Loading...
HomeMy WebLinkAbout2020-01-28 - Agendas - TentativeCity of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 City Council Tentative Agenda Tuesday, January 28, 2020 4:30 PM City Hall Room 326 City Council Members Council Member Sonia Gutierrez Ward I Council Member Sarah Marsh Ward 1 Council Member Mark Kinion Ward 2 Council Member Matthew Petty Ward 2 Council Member Sloan Scroggin Ward 3 Council Member Sarah Bunch Ward 3 Council Member Teresa Turk Ward 4 Council Member Kyle Smith Ward 4 Mayor Lioneld Jordan City Attorney Kit Williams City Clerk Kara Paxton City Council Agenda Session Tentative Agenda January 28, 2020 Call To Order Roll Call Pledge of Allegiance Mayor's Announcements, Proclamations and Recognitions City Council Meeting Presentations, Reports and Discussion Items: 1. 2019-0957 MONTHLY FINANCIAL REPORT Agenda Additions A. Consent: A.1 2019-0970 APPROVAL OF THE JANUARY 7, 2020 CITY COUNCIL MEETING MINUTES A.2 2019-0819 BID #20-03 S AND R TRUCKING: A RESOLUTION TO AWARD BID #20-03 AND AUTHORIZE THE PURCHASE OF TRUCK HAULING SERVICES FROM S AND R TRUCKING WINSLOW, LLC AS A PRIMARY SUPPLIER AND TO AUTHORIZE THE USE OF OTHER BIDDERS BASED ON PRICE AND AVAILABILITY AS NEEDED THROUGH THE END OF 2020 City of Fayetteville, Arkansas Page 2 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A. 3 M 2020-0047 BID #19-54 KAJACS CONTRACTORS, INC.: A RESOLUTION TO APPROVE BID #19-54 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,595,000.00 FOR THE CONSTRUCTION OF APPROXIMATELY 3,300 LINEAR FEET OF 24 -INCH WATER MAIN ALONG MORNINGSIDE DRIVE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $159,500.00 2020-0048 MCCLELLAND CONSULTING ENGINEERS, INC.: A RESOLUTION TO APPROVE SUPPLEMENTAL AGREEMENT NO. 3 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $125,258.00 FOR CONSTRUCTION MANAGEMENT AND OBSERVATION SERVICES ASSOCIATED WITH THE MORNINGSIDE DRIVE 24 -INCH WATERLINE REPLACEMENT PROJECT 2020-0058 BID #19-61 HAYNES PUMP AND PROCESS, LLC: A RESOLUTION TO AWARD BID 19-61 AND AUTHORIZE THE PURCHASE OF TWO SEALING SLIDE GATES FOR THE AERATION BASIN AT THE NOLAND WATER RESOURCE RECOVERY FACILITY FROM HAYNES PUMP AND PROCESS, LLC IN THE AMOUNT OF $32,150.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES City of Fayetteville, Arkansas Page 3 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A. 6 A. 7 A. 8 2020-0031 GRAYBAR ELECTRIC COMPANY, INC.: A RESOLUTION TO APPROVE THE PURCHASE OF TWO HIGH VOLTAGE SWITCHGEARS AND TEN PAD -MOUNTED TRANSFORMERS FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY FROM GRAYBAR ELECTRIC COMPANY, INC. IN THE AMOUNT OF $411,760.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES, PURSUANT TO A U.S. COMMUNITIES NATIONAL COOPERATIVE PURCHASING PROGRAM CONTRACT 2020-0035 HAWKINS-WEIR ENGINEERS, INC: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC, IN THE AMOUNT OF $162,130.00 FOR DESIGN, BIDDING, AND CONSTRUCTION MANAGEMENT SERVICES FOR THE CONSTRUCTION OF A GRAVITY BYPASS SANITARY SEWER NEAR NORTH GREGG AVENUE AND NORTH FULBRIGHT EXPRESS WAY 2020-0039 DOUBLE SPRINGS DEVELOPMENT, LLC: A RESOLUTION TO APPROVE A COST SHARE AGREEMENT WITH DOUBLE SPRINGS DEVELOPMENT, LLC FOR THE UPSIZING OF A SEWER LINE IN THE GOOSE CREEK VILLAGE SUBDIVISION WITH AN AMOUNT NOT TO EXCEED $72,976.00 TO BE PAID BY THE CITY OF FAYETTEVILLE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $14,595.20 City of Fayetteville, Arkansas Page 4 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A.9 2020-0050 BID #19-63 H&H ELECTRIC, INC.: A RESOLUTION TO AWARD BID #19-63 AND AUTHORIZE A CONTRACT WITH H&H ELECTRIC, INC. IN THE AMOUNT OF $362,225.00 FOR THE BEACON AND WIND CONES PROJECT AT THE AIRPORT, TO APPROVE CHANGE ORDER NO. 1 TO CHANGE THE LOCATION OF THE POWER SUPPLY FOR THE PROPOSED BEACON AND REDUCE THE CONSTRUCTION COST TO $281,550.00, TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING AN 80-20 GRANT RECEIVED FROM THE ADA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,250.00 A.10 2020-0033 CREAMER PILOT SERVICES, LLC AND M.K. ROCKWELL INVESTMENTS: A RESOLUTION TO APPROVE A THREE YEAR LEASE AGREEMENT WITH CREAMER PILOT SERVICES, LLC AND M.K. ROCKWELL INVESTMENTS FOR OFFICE SPACE IN THE AIRPORT TERMINAL BUILDING AT 4500 SOUTH SCHOOL AVENUE FOR RENT IN THE AMOUNT OF $411.60 PER MONTH A.11 2020-0034 ALPINE AVIATION: A RESOLUTION TO APPROVE A THREE YEAR LEASE AGREEMENT WITH ALPINE AVIATION OF FAYETTEVILLE, INC. FOR HANGAR SPACE IN THE AIRPORT TERMINAL BUILDING AT 4166 SOUTH SCHOOL AVENUE FOR RENT IN THE AMOUNT OF $700.00 PER MONTH City of Fayetteville, Arkansas Page 5 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A.12 2020-0032 SURFCO RESTORATION AND CONSTRUCTION, LLC: A RESOLUTION TO APPROVE A THREE YEAR LEASE AGREEMENT WITH SURFCO RESTORATION AND CONSTRUCTION, LLC FOR OFFICE SPACE IN THE AIRPORT TERMINAL BUILDING AT 4500 SOUTH SCHOOL AVENUE FOR RENT IN THE AMOUNT OF $594.25 PER MONTH A.13 2020-0051 BID #19-58 CLIFFORD POWER SYSTEMS, INC: A RESOLUTION TO AWARD BID #19-58 AND AUTHORIZE A GENERATOR MAINTENANCE CONTRACT WITH CLIFFORD POWER SYSTEMS, INC. FOR A TERM OF ONE YEAR WITH AUTOMATIC RENEWALS FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS IN THE ANNUAL AMOUNT OF $27,724.00, PLUS THE COSTS OF ANY NON-SCHEDULED SERVICE CALLS A.14 2020-0054 LEWIS FORD: A RESOLUTION TO APPROVE THE PURCHASE OF TWO DODGE RAM 1500 TRUCKS FROM LEWIS FORD OF FAYETTEVILLE IN THE TOTAL AMOUNT OF $45,655.00, PURSUANT TO A STATE PROCUREMENT CONTRACT, FOR USE BY THE FACILITIES MANAGEMENT DIVISION AND UTILITIES DEPARTMENT, AND TO APPROVE A BUDGET ADJUSTMENT City of Fayetteville, Arkansas Page 6 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A.15 2020-0055 SUPERIOR CHEVROLET: A RESOLUTION TO APPROVE THE PURCHASE OF A CHEVROLET TRAVERSE FROM SUPERIOR CHEVROLET OF SILOAM SPRINGS IN THE AMOUNT OF $24,389.00, PURSUANT TO A STATE PROCUREMENT CONTRACT, FOR USE BY THE PARKS AND RECREATION DEPARTMENT A.16 2020-0056 RESOLUTION NO. 274-19: A RESOLUTION TO REPEAL RESOLUTION NO. 274-19 AND AUTHORIZE THE PURCHASE OF A HYBRID FORD INTERCEPTOR FROM LEWIS FORD OF FAYETTEVILLE IN THE AMOUNT OF $36,233.00, PURSUANT TO A STATE PROCUREMENT CONTRACT, FOR USE BY THE POLICE DEPARTMENT A.17 2020-0052 RFP 19-04 QUALITY COLLISION REPAIR: A RESOLUTION TO AWARD RFP 19-04 AND AUTHORIZE A CONTRACT WITH QUALITY COLLISION REPAIR FOR COLLISION REPAIR SERVICES FOR CITY VEHICLES A.18 2020-0026 PROJECT SAFE NEIGHBORHOOD GRANT AWARD: A RESOLUTION TO AUTHORIZE ACCEPTANCE OF A PROJECT SAFE NEIGHBORHOOD GRANT AWARD IN THE AMOUNT OF $13,000.00 FOR THE FAYETTEVILLE POLICE DEPARTMENT, AND TO APPROVE A BUDGET ADJUSTMENT City of Fayetteville, Arkansas Page 7 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A.19 2020-0027 FOURTH JUDICIAL DISTRICT DRUG TASK FORCE: A RESOLUTION TO AUTHORIZE ACCEPTANCE OF A PROJECT SAFE NEIGHBORHOOD GRANT AWARD IN THE AMOUNT OF $23,000.00 FOR THE FOURTH JUDICIAL DISTRICT DRUG TASK FORCE, AND TO APPROVE A BUDGET ADJUSTMENT A.20 2020-0030 FAYETTEVILLE FIRE DEPARTMENT DONATION REVENUE: A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $100.00 REPRESENTING DONATION REVENUE TO THE FAYETTEVILLE FIRE DEPARTMENT FROM ARVEST BANK FOR THE ANNUAL EMPLOYEE SERVICE AWARDS EVENT A.21 2020-0042 MSI CONSULTING GROUP, LLC: A RESOLUTION TO