a x '� � ti e C ° N 6 e F+ A j •i7, ��_' • ! y o yG F N 0 O 0 C- 8 T c' b 9 n os o 1 or�Nunry, 4 1 ww 4' ry ;+ry•r..p.i1F �I f i r a r� Vag ITI I l l _f ar l : i M t a C I Q1 ro s 5 N CT) y� _ Ln s C• c u 2 J pC S E L c r. X t c. n C. La � cr. 7 Jjj E a i v c � � O C V al C L C tuOm es m y. Z, C � re a+ =-iE Ero�� �v �J C N C i al_ m N = a C m ;E n Cain r �w Yl N Q la CL a t7 0 E 9 .2 mY c>�}ycr r rgg u E xEL iE r6 c E � 4 •. iD � � � � � n �}1 CKbk C G N qq 40.Cc:` F • O 7 e • N g•a O • 7 uz, �� �€� oo I r Q v x Aso c+7 uQ E a :a u 41 s � � ' in EL JJJ 117 _ = = �-F, G m y CQ) C O N N H 10 C 5 4 O O N F- U "a fD m N Z L O Z LO V 00 M CD N O 2 N N 0 J v � fv 'i 0 0 ' Lo E Y- r�e C Ayy (0 f O F— o r T � _ N In U n r L :3 L') � MR _ Y� y S m ui no y�y 5$� 0 t x -S 61 f O w `e dm alp � d Ct� 0 w tC �=na F w G a` L C lC yEy -2 'WY7G A1L ].. d V O N 6 A n gg w m N .1w0 p� q rYI R�a '»i si' 9 74�3 a.c�InE ��`rau r-n:ryr �lF P r zr L 14 n O .dam "'I IIV ` alp •�mna M�w�yl O, � V � � �I � �..• l.� � \.I Ihw��.l O / 0 (40 ♦ E 3 � � A a a a� CL y N i ! i m C j aj 11 w °IIIJI• jr- i aIA C n ! O rn r, CD r u e v c C a c a o a - rJ c o000 �E; rn e U u v �v} N E �. 8¢ o = n� 3 m E t 12 p O m o C c ' u " 1^1 y m fII .y V 'C c cc k u 5 s u N O O O N U O '•. 1 I GO E t E o C j Ec - y o iljJj G n � v 1 L O • y G L � - C- �� G c c - ir J � 1] n v o = E E c - c I Z Z FI i1 ;� 3I al al ei al <I o� I I r.ros'� a c �nc�+a '�� ��j � � � � {.� n,�'� ICsTaa •�A '+ � 1... {.. 1. � :�- ao FL � a 9 9 yagr 4 l r v 3 } „ p t c � � t a n Ct L In Q 4 o -A �� � to la h to la h h In la I� I U =Y 11 E w m I c x jw ❑: j,y •i, o-I Ex o � ' f S [ 0 e I _ 'rims �e i,cn R o O N _u U rxapa� m vyrMr �_ �^ A - C G p� O� fl 9 Cc;S P ,. o T E1 M' a Elmo b eY i •y � c � ° � w o j O ° 9 .Y BE In c c g •^ � 5 • ° F y ° yen �c� .— ...— �-� �u A .� C�7 y�ei P c `y $'] F, S n ix Is LY c W to ti o a 00 c a Gya .1 u fill Pui7 r� zf�as_ �Cp CC C 5 w Ez Lj ,1J j O 01" now N �I j8 Ap 3QQ y00 A T / \ � !a&!± !§ k\2k! {7 »,! tn \ \§ 2!#/ 2!§§ tt»� {3!{ m }f/) C: \§)( eRww - 2 j U 2 `- n :- % � . \ q E : \ : U- n O '... � 3 O 3 _ Nr 0 1 i - -- ----- - — �-__-`- - C3 S x u 2 .y 5 N � a � u N u t• U 5 i. ■ C p a A * n 61 Vi E !•� 49 czz oa d Cl. C - O ` _ r: o 2 a � ` � 'w � + F F O -R... ram! W T .• . 3 C O:,, IN ••_' O TT %' • M �• 1• .. E q T o a a .a ii .6 F. N o n 75 's ■ a.inv.e a _ u j 60 z s in a o •�' _ cif r� a .■g E '' E 10 10 2 i T Y `u n 12" WAYEFRLIME IMPFtC>VEMEMTE; H C)TZ a Ft . YC) MAR L E E;T. for the (', ity of Fay4attcavi I I E� BID # 19-21, CONSTRUCTION FEB,2019 CLEVELANO ST. I II 1 a LLB ,1�L< 4 E=L hfRd+r.=. 