AUTHORIZE THE PURCHASE OF ANNUAL SOFTWARE MAINTENANCE FROM MSI CONSULTING GROUP, LLC FOR VIRTUAL JUSTICE SOFTWARE USED BY THE DISTRICT COURT, POLICE DEPARTMENT AND THE CITY PROSECUTOR DIVISION IN THE AMOUNT OF $21,600.00 PLUS APPLICABLE TAXES, AND TO APPROVE A 5% PROJECT CONTINGENCY IN THE EVENT ADDITIONAL LICENSES ARE NEEDED A.22 2020-0057 ARKANSAS DEPARTMENT OF TRANSPORTATION: A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL -AID FUNDS RECEIVED FROM THE ARKANSAS DEPARTMENT OF TRANSPORTATION IN THE AMOUNT OF $286,512.00 FOR RIGHT OF WAY ACQUISITION FOR THE SAIN STREET EXTENSION PROJECT City of Fayetteville, Arkansas Page 8 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 A.23 2020-0049 WETLAND PROGRAM DEVELOPMENT GRANT: A RESOLUTION TO AUTHORIZE ACCEPTANCE OF A WETLAND PROGRAM DEVELOPMENT GRANT IN THE AMOUNT OF $217,702.00 FROM THE ENVIRONMENTAL PROTECTION AGENCY REGION 6 FOR THE RESTORATION OF TANGLEWOOD BRANCH, AND TO APPROVE A BUDGET ADJUSTMENT A.24 2020-0043 RANGER'S PANTRY SENIOR GIVING TREE: A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT FOR THE COMMUNITY RESOURCES DIVISION IN THE TOTAL AMOUNT OF $3,497.00 REPRESENTING DONATIONS FROM CITIZENS AND LOCAL BUSINESSES B. Unfinished Business: B.1 2019-0932 ADM 19-6927 (NE OF N. CROSS AVE. & W. MARKHAM RD./MARKHAM HILL PZD AMEND): AN ORDINANCE TO AMEND ORDINANCE NO. 6096 WHICH ENACTED COMMERCIAL PLANNED ZONING DISTRICT 18-6318, PRATT PLACE INN & BARN, AT 2231 WEST MARKHAM ROAD TO REDUCE THE FRONT SETBACKS FOR PLANNING AREA 2 ALONG CROSS AVENUE At the January 21, 2020 City Council Meeting this item was left on the second reading. C. New Business: City of Fayetteville, Arkansas Page 9 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 C. 1 C. 2 C. 3 C. 4 2020-0053 ASSEMBLED PRODUCTS CORPORATION D/B/A JOTTO DESK: AN ORDINANCE TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING AND AUTHORIZE THE PURCHASE OF UPFIT ITEMS FROM ASSEMBLED PRODUCTS CORPORATION D/B/A JOTTO DESK FOR POLICE DEPARTMENT PATROL VEHICLES 2020-0037 VAC 19-6948 (SW OF MT. COMFORT & RUPPLE RD./HAZEN): AN ORDINANCE TO APPROVE VAC 19-6948 FOR PROPERTY LOCATED SOUTHWEST OF MOUNT COMFORT ROAD AND RUPPLE ROAD TO VACATE A PORTION OF A DRAINAGE EASEMENT 2020-0038 VAC 19-6947 (411 E. MAPLE ST./MOORE): AN ORDINANCE TO APPROVE VAC 19-6947 FOR PROPERTY LOCATED AT 411 EAST MAPLE STREET TO VACATE A PORTION OF A WATER AND SEWER EASEMENT 2020-0059 R-PZD 19-6858 (2673 N. COLLETTE AVE. GULLEY GROVE SD): AN ORDINANCE TO APPROVE A RESIDENTIAL PLANNED ZONING DISTRICT ENTITLED R-PZD 19-6858 FOR APPROXIMATELY 7.90 ACRES LOCATED AT 2673 NORTH COLLETTE AVENUE TO ALLOW THE DEVELOPMENT OF 51 ATTACHED AND DETACHED DWELLING UNITS City of Fayetteville, Arkansas Page 10 Printed on 1/23/2020 City Council Agenda Session Tentative Agenda January 28, 2020 C.5 2020-0046 2020 OVERLAY/SIDEWALK PROJECTS - 2019 BOND: A RESOLUTION TO APPROVE THE TRANSPORTATION DIVISION OVERLAY AND SIDEWALK PROJECTS LIST FOR 2020, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 BOND C.6 2020-0064 NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION: AN ORDINANCE TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING THROUGH 2024 AND APPROVE A ONE-YEAR CONTRACT WITH THE NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION IN THE AMOUNT OF $42,591.06 FOR A STORMWATER EDUCATION PROGRAM FOR 2020 D. City Council Agenda Session Presentations: E. City Council Tour: F. Announcements: G. Adjournment City of Fayetteville, Arkansas Page 11 Printed on 1/23/2020 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2019-0957 Agenda Date: 2/4/2020 Version: 1 Status: Agenda Ready In Control: City Council Meetinq Agenda Number: 1. MONTHLY FINANCIAL REPORT File Type: Report City of Fayetteville, Arkansas Page 1 Printed on 1123/2020 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2019-0970 Agenda Date: 2/4/2020 Version: 1 Status: Agenda Ready In Control: City Council Meetinq File Type: Minutes Agenda Number: A. 1 APPROVAL OF THE JANUARY 7, 2020 CITY COUNCIL MEETING MINUTES City of Fayetteville, Arkansas Page 1 Printed on 1123/2020 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2019-0819 Agenda Date: 2/4/2020 Version: 1 Status: Agenda Ready In Control: City Council Meetinq Agenda Number: A. 2 BID #20-03 S AND R TRUCKING: File Type: Resolution A RESOLUTION TO AWARD BID #20-03 AND AUTHORIZE THE PURCHASE OF TRUCK HAULING SERVICES FROM S AND R TRUCKING WINSLOW, LLC AS A PRIMARY SUPPLIER AND TO AUTHORIZE THE USE OF OTHER BIDDERS BASED ON PRICE AND AVAILABILITY AS NEEDED THROUGH THE END OF 2020 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 #20-03 and authorizes the purchase of truck hauling services from S and R Trucking Winslow, LLC as the primary supplier and to authorizes the use of other bidders based on price and availability as shown in the bid sheet attached to this Resolution as needed through the end of 2020. City of Fayetteville, Arkansas Page 1 Printed on 1/23/2020 Terry Gulley Submitted By City of Fayetteville Staff Review Form 2019-0819 Legistar File ID 2/4/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/15/2020 TRANSPORTATION SERVICES (410) Submitted Date Division / Department Action Recommendation: A resolution to award Bid #20-03 and authorize the purchase of truck hauling services from S and R Trucking Winslow, LLC as primary supplier, and to authorize the use of other bidders based on price and availability as needed through the end of 2020. Various Account Number Various Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Various Fund Various Project Title $ V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: The "item cost" and "current budget" boxes have been left blank because these items will vary depending upon fluctuating needs based on citizen service requests received, construction projects approved, and other variable factors. CITY OF FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 4, 2020 TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Terry Gulley, Transportation Services Director DATE: January 15, 2020 SUBJECT: Bid 20-03, Truck Hauling Services CITY COUNCIL MEMO RECOMMENDATION: A resolution to award Bid #20-03 and authorize the purchase of truck hauling services from S and R Trucking Winslow, LLC as primary supplier, and to authorize the use of other bidders based on price and availability as needed through the end of 2020. BACKGROUND: Based on the Official Bid Tabulation 20-03 for Truck Hauling Services, Varis Stienway Logistics was the lowest bidder but, they were not registered with the Arkansas Secretary of State. The next lowest bidder is S and R Trucking Winslow, LLC. The purchase of bulk construction materials and services is necessary to maintain current infrastructure and to implement the projects outlined in the Capital Improvements Program and Annual Budget and Work Program. DISCUSSION: Sealed bids in accordance with State statutes, City ordinances, and purchasing procedures were publicly read and the results are attached to this memo. BUDGET/STAFF IMPACT: Funds for the acquisition of materials and services have been budgeted in various capital projects within the Sales Tax Capital Improvements Fund and Street Fund operating programs. Attachments: Bid 20-03 Tabulation Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS Truck Hauling Services Bid No. 20-03 Official Bid Tabulation Date of Issue & Advertisement: 09.29.2019 & 10.06.2019 Lioneld Jordan, Mayor Number of Addendums: 0 Date: 10.23.2019 Time: 2:00 PM CERTIFIED: Highlights Math Correction Manager L. '.t., W// Trulove Dirt Works LLC dba Trulove S and R Trucking Winslow, LLC Sweetser Constructin Varis Stienway Logistics Construction Item Description Est Hours Price Per Unit Ext Price Price Per Unit Ext Price Price Per Unit Ext Price Price Per Unit Ext Price Truck Hauling Services—Asphalt Hauling Hot mix asphalt from plant to paver. Truck bed shall be clean 1 and free of contaminates. No trail hitches protruding 1,500 $ 69.95 $ 104,925.00 $ 8000 $ 120,000.00 $ 78.94 $ 118,410.00 $ 65.92 $ 98,880.00 past rear tires. COMPANIES THAT BID ON THIS LINE ITEM SHALL BE WILLING TO HAUL THE ASPHALTI I I Truck Hauling Services— Miscellaneous Hauling 2 excavation/construction debris which may include 500 $ 69.95 $ 34,975.00 $ 80.00 $ 40,000.00 $ 78.94 $ 39,470.00 $ 65.92 $ 32,960.00 rock, dirt, chunks of concrete, etc. EXCLUDES ASPHALT Total BASE BID: $ 139,900.00 $ 160,000.00 $ 157,880.00 $ 131,840.00 CERTIFIED: Highlights Math Correction Manager L. '.t., W// City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2020-0047 Agenda Date: 2/4/2020 Version: 1 Status: Agenda Ready In Control: City Council Meetinq File Type: Resolution Agenda Number: A. 3 BID #19-54 KAJACS CONTRACTORS, INC.: A RESOLUTION TO APPROVE BID #19-54 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $1,595,000.00 FOR THE CONSTRUCTION OF APPROXIMATELY 3,300 LINEAR FEET OF 24 -INCH WATER MAIN ALONG MORNINGSIDE DRIVE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $159,500.00 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 #19-54 and authorizes the Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $1,595,000.00 for the construction of approximately 3,300 linear feet of 24 -inch water main along Morningside Drive, and further approves a project contingency in the amount of $159,500.00. City of Fayetteville, Arkansas Page 1 Printed on 1/23/2020 City of Fayetteville Staff Review Form 2020-0047 Legistar File ID 2/4/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 1/15/2020 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #19-54 and authorizing a contract with KAJACS Contractors, Inc. in the amount of $1,595,000.00 for construction of approximately 3,300 linear feet of 24 -inch diameter water main along Morningside Drive, and approving a contingency in the amount of $159,500.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 11011.1 Water/Sewer Relocations - Bond Projects Project Number Project Title Budgeted Item? Yes Current Budget $ 12,790,727.00 Funds Obligated $ - Current Balance $ 12,790,727.00 Does item have a cost? Yes Item Cost $ 1,754,500.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget fi 11,036,227.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 4, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: January 15, 2020 CITY COUNCIL MEMO SUBJECT: Bid #19-54, KAJACS Contractors, Inc. — Construction Contract for Morningside Drive 24 -inch Waterline RECOMMENDATION: Staff recommends awarding Bid #19-54 and authorizing a contract with KAJACS Contractors, Inc. in the amount of $1,595,000.00 for construction of approximately 3,300 linear feet of 24 - inch diameter water main along Morningside Drive, and approving a contingency in the amount of $159,500.00. BACKGROUND: On December 19, 2019 the City of Fayetteville accepted sealed competitive bids for the Morningside Drive waterline replacement project. KAJACS Contractors, Inc. submitted the lowest bid. All bids are shown here: Crossland Heavy Contractors, Inc. $1,769,996.00 Goins Enterprises, Inc. $2,190,595.00 K4JACS Contractors, Inc. $1,595,000.00 Tri Star Contractors, LLC. $1,994,558.84 DISCUSSION: The 24 -inch diameter waterline along Morningside Drive, between Huntsville Road and S. 15th Street is aging and experiences frequent leaks. This project will replace the old cast iron pipe with new zinc -coated ductile iron pipe, without causing any water outages or shut -downs. BUDGET/STAFF IMPACT: Funds are available for this project in the Water/Sewer Relocations — Bond Projects account. Attachments: Agreement Recommendation Letter Bid Tab and Submittal Vicinity Map Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 SECTION 00 5213 - AGREEMENT BETWEEN OWNER AND CONTRACTOR PROJECT: Construction — Morningside Drive 24" Water Main Relocation PROJECT NO.: Bid 19-54 THIS AGREEMENT is dated as of the day of in the year by and between The City of Fayetteville, Arkansas (hereinafter called City of Fayetteville) and (hereinafter called Contractor). The City of Fayetteville and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. A. Morningside Drive 24" Water Main Relocation 1. The Work generally consists of construction of approximately 3,300 linear feet of new 24" water distribution main piping including but not limited to, tie-in to existing piping networks, fire hydrants, capping of existing facilities to be abandoned, associated site work, minor grading, compliance with environmental permitting and utility coordination, and all items indicated in the Drawings and Specifications. The work is generally located adjacent to Morningside Drive between Huntsville Avenue and Hwy 16 in Fayetteville, AR. 2. The existing 24" water main, operating pressure approximately 150 psi, located parallel to the proposed work, is an active transmission facility owned and operated by the City of Fayetteville and shall remain completely in service for the duration of the work, until final acceptance of the new water main by the Owner and Engineer, and release is writing from the Owner and Engineer to begin abandonment of existing main. 172162 Morningside 24 Inch Water Main 00 5213 -1 1.02 The Contractor will commence and complete the project at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part hereof. 1.03 The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the project. 1.04 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 4113 -Bid Form. 1.05 Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.06 Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. 1.07 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by McClelland Consulting Engineers, Inc. who assumes all duties and responsibilities, and has the rights and authority assigned to the Engineer by the City of Fayetteville in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR COMPLETION AND FINAL PAYMENT: A. The Work for construction of Morningside Drive 24" Water Main Relocation shall be substantially completed within 240 consecutive calendar days after the date when the Contract Time commences to run as provided in the General Conditions, and completed and ready for final payment in accordance with the General Conditions within 270 consecutive calendar days after the date when the Contract Time commences to run. 172162 Morningside 24 Inch Water Main 005213-2 3.03 LIQUIDATED DAMAGES: A. City of Fayetteville and Contractor recognize that time is of the essence of the Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus and extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay City of Fayetteville Seven hundred Fifty dollars ($750.00) for each day that expires after the time specified 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 City of Fayetteville, Contractor shall pay City of Fayetteville Seven hundred Fifty dollars ($750.00) for each day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The City of Fayetteville agrees to pay, and the Contractor agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (Bid Form) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. I. There shalt be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 172162 Morningside 24 Inch Water Main 005213-3 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 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. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the General Conditions. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the General Conditions. 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 172162 Morningside 24 Inch Water Main 005213-4 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, City and/or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 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. 172162 Morningside 24 Inch Water Main 005213-5 Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the General Conditions: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. The Performance and Payment Bond shall be one hundred percent (100%). 4. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the City of Fayetteville or Engineer. 5. General Conditions. 6. Supplementary Conditions. 7. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 8. Addenda numbers _ to _ inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the General Conditions. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the General Conditions shall have the meanings stated in the General Conditions. 172162 Morningside 24 Inch Water Main 005213-6 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 partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' or materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit 172162 Morningside 24 Inch Water Main 005213-7 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. 8.07 ADDRESSES FOR GIVING NOTICES: CONTRACTOR /l CITY OF FAYETTEVILLE �as-N&e s 00 Mw v u c4oc s _r•+e-. 113 West Mountain Street V%VUJQ0A 00rcic , S,.I, 2,10 Fayetteville, AR 72701 [—,cwt 172162 Morningside 24 Inch Water Main 005213-8 IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in triplicate. One counterpart each has been delivered to Contractor and the Engineer. One counterpart each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on Effective Date of the Agreement. CONTRACTOR By: MIC,4d (Type or legibly print) (Signature)) Title: r ro c CA A4yL6Lhc,(, By: / 1,60v\ Pt scSp (Type or legibly p5'rfi Attest: 20—, which is the CITY OF FAYETTEVILLE By: Lioneld Jordan (Signature) Title: Mayor By: Sondra Smith Attest: (Signature) Title: �d e S �er.� Title: City Clerk 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 from 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. END OF SECTION 00 5213 AGREEMENT 172162 Morningside 24 Inch Water Main 005213-9 PO Box 969 Poplar Bluff, MO 63902 November 2, 2018 Letter of Resolution I, Aron Persons, President of Manager/Estimator the a1*11, Aron Persons, President MyLynn Gargac, Corporate Secretary Equal Opportunity Employer 573-785-1745 Fax) 573-785-6237 www.kajacs.com Fontractors, Inc. do hereby give Michael Titsworth, Project sign contracts on behalf of KAlACS Contractors, Inc. McCLELLAND 1810 N. College Ave. NEE CONSULTING Fayetteville, AR 72703 479-443-2377/Fax 479-443-9241 ENGINEERS, INC. mce.us.com January 13, 2020 Mr. Corey Granderson, PE Utilities Engineer City of Fayetteville 2435 S Industrial Drive Fayetteville, AR 72701 RE: Bid No. 19-54, Construction — Morningside Drive 24 -Inch Water Main Relocation Recommendation of Award Dear Mr. Granderson, On Thursday, December 19, 2019 bids were opened on the referenced project, and four responsive bids were received. KAJACS Contractors, Inc. of Poplar Bluff, MO is the low bidder with a total bid in the amount of $1,595,000.00. The certified bid tabulation is attached for reference. We have reviewed KAJACS Contractor's bid and have received good feedback from their references (including City of Fayetteville); therefore, we recommend awarding the bid to KAJACS Contractors, Inc. in the amount of $1,595,000.00. Please do not hesitate to call should you have any questions and as always, thank you for allowing us to be of service. Sincerely, McClelland Consulting Engineers, Inc. Zane Lewis, PE, LEED AP Project Manager Enc[: Certified Bid Tabulation K:\2017\172162 Highway 16 Utility Relocations, Fayetteville, AR\Construction-Morningside\Bid-Related\Morningside WL Recommendation of Award.docx CITY OF ��FAYETTEVILLE ARKANSAS Bid 19-54, Construction - Morningside Drive 24 -inch Water Main Relocation Official Bid Tabulation Lioneld Jordan, Mayor Dates of Advertisement Issue Date: hf,hll- f c$AaBNkiWl 2 Certification of Fords: $; 1,800,000-00 Max Award Amount: S: 2,250,00000 Bid Na 19 54 Date: 111&19&11.2519 Time 2:00 PM ITEM Lmn DESCRIPI ION UNIT ESTIMATED QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. UNIT PRICE AMOUNT COINS ENTERPRISES, INC UNIT PRICE AMOUNT KAIACS CONTRACTORS, INC UNIT PRICE AMOUNT TRI STAR CONTRACTORS, LLC UNIT PRICE AMOUNT 101 Mobilization LS 1 S 6592000 5 65,92000 $ 100,00000 $ 100,00000 5 40.000.00 S 40,000.0 5 94,97899 5 94.97899 1.02 Bonds and Insurance IS 1 $ 25,00000 5 25,000.00 5 35,000.00 $ 35,00001) $ 31,00000 S 31,000.00 5 56,69553 5 56.69553 103 Act 291, 1993 Trench and Excavation Safety System ITS 1 $ 2,00000 $ 2,00000 $100,00000 $ 100,00000 5 5,00000 $ 5,00000 $ 37,00000 S 37,00000 104 Eroisonand Sediment Control L5 1 $. 55,00000 S 55,000,00 S 20,000.00 5 20,00000 $ 3%00000 5 30,000.00 5 51100000 5 5Q 00000 105 'Clearing&Grubbi ITS 1 S 25,00000 S 25,000.00 5 4 00000 5 45,00000 $ 7,50000 5 7,500.00 $ 40,00000 $ 411000.00 L06 5"PVC C900 DR14 Restrained Joint Water Main LF 46 $ 11000 $ 5,060,00 S 9000 $ 4,140.00 S 5000 S_ 2,30000 $ 5500 $ 2,53000 L07 IB" PVC C900 DR14 Restrained loin Water Main LF 95 5 120.00 $ 11,400.00 $ 95.00 5 9,025.00 $ 5400 $ 5,13000 $ 6700 S 6,36500 108 12" PVC C900 DR14 Restrained Joint Water Main LF 166 $ 13000 $ 21,58000 $ 20000 $ 33,20000 $ 7500 S 12,45000 S 7500 $ 12,450.00 109 24" Class 350 DIP Water Main LF 2,135 S 19600 $ 41$460.00 $ 185.00 5 394,975.00 $ 190.00 $ 4D5, E5D 00 $ 19200 5 409.920.00 J.1 24" Class 350 DIP Water Main IF 1,158 $ 23600 $ 273.288.00 $ 25000 5 289.50000 S 23000 5 266,340.00 5 248.60 S 287,87880 .7.11 Class? 6Qre eBase Course LF 327 $ 6D.DD $ L9,620.00 5 3000 5 9,81000 5 150.00 S 49.050.00 S 7500 S 24,525.00 1.12 Three Way Fire H raoL kA 1 5 5,500.00 $ 5,50D1)0 S 5.00000 S 5,00000 S A70400 S 3,70000 .