57. Hh[SE_L RD. Project Loca on a� MROM RD. DICKSON ST. rt o Ld L � MIJTER ST. ❑ Bud Adma h@ROY POND OR STONE ST, ❑ �o o� a MlK BLVD 0 s U VICINITY MAP CITY OF �_ FAYETTEVILLE ARKANSAS www,f ayettevMe-angov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 a" WATEFtLINIE IMPFKaVEMENTS P L EA�A hI T W CK D�S- Q F:V . for the City of Fayatt�vi 11 BID # 19-21, CONSTRUCTION FEB, 2019 r� Project Location DEANE ST r o REAP OR. iJ 0 F w �� Mrtnr�aRrRn 8 �pµypp}g7, LAWSON ST. JFI v ST. FlDLLY ST. NATFIEL]] ST, IE= WEDINGTON DR. ORA DR. ¢ o � a BERRY ST, i J N z .. CLMAND ST. FT VICINITY MAP AftCITY OF FAYETTEVILLE ARKANSAS www,f o,yetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 S" WATEFILINE IMPFtQVEl\AEM-rE; BAN � AVE N !.J E for the City ct Faytmattevi 11 c�, BID # 19-21, CONSTRUCTION FEB, 2019 CENTER ST a � �J QY m C O NETTLESHIP ST STONE ST. f�I ❑ w J — a �~ w u z a ¢ Project r Loca t10r1 _ MITCHELL ST. ---- F-1 IXD FARMINGTON RO. _ o a aU m NaK a g g � +I = Y 1 VICINITY MAP AftCITY OF IIIIIIIIIIIIIIIIIIIINZ FAYETTEVILLE ARKANSAS www,f ayettevMe-ar,gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENOR, No. 8126 KAJACS CONTRACTORS, INC. CHANGE ORDER NO. 3 City of Fayetteville Staff Review Form 2020-0475 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/8/2020 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 3 to the contract with Kajacs Contractors, Inc. which will reconcile final quantities and decrease the contract amount by $108,429.10. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1 Water System Rehabilitation/Replacement Project Number Budgeted Item? Yes Does item have a cost? Budget Adjustment Attached? ni_ IYV Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 7,252,340.00 $ 2,556,406.87 $ 4,695,933.13 $ (108,429.10) 4,804,362.23 V20180321 Purchase Order Number: 2019-358 Previous Ordinance or Resolution # 72-19 Change Order Number: Original Contract Number Comments: F, r 2019-17 Approval Date: 6/11/2020 CITY OF ® FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Matt Casey, Engineering Design Manager DATE: June 8, 2020 STAFF MEMO SUBJECT: Approval of Change Order No. 3 for the Hotz to Maple, Pleasant Woods, Sang Ave. Waterline Improvements Projects RECOMMENDATION: Staff recommends approval of Change Order 3 to the contract with Kajacs Contractors, Inc. which will decrease the contract amount by $108,429.10. BACKGROUND: In March 2019, the City Council approved a contract with Kajacs Contractors, Inc. for construction of waterline improvements for the Hotz to Maple, Pleasants Woods and Sang Ave. project. The project includes Installation of approximately 1,980 linear feet of 12" water main west of Razorback Road from Hotz Drive to Maple Street. This new main replaces the older main that is currently along Razorback Road and provides additional looping to the west side of Razorback Stadium. This project also includes installation of approximately 530 linear feet of 8" main to create a loop in the Pleasant Woods Apartment complex as well as replacement of all of the existing service lines to the apartments. The loop will eliminate a dead-end line serving these apartments and create a better grid for fire protection. Last, this project includes installation of approximately 600 linear feet of 8" water main along Sang Avenue from Old Farmington Road to Mitchell Drive. This section of older main is subject to frequent leaks and breaks that disrupt the water service as well as the roadway in front of Ramay Junior High. DISCUSSION: This change order is a reconciliation change order which changes the contract quantities to equal the actual constructed quantities. This results in the final contract amount equaling the final project cost. Due to many favorable conditions during construction as well as the contractor and inspector being conscientious of the budget, there was much savings on this project. After the additional items, there were still enough savings in other items to result in the reduction of the contract by $108,429.10. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. Attachments: Change Order 3 CHANGE ORDER CITY OF _ FAYETTEVILLE AR KANSAS Contract Title Hotz to Maple, Pleasant Woods, Sang Ave. Waterline Improvements Change Order No. 3 Date of Issuance To Contractor: Kajacs Contractors, Inc. The Contract is changed as follows: ORDINANCE/RESOLUTION: 1 '72-19 Effective March 19, 2019 Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 8" PVC, C-900, Class 200 DR-14 7 Water Main 523 LF $ 65.00 526 $ 65.00 $33,995.00 $34,190.00 1" Copper Type K Soft Water 8a Service Tubing Under Pavement 1150 LF $ 45.00 1425 $ 45.00 $51,750.00 $64,I25.00 12 Epoxy Coated Ductile Iron Fittings 1500 LB $ 10.00 1118 $ 10.00 $15,000.00 $11,180.00 13 16" Direct Bury Steel Casing 34 LF I $ 100.00 0 $ 100.00 $3,400.00 $0.00 Connect New 2" Service Line to 14 Existing Ball Valve and Existing 26 EA $ 1,000.00 34 $ 1,000.00 $26,000.00 $34,000.00 Meter Setting 15 Rock Excavation 50 CY $ 250.00 0 $ 250.00 $12,500.00 $0.00 Temp. Asphalt Paving 16 Maintenance of Traffic 20 TON $ 200.00 4 $ 200.00 S4,000.00 $800.00 Asphalt T-Patch (Street and 17 Driveway Repair) 100 SY $ 75.00 72.88 $ 75.00 $7,500.00 $5,466.00 18 Concrete Curb & Gutter Replacement 200 LF $ 35.00 0 $ 35.00 $7,000.00 $0.00 19 4" Concrete Sidewalk Repair 90 SY $ 55.00 63.9 $ 55.00 $4,950.00 S3,514.50 22 Tree Protection Fencing 100 LF $ 2.50 40 $ 2.50 $250.00 $100.00 8" PVC, C-900, Class 200 DR-14 31 Water Main 650 LF $ 90.00 655 $ 90.00 $58,500.00 $58,950.00 32 2" PVC, SDR-13.5 Water Main 10 LF S 35.00 0 $ 35.00 $350.00 $0.00 Page 1 of 4 33 2" Copper, Type K-Soft, Water Service Tubing 115 LF $ 50.00 111 $ 50.00 $5,750.00 $5,550.00 34 1" Copper, Type K-Soft, Water Service Tubing 65 LF $ 30.00 41 $ 30.00 $1,950.00 $1,230.00 35 3" I)DPE Encasement 150 LF $ 55.00 84 $ 55.00 $8,250.00 $4,620.00 40 Epoxy Coated Ductile Iron Fittings 2200 LB $ 10.00 941 $ 10.00 $22,000.00 $9,410.00 Single Meter Setting, Complete, Including Prerssure Reducer and 41 Plumber Connection to Existing 2 EA $ 2,000.00 3 $ 2,000.00 $4,000.00 $6,000.00 BuildinR Service Double Meter Setting, Complete, Including Prerssure Reducer and 42 Plumber Connection to Existing 2 EA $ 2,200.00 10 $ 2,200.00 $4,400.00 $22,000.00 Building Service 44 8" Saddle, 1" Corporation Stop and Tap 2 EA $ 500.00 8 $ 500.00 $1,000.00 $4,000.00 50 Concrete Anchor Collar 3 EA $ 2,500.00 1 $ 2,500.00 $7,500.00 $2,500.00 51 Rock Excavation 50 CY $ 250.00 0 $ 250.00 $12,500.00 $0.00 52 Temp. Asphalt Paving (Maintenance of Traffic 75 TON $ 200.00 24.6 $ 200.00 $15,000.00 $4,920.00 53 Asphalt T-Patch (Street and Drivewa Repair) 375 SY $ 60.00 413.97 $ 60.00 $22,500.00 $24,838.20 54 Gravel Driveway Repair 45 SY $ 18.00 20 $ 18.00 $810.00 $360.00 55 Concrete Curb & Gutter Replacement Use as Directed 30 LF $ 35.00 0 $ 35.00 $1,050.00 $0.00 57 Tree Protection Fencing 40 LF $ 2.50 0 $ 2.50 $100.00 $0.00 66 12" PVC, C-900, Class 200 DR- 14 Water Main 1980 LF $ 110.00 1989 $ 110.00 $217,800.00 $218,790.00 67 8" PVC, C-900, Class 200 DR-14 Water Main 254 LF $ 105.00 192 $ 105.00 $26,670.00 $20,160.00 68 6" PVC, C-900, Class 200 DR-14 Water Main 140 LF $ 100.00 144 $ 100.00 $14,000.00 $14,400.00 69 2" PVC, SDR-13.5 Water Main 75 LF $ 40.00 0 $ 40.00 $3,000.00 $0.00 70 1" Copper, Type K-Soft, Water Service Tubing 530 LF $ 35.00 561.1 $ 35.00 $18,550.00 $19,638.50 71 2" Copper, Type K-Soft, Water Service Tubing 10 LF $ 80.00 26.6 $ 80.00 $800.00 $2,128.00 Page 2 of 4 72 3" HDPE Encasement 280 LF $ 55.00 184 $ 55.00 $15,400.00 $10,120.00 81 2" Ball Valve with Box 1 EA $ 2,000.00 3 $ 2,000.00 52,000.00 $6,000.00 82 Epoxy Coated Ductile Iron Fittings 13000 LB $ 10.00 6281 S 10.00 $130,000.00 $62,810.00 Single Meter Setting, Complete, Including Prerssure Reducer and 83 Plumber Connection to Existing 20 EA $ 2,000.00 15 $ 2,000.00 $40,000.00 $30,000.00 Building Service 12" Saddle, 1" Corporation Stop 85 and Tap 20 EA $ 500.00 24 $ 500.00 $10,000.00 $12,000.00 89 Abandon Existing Water Valve 10 EA $ 200.00 13 S 200.00 $2,000.00 $2,600.00 94 Rock Excavation 50 CY $ 250.00 16.53 S 250.00 $12,500.00 $4,132.50 Temp. Asphalt Paving 95 Maintenance of Traffic 100 TON $ 200.00 60.8 $ 200.00 $20,000.00 $12,160.00 Asphalt T-Patch (Street and 96 Driveway Repair) 1450 SY $ 60.00 2108.32 $ 60.00 $87,000.00 $126,499.20 97 Gravel Driveway Repair 150 TON S 18.00 0 $ 18.00 $2,700.00 50.00 98 Concrete Curb & Gutter Replacement Use as Directed 80 LF $ 35.00 30.5 $ 35.00 $2,800.00 $1,067.50 4" Concrete Sidewalk Repair 99 Use as Directed 30 SY S 55.00 14.3 $ 55.00 $1,650.00 5786.50 101 Tree Protection Fencing 250 LF $ 2.50 10 $ 2.50 $625.00 $25.00 104 Concrete Anchor Collar 4 EA $ 2,500.00 0 $ 2,500.00'1 $10,000.00 $0.00 Summation of Cost $949,500.00 5841,070.90 Net Cost for this Change Order (S108,429.10) Page 3 of 4 i ne ongmai t-ontract race was $ 1,458,000.00 Net change by previously authorized change orders S 88,754.00 The Contract Price prior to this Change Order was $ 1,546,754.00 The Contract Price will f4wFeesed4by}[decreased by}[ $ (108,429 10) The new Contract Price including this Change Order will be $ 1,438,324.90 ------------- ----- - e Contract Time(s) will be [ y][deemased-by}fremain unchanged} 0 calendar days Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion Final Completion -------------------------------------------------------------------------- 3/31/20 ---------------------------------------- - 4/30/2 0 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been or previous Change Orders. Kajacs Contractors, Inc. FA Page 4 of 4 by Work Change Directives not incorporated in this DATE