$ 5,50000 S 550000 113 Abandon and Salvage Existing Fire Hydrant EA 1 $ 88000 5 88000 $ 85000 $ 85000 $ 25000 $ 25000 S 1,10000 $ 1,100.00 1.14 G' Gate Valve with Box EA 2 5 1,350.00 5 2,70000 $ 2,00000 1 5 4.000 DD $ 3,35000 $ 2,700.00 S 2,10000 S 4,200.00 115 R" Gate Valve with Box EA 1 $ 1,85000 5 1,850.00 5 2,500.0D 5 2-SOD.01) $ 1,75000 S 1,75000 5 2,95000 S 2.95000 1.16 N' R.I V4Lve vrilh no. FA 3 $ 3,600.00 S 1 800.90 5 4,50000 S 13,500 00 5 3.35000 5 10.050 00 5 5,94134 5 17.824.02 $ 17 24" Butlerfl Valve with BMx FA 5 5 12,000 00 5 60,000 00 5 15,000 00 5 75,000 -OD $ 1QR25.00 S 54125 00 $ 24,792 00 $ 123,960,00 118 Abandon ExistipE Valve EA 6 5 42500 S 2,55000 S 1,50000 $ 00000 S 25000 $ 1.S00.00 $ 1,40000 5 $400.00 1.19 Ductile Iron or Cast -Iron Water Main Fittings LBS 15,000 5 850 $ 127,50000 $ 1500 $ 225,00000 5 800 $ 120,000.00 $ 800 $ 120,000.00 1'2 6"x6" Tapping Sleeve, 6"Tapping Valve w/ Box EA 2 $ 6,60000 $ 13,20000 $ 7,00000 $ 14,00000 $ 4,50000 $ 9,00000 $ 5,011000 S 10,00000 121 12"x12"Ta Sleeve, 24"Ta Valve w/ Box Tapping Tapping EA 2 $ 11,30000 $ 22,60400 5 10,00000 $ 20,00000 $ 9,80000 $ 19,60000 $ 11,09&00 5 22,19600 122 24"x24" Tapping Sleeve, 24" Tapping Valve w/ Box EA 1 $ 46,00000 $ 46,00000 $ 65,00000 $ 65,00000 $ 44,00000 $ 44,00000 $ 70,00000 $ 70,00000 123 30"x24"Tapping Sleeve, 24" Tapping Valve W/ Box EA 1 $ 47,50000 $ 47,500.00 $ 70,000.00 $ 70,00000 $ 45,00000 $ 45,00000 $ 75,70000 5 75,70000 12d 74"tire9taa FA 1 S 41_500.00 $ 41,50000 S 95,00000 5 95,00000 S 32,001100 S 34000.00 5 45,00000 S 4 00000 1.75 130" Line Stoo EA 1 5 55,00000 $ 55,00000 5110,00000 5 11QOOD 00 S 42,00000 $ 44000.00 S 5400000 S 58,00000 1.26 12" Anchor Collar EA 1 S 700000 S 7,000.00 S 2,000-00 5 00000 S 5,500,00 $ 5,50000 5 5,00000 5 5,000.40 127 24" Anchor Collar EA 2 $ 9.00000 $ 18.000.00 S 4,000.00 5 8,00000 5 15,50000 5 33,00000 $ 7_90D OD S 15,00000 128 30"Anchor Collar EA 1 5 12.000.00 S 12,000.00 5 5,000.00 1 $ 51000 DO $ 21.50D 00 S 21,500.00 5 10.000.00 $ 10,00400 1.29 Encasement Tie -Down FA 2 $ 4,95000 5 9,900.DO $ 2.sool $ 5,00000 $ 3,500.00 5 7,000.00 S 7,00000 S 14,00000 1.3 36" Mir< Dia. Bared Steel C-ing LF 101 $ 85000 $ 85,850.00 5 775.00 5 78,27500 5 68500 S 69,185,00 $ 65200 S 65,85200 131 36" Min. Dia. Direct Bury Steel Casing LF 175 $ 49000 5 85,750.00 5 250.00 $ 43,750-00 $ 35B 00 S 61,25000 $ 50000 S 87,50000 132 Polyethylen E ncasement for 24"01P-Vbio LF 3,300 $ 375 $ 12,37500 $ 1000 5 33,00000 $ 500 $ 16,50400 5 606 5 19,99800 133 Polyethylen Encasement for 24" DIP - Sheet LF 3,300 5 2.75 5 9,075.00 $ 10.00 5 33,000 OD $ 450 5 14,850.00 $ 516 S 17,02800 1.34 Double Cut and Cap Existing 6" Water Main EA 3 $ 2,750.00 $ 8,25400 $ 5,000.00 5 1 000.00 S 2,50000 S 7.50000 5 250000 5 750000 135 Double Cut and Cap Existing 8" Water Main EA 2 S 2.90000 5 5,80000 5 6.000.00 S 12000017 5 4700.00 5 5,40000 $ 21.00440 $ E<.000.0D 136 (Double Cut and Cap Existing 12." Water Main EA 1 5 3,500.00 5 3,500.0➢ $ 10,000.00 5 18000.00 $ 4,00000 5 4,00000 $ 8.00000 $ $00000 1.37 (Double Cut and Cap Existing 24" Water Main EA 1 $ 8,25000 $ 8,25000 5 20.000.00 5 20.00000 $ 12,170400 S 12,00000 5 10.000.00 $ 10,000170 138 IDouble Cut and Cap Existing 30" Water Main EA 1 5 14,500,00 1 5 14.50000 5 35,00000 5 35,00000 5 15,00000 $ 1500000 $ 12-%WDD $ 12,517000 139 Plowable Fill Cy 32 S 185.00 S 5,92000 5 125.00 5 4,000.D0 $ 110DO $ 3,52000 5 12000 $ 3,840.00 14 i oncrete 5ide-li, Retair LF 11 $ 75.00 5 82500 5 55.00 $ 605.00 $ 35.00 S 385.00 S 4000 S 44000 1.41 ,Asphalt Pavemert.13eDair 1P 428 $ 68.00 $ 29,10400 5 8500 $ 36,38000 S 70.00 .S 296960.00 S 10000 S 42,800.00 1.42 f=ence Crossing Reoair Reolace LF 30 $ 56 DID 5 1,68000 S 5000 5 1,50000 $ 2B00 S 60C 00 S 10000 $ 3,[70000 143 Curb and Gutter Repair LF 36 S 3500 5 1,26000 $ 5500 1 5 498000 5 2Q00 S 72000 5 3800 $ 1,08000 144 Tracer Wire Con nection EA 20 $ 48000 $ 9.60000 S 2000 $ 400.00 5 250.00 5 5,000.01) $ 25000 $ 5,00000 145 1 Temporary Construction Fence LF 601 S 900 S 5140900 5 500 $ X03500 $ 1.00 S 601001 5 750 5 4,50750 146 Pre -Construction Video LS 1 5 450.00 $ 450.00 S 2=000 $ 2,00D 00 5 500.00 5 50000 S. 5,00000 S 5,00000 1.47 Traffic Control 5 1 $ 22,000.00 $ 22,00000 5 25,ODO 00 .5 25,00000 S 4,40400 5 4,40400 $ 2F,000 00 5 20.00000 1.48 Set of Bollards Fire Hydrant EA 1 S 1,75000 $ 1,75000 5 2,40000 S 2,40000 S L500.00 $ 1,50000 $• 4,000,00 $ 4,00000 149 36" Class III RCP LF 172 $ 145.00 S 24,94000 $ 15000 S 2580D 00 S 9000 $ 15,48000 5 95.00 $ 36,34000 15 Traffic Rated 4'x4' Precast Concrete Junction Box EA 2 $ 5,30000 5 10.60000 $ 10,1700.00 $ 20.000.00 $ 3,50000 5 7.00000 5 4,50000 S 9,00000 151 36" Cl ass ILL ACP Flared End Section EA 2 $ 1189001) 5 3,78000 $ 2,500.01 5 5,00000 $ 1,500,00 5 3.00000 S 1,50000 3 3600000 1 52 Remove and Dispose Existing Storm Junction Box EA 1 $ 550.00 5 550.00 $ 2,000.00 5 2,00000 $ 250.00 5 25000 $ 2,00000 5 2000170 153 Remove and Salvage Existing Storm Pipe LF 180 5 29.00 S 522000 S 50.00 $ 9,00000 $ 10.00 $ ],80800 $ 25.00 S 450p,Op 154 Blow -off sembly EA 1 S 6,750.00 S 6,75000 S 2,000.00 5 2,00D01) $ 9,5➢DDO 5 9,500.00 S 4,50000 1 $ 4,50000 TOTAL BASE BID $ 1,769,996.00 5 2,190.595.00 $ 1-595,00000 S 1,994,55&84 'Highlighting No[ez Correc[e4 Calculation Error CERTIFIED: A-ke. rinKtMIUM ILYCLirriff M4rnrer INr 1Gguah n.rr SECTION 00 4113 - BID FORM Contract Name: Construction - Morningside Drive 24" Water Main Relocation Bid Number: 19-54 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: l� rtiti a c_ S co vX I-Ic C- o r � � J s 114�1WPANIM 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. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-1 2.02 This bid is for the construction of the Morningside Drive 24" Water Main Relocation Consisting of the following work on the City of Fayetteville's existing water system; A. Construct approximately 3,300 linear feet of 24 -inch water main along Morningside Drive from south of Hwy 16 to north of Huntsville Road. B. New water interconnections and replacements including, connections to existing items, fire hydrants, valves, fittings, appurtenances, other items shown on the Drawings or required in the Specifications, and related work as necessary to accommodate the project design. C. The existing 24" water main, operating pressure approximately 150 psi, loated parallel to the proposed work, is an active transmission facility owned and operated by the City of Fayetteville and shall remain completely in service for the duration of the work, until final acceptance of the new water main by the Owner and Engineer, and release in writing from the Owner and Engineer to begin abandonment of the existing main, 2.02 The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work described by and in accordance with the specifications and contracts for the following prices. 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: ^z- Number Date % 1 %1 -4 Ilk I -L 1 1 91 B. Bidder has visited the Site, City or Utilities 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. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-2 C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 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. This Project is a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas. The City of Fayetteville may at the City's sole discretion choose to purchase more, less, or none of the rehabilitation, depending upon the City's needs. The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded. G. 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. H. 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. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-3 I. 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. J. 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. L. 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. M. 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 N. Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. O. 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. 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%, all bids shall be rejected and become confidential. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-4 The total amount bid for the item of "Standard Mobilization" must not 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% of the total, then the bid may be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s) as indicated on the UNIT PRICE BID SCHEDULE which follows: Morningside Drive 24" Water Main Relocation - Schedule 1 UNIT PRICE BID SCHEDULE ITEM NO. DESCRIPTION UNIT EST. UNIT TOTAL CITY PRICE 1.01 Mobilization LS 1 000 �— d o 1.02 Bonds and Insurance LS 1 3/ ODD 3��D00 1.03 Act 291, 1993 Trench and Excavation Safety System LS 1 500 5,000 1.04 Eroison and Sediment Control LS 1 D60 �� ✓�0 ODO �� 1.05 Clearing & Grubbing LS 1 7500 7700 1.06 6" PVC C900 DR14 Restrained Joint Water Main LF 46 J 0 2 30o �o 1.07 8" PVC C900 DR14 Restrained Joint Water Main LF 95 —75�v 1.08 12" PVC C900 DR14 Restrained Joint Water Main LF 166 Q 00 �` 1199'. �P 1.09 24" Class 350 DIP Water Main LF 2,135 R �4 046 YW' j 1.10 24" Class 350 Restrained Joint DIP Water Main LF 1,158 1.11 Class 7 Aggregate Base Course LF 327 o� i�o 0� ,/ rl% 7 Qs 1.12 Three Way Fire Hydrant EA 1 3700 700 1.13 Abandon and Salvage Existing Fire Hydrant EA 1 go 0 1.14 6" Gate Valve with Box EA 21 0-? 0 9-700 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-5 1.15 8" Gate Valve with Box EA O 1.16 12" Butterfly Valve with Box EA 3 D �� /Q D f -D 1.17 24" Butterfly Valve with Box EA 5 /Dp 2S� 1.18 Abandon Existing Valve EA 6 0 Z�-Q �' / ADO 1.19 Ductile Iron or Cast -Iron Water Main Fittings LBS 15,000 00 � /ZD goo 1.20 6"x6" Tapping Sleeve, 6" Tapping Valve w/ Box EA 2 ov QD o0 X00 1.21 12"x12" Tapping Sleeve, 12" Tapping Valve w/ Box EA 2 D00' / / IPO 04 1.22 24"x24" Tapping Sleeve, 24" Tapping Valve w/ Box EA 1 414,00, o W000 ' 30"x24" Tapping Sleeve, 24" Tapping Valve w/ Box EA 1 0,01.23 4vf-pBO Srgoo 1.24 24" Line Stop EA 1 32ODD�r 32,0,90 1.25 30" Line Stop EA 1 TZ d00 7200 1.26 12" Anchor Collar EA 1 5x00 00 6rao 1.27 24" Anchor Collar EA 2 1.28 30" Anchor Collar EA 1.29 Encasement Tie -Down EA 2 2 ao / X00 00 -7000 1.30 36" Min. Dia. Bored Steel Casing LF 101 1.31 36" Min. Dia. Direct Bury Steel Casing LF 175 3 �-0 1.32 Polyethylene Encasement for 24" DIP - Vbio LF 3,300 r 1.33 Polyethylene Encasement for 24" DIP - Sheet LF 3,300 / 0 4, /7 8 1.34 Double Cut and Cap Existing 6" Water Main EA 3 2570 1.35 Double Cut and Cap Existing 8" Water Main EA 2 Z % D0 Do 57 DO — 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-6 TOTAL AMOUNT BID I /" r? -�/ 00a co 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-7 Odd ,e 1.36 Double Cut and Cap Existing 12" Water Main EA 1 1.37 Double Cut and Cap Existing 24" Water Main EA 1 a� 12000 /200 va 1.38 Double Cut and Cap Existing 30" Water Main EA 1 1.39 Flowable Fill CY 32 //D 320 O, 1.40 Concrete Sidewalk Repair LF 11 ea o� 3� S 1.41 Asphalt Pavement Repair LF 428 '/a 1.42 Fence Crossing Repair/Replace LF 30 o� l0 00 1.43 Curb and Gutter Repair LF 36 -46) -720 1.44 Tracer Wire Connection EA 20 2 5_10 D� 04 5000 1.45 Temporary Construction Fence LF 601 9� 1.46 Pre -Construction Video LS 1 �BO �Y oo 1.47 Traffic Control LS 1 1.48 Set of 4 Bollards @ Fire Hydrant EA 1 / 5—,o 0 f49 00 1.49 36" Class III RCP LF 172 1.50 Traffic Rated 4' X 4' Precast Concrete Junction Box EA 2 o0 30D 00 �QB� 1.51 36" Class III RCP Flared End Section EA 2 /Sr00 �� 0 3860 1.52 Remove and Dispose Existing Storm Junction Box EA 1 � 2S D 00 Z SO 1.S3 Remove and Salvage Existing Storm Pipe LF 180 o� D /800 900 %�p0 1.S4 Blow -off Assembly EA 1 11 TOTAL AMOUNT BID I /" r? -�/ 00a co 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-7 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the UNIT PRICE BID SCHEDULE The basis for award of the contract shall be the lowest total bid by an acceptable and qualified bidder who meets all or the experience requirements stated within this contract. Any bidder who does not meet all of the experience requirements stated within this contract shall be considered a nonqualified bidder and will not be awarded the contract. 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 or date indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of ,r t -a n Jr- —Dollars ($_................ 5' 0/0 B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: �� � �17 nTiG.[��D f 5 �✓� `. R► .wf D O C tl Email r L -L s o,•,, Phone No. p t - ZLIG- LO U L S` Fax No. 5 7-5- I$ S- f 2 3-7 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-8 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. ARTICLE 9- CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub- contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327- 333) in the performance of the contract. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-9 PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-10 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on ( Z — I 2011 Arkansas State Contractor License No.00 y qa 15-o'3 20 If Bidder is: Name (type or printed): By.....____ Doing business as: Business address: Phone No: Email Address: A Partnership Partnership Name By: (Individual's Signature) Fax N o. (SE.AL) (SEAL) (Signature of general partner -attach evidence of authority to sign) Name (type or printed):___ Business address: Phone No: Email Address: Fax No. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-11 A Corporation or Corporate entity including Limited Liability Company(LLC) Corporation Name : f'�i "L, c—chs (SEAL) State of Incorporation:_: ria. K0 Type (General Business, Professional, Service, Limited Liabilitft C e-✓lcecrA _usjviQsA I Con*re.`i-or By: -;;,-,- C (Signature -attach evidence of authority to sign) Name (type or printed): tc._'I _Iasw0 r Title: - (CORPORATE SEAL) r� Attest: (Signature of Corporate Secretary) Business address: { "V\ wni< CvceAe4D ..,ice Mz 71271-1 Phone No 5-0 0(.aL'� Fax No. "]3—'7f5­-GZ31 Email Address: �I6A 4-&s In r 4-(_& iL y'tx . 4-0- END -0rte-. END OF SECTION 00 4113 BID FORM 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-12 PO Box %9 Poplar Bluff, MO 63902 N November 2, 2018 Letter of Resolution 573-785-1745 (Fa4 573-785-6237 www.kipa.com I, Aron Persons, President of's A -ACS "--ntractors, Inc. do herebygive Michael Titsworth, Project ManaseyEstimator the a ariev sign contracts on behalf of KAJACS Contractors, Inc. i Aron Persons, President _ � Y J MyLynn Gar&ac, Corporate Secretary Equal Opportunky Employer SECTION 00 4116 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we KAJACS Contractors, Inc. 1 Innwood Circle Suite 210 .Little Rock, -.AR -729 I I 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 Flve Percent of Amount Bid Dollars ($ 5% of Amount Bid ), 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: Bid 19-54, Construction - Morningside Drive 24" Water Main Relocation NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 172162 Morningside 24 Inch Water Main 00 41 16 -1 Signed and sealed this 11th day of December 20 19. PRINCIPAL (CORPORATE SEAL) KAJACS Contractors, Inc. By .� (Signature) IV R war r (Type or print) SURETY Travelers Casualty and Surety Comps of America By (Signature) Vickie J. Nickel, Attorney -in -Fact (Type or print) ATTORNEY-IN-FACT Travelers Casualty and Surety Company of America By _ U (Signature) Vickie J. Nickel, Attorney -in -Fact (Type or print) (CORPORATE SEAL) This Bond shall be accompanied with Attorney -in -Fact's authority from Surety. END OF SECTION 00 4116 BID BOND 172162 Morningside 24 Inch Water Main 004116-2 Travelers Casualty and Surety Company of America =� Travelers Casualty and Surety Company TRAVELERS-] St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That 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 "Companies"), and that the Companies do hereby make, constitute and appoint Vickie J. Nickel, of Overland Park, Kansas, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017. rr� ,Ir "lyuee 4COWL K^ 6 7C&K�� .' State of Connecticut By City of Hartford ss. Robert L. Raney, Sehfar 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. a My Commission expires the 30th day of June, 2021 MarieC. 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 Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice 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-Fact and Agents pursuant to the power prescribed in his or her certificate 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 signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect Dated this 11th day of December , 2019 Kevin E. Hughes, Assi lant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3330. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. SECTION 00 4313 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: Bid 19-54, Construction — Morningside Drive 24" Water Main Relocation Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Designate Work Subcontractor's Name and Address Expected Percentage or Value L117e 51v�4, ,s yn�trS e �o/�i�b, ��r✓/�eS 1�o Gf' ✓� 5U� -,e `9 z o z 3 IA r rr� 2-4.yo"�/- A 64,/9 51t,er wovf! Are 7-712-, AGC A-po), 00 0 �-, ,k 70 00 0` NOTE: This form must be submitted in accordance with the Instructions to Bidders. L 4,fo� r �ew, Vt Bidder's name (type or print) J Bidder's name (signature) IZ/ IIK/ yo1q Date END OF SECTION 00 4313 LIST OF SUBCONTRACTORS 172162 Morningside 24 Inch Water Main 00 4313 -1 SECTION 001413 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Bid Number 19 — 54, Construction — Morningside Drive 24" Water Main Relocation City of Fayetteville, Arkansas Date: /2' /I- Zo/ g SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company: Name: Address: I &tc 11D, L�l�f�e c c�4�. xalt Principal Office: C s s r l Corporation, LLC, partnership, individual, joint venture, other: 001*^4M Arkansas State General Contractor's License Number: 00 i�_9950320 (Type or legibly print) For a Bidder (Contractor) to be considered as qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years active experience under the current Contractor name in the installation of the product(s) bid, including installation and relocation of water distribution systems and associated site work. The Contactor must also provide documentation with the bid to document: Contractor's successful experience with the following: (1) constructing no less than 50,000 feet of 24" or larger diameter water main; (2) constructing no fewer than 50 water connections to 18" or larger diameter water mains. The Contractor shall have executed work for municipalities operating water distribution facilities with a minimum of three (3) projects equaling or exceeding one million dollars ($1,000,000) for installation of the product(s) bid. Work for developers and commercial site work will not be considered as permissible work experience. 172162 Morningside 24 Inch Water Main — Addendum 2 001413-1 Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville attached to this section. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the experience requirement, or the combined amount of experience of the key personnel that will be responsible for satisfying the experience requirement. EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 14 years and has performed work of the nature and magnitude of this Contract for 2(0 years. Bidder has been in business under its present name for _2 jf, years. 2. The Bidder must also provide documentation with the bid to document Contractor's successful completion of the following: a. Previous construction of no less than 50,000 feet of 24" or larger diameter water main. 44-0.4-k a b. Previous construction of no fewer than 50 water connections to 18" or larger diameter water mains. .4 #ac{, e d 3. 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.) 44+A,, of 4. 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 #^c AA -d 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. lel o 6. Bidder normally performs the following work with his own forces: �in S i -al a. -0 o �. l -21.2 C -. 1�i r Z CLI, a� tior. Lt -.e -- Y, Sn�c-.e- ]C Svc ti oe A — ►cu 172162 Morningside 24 Inch Water Main – Addendum 2 001413-2 Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 8. 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: f 4a kr44or.k C 1 Cl(,tE 3 �o�m�Q�n1�� Cal Y�trS S�Jnt 4 `i 00 81,4 . 9. Bidder's Workmen's Compensation Experience Modifier Factor is: 0.7( FINANCIAL STATEMENT IF REQ UESTE D A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). 172162 Morningside 24 Inch Water Main — Addendum 2 001413-3 f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount rim I MATERIALS STATEMENT MANDATORY A. Bidder shall provide documentation attached to the Bid to verify compliance with Specifications, as required. 172162 Morningside 24 Inch Water Main — Addendum 2 001413-4 Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: i Z/ 16, 2019 (OFFICIAL SEAL) Name of Organization: By At ,La.¢-. t ... t or L, (Type or legibly print) By. G (Signature) SEAL Title QV r Y!. C f (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 or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 001413 BIDDER'S QUALIFICATION STATEMENT 172162 Morningside 24 Inch Water Main — Addendum 2 001413-5 PO Sox 969 Poplar 81uff, MO 63902 November 2, 2018 Letter of Resolution 573-785-1745 (fax) 573-785-6237 www kajacs.com I, Aron Persons, President of KA Acsx:ontracton, Inc. do h or -[qtr give Mlchael Titsworth, Project Aftna er/E stinator the alwliority to slip contracts on behalf of KAIACS Contractors, Inc. Aron Persons, President MyLynn Gargac, Corporate Secretary Equal Opportunity Employer KAJACS REQUIRED EXPERIENCE FOR THE FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 Statement of Bidder's Qualifications KAJACS Contractors, Inc PO Box 969 Poplar Bluff- 573-785-1745 Poplar Bluff MO 63902 Arkansas 0049950320 Mississippi - 11703 -MC Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: 30" Maumelle Water Transmission Line Location: Maumelle, Arkansas Contract Amount: $6,125,000 Started: Feb -17 Complete: Complete Owners Representation: Thomas Wray Bidders Representation, Aron Persons Funding Agency: Central Arkansas Water Scope: 30,000 LF of 30" Ductile Iron Pipe/22 Connections Job Number: 487 Owner: City of Corinth, MS Job Name: Corinth Raw Water Lines Location: Corinth, MS Contract Amount: $7,485,139.78 Started: April 2011 Complete: November 2011 Owners Representation: Cook Coggin Engineers, Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Funding Agency: ARRA Scope: 50,000LF of 36" DI Pipe Water/16 Connections Owner: City of Corinth, MS Job Name: Corinth Transmission & Dist. Lines Location: Corinth, MS Contract Amount: $9,495,514.00 Started: March 2010 Complete: November 2010 Owners Representation: Cook Coggin Engineers, Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Funding Agency: ARRA Scope: 65,000'- 36" Water Transmission Lines/34 Connections Owner: Benton Washington Coun!y Water Transmission lines Address: Siloam Springs, AR Contact Name: Matt Dunn Telephone Number: (501) 664-1552 Job Name: Benton Washington County Water Transmission lines Location: Siloam Springs, AR Contract Amount: $6,099,250 Started: May -16 Complete: AUG. - 17 Owners Re resentation: BWRPWA Bidders Representation: Crist Engineers Funding Agency: Scope: 60,000'- 24" water transmission line/21 Connections Job Number: 1 482 Statement of Bidder's Qualifications KAJACS Contractors, Inc PO Box 969 Poplar Bluff- 573-785-1745 Poplar Bluff MO 63902 Michael Titsworth Project Manager Experience Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Mark Ragland Telephone Number: 501-372-5161 Job Name: Broadway Relocation Location: North Little Rock, AR Contract Amount: $2,800,000 Started: Feb -06 Complete: Dec -06 Owners Representation: Mark Ragland Bidders Representation: Michael Titsworth Funding Agency: Central Arkansas Water Scope: 12,000 LF 24" DIP/26 Connections Owner: City of Cabot Arkansas Job Name: Cabot Water Transmission Main Location: Cabot, AR Contract Amount: $9,850,000.00 Started: October 2008 Complete: December 2009 Owners Representation: Vernon Williams Bidders Representation: Michael Titsworth Funding Agency: City of Cabot/Central Arkansas Water Scope: 55,000 LF of 30" DIP Water, 17,000 LF of 24" DIP Water/22 Connections Owner: Central Arkansas Water Job Name: Camp Robinson 42" Transmission Main Location: North Little Rock, AR Contract Amount: $6,500,000.00 Started: December 2009 Complete: October 2010 Owners Representation: Mark Ragland Bidders Representation: Michael Titsworth Funding Agency: Central Arkansas Water Scope: 26,000 LF of 42" DIP Water/10 Connections KAJACS CURRENT BONDED WORK FOR THE FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 KAJACS Contractors, Inc 3026 Cravens Rd PO Box 969 Poplar Bluff MO 63902 573-785-1745 CURRENT BONDED WORK 12/19/2019 Owner: City of Benton Utilities Address: 1827 Dale Ave., Benton, AR 72015 Contact Name: Jacob Gillip, P.E. Telephone Number: 501-371-0272 Job Name: Benton Utilities, Saline River Bores Location: Benton, AR Contract Amount: $1,055,000.00 Started: EST.1/6/2020 Complete: EST. 4/8/2020 Owners Representation: Jacob Giliip, P.E. Bidders Representation: Michael Titsworth, Project Manager Funding Agency: City of Benton Scope: 980 LF of 16" DIP, 980 LF of 12" DIP Bored under Saline River Job Number: 507 Owner: City of Arbyrd Address: 102 E. Frisco Street, Arbyrd, MO 63821 Contact Name: Shannon Todd Telephone Number: 573-772-4203 Job Name: Wastewater System Improvement Project Location: Arbyrd, MO Contract Amount: 673,500.00 Started: 12/10/2019 Complete: 6/1/2020 Owners Representation: Shannon Todd Bidders Representation: Rodger Williams Funding Agency: USDA Scope: Sewer and Pumpstation Rehabilitation Job Number: 506 Owner: Van Buren Municipal Utilities Address: 2806 Bryan Road, Van Buren, AR 72957 Contact Name: Telephone Number: Joshua Durham, P.E. (479) 474-1227 Job Name: Rickey Pump Station & Force Main Imp. Location: Van Buren, AR Contract Amount: $2,840,000.00 Started: 10/15/2019 Complete: EST. 10/15/2020 Owners Representation: Joshua Durham, P.E. Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Van Buren Scope: Construction of a 1,400 GMP Pump Station & Force Main Job Number: 505 Owner: City of Stuttgart Address: Stuttgart, AR Contact Name: Charles Summerford Telephone Number: (870) 246-6011 Job Name: Step 3 - Water Upgrades & Improvements Location: Stuttgart, AR Contract Amount: $865,000.00 Started: 10/28/2019 Complete: EST. 4/15/2020 Owners Representation: Charles Summerford Bidders Representation: Kyle Persons, Estimator Funding Agency: Rural Development Scope: Water line replacement Job Number: 504 Owner: City of Fayetteville Address: Fayetteville, AR Contact Name: Matt Casey Telephone Number: 479-444-3429 Job Name: Hotz to Maple; Pleasant Woods Dr & Sang Ave Water Line Location: Fayetteville, AR Contract Amount: $1,458,000.00 Started: 5/1/2019 Complete: EST. 3/1/2020 Owners Representation: Josh Durham Bidders Representation: Mike Titsworth, Estimator Funding Agency: City of Fayetteville, AR Scope: 8" & 12" Waterline Job Number: 503 Owner: City of Baldwyn Address: Baldwyn, MS Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase 4 - Collection Improvements Location: Baldwyn, MS Contract Amount: $1,030,000.00 Started: 5/20/2019 Complete: 12/31/2019 Owners Representation: Brett Brooks Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Sewer Improvements Job Number: 500 Owner: City of Tupelo Address: Tupelo, MS Contact Name: Jess Wiygul Telephone Number: 662-842-7381 .Job Name: SRF FY17 -Wastewater Collection Improvements Location: Tupelo, MS Contract Amount: $2,085,000.00 Started: 2/18/2019 Complete: 1/15/2020 Owners Representation: Jess Wiygul Bidders Representation: Rodger Williams, Estimator Funding Agency: SRF Scope: Sewer Collection Improvements Job Number: 499 Owner: City of Fort Smith Address: North P Street Contact Name: Larry Yancy Telephone Number: 479-242-4685 Job Name: Sub-basin P002 & P003 Location: Fort Smith, AR Contract Amount: $9,895,000.00 Started: 7/9/2018 Complete: EST. 3/15/2020 Owners Representation: Larry Yancy Bidders Representation: Aron Persons/Rodger Williams, Estimator Funding Agency: Fort Smith Scope: 60" & 48" Gravity Sewer Line Installation Job Number: 495 Owner: Corps of Engineers Address: Vicksburg Contracting Office Contact Name: Scott Brown Telephone Number: (601) 631-7902 Job Name: Flood Control - Levee Repair Location: Lake Village, AR Contract Amount: $5,450,000 Started: Nov-17 Complete: In Progress Owners Representation: Scott Brown Bidders Representation: Aron Persons Funding Agency: Corps of Engineers Scope: Levee Repair and Outlet Control Structure Job Number: 490 KAJACS COMPLETED WORK LIST FOR THE FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 JA� KAJACS Contractors, Inc 3026 Cravens Rd PO Box 969 Poplar Bluff MO 63902 _ 573-785-1745 Owner: Van Buren Municipal Utilities Address: 2806 Bryan Road, Van Buren, AR 72957 Contact Name: Joshua Durham, P.E. Telephone Number: (479) 474-1227 Job Name: Rickey Pump Station & Force Main Imp. Location Van Buren, AR Contract Amount: $2,840,000.00 Started: 10/15/2019 Complete: In Progress Owners Representation: Joshua Durham, P.E. Bidders Representation: Rodger Williams, Estimator Funding Agency: Scope: Construction of a 1,400 GMP Pump Station & Force Main Job Number: 505 Owner: City of Stuttgart Address: Stuttgart, AR Contact Name: Charles Summerford Telephone Number: 870) 246-6011 Job Name: Step 3 - Water Upgrades & Improvements Location: Stuttgart, AR Contract Amount: $865,000.00 Started: Not Started Complete: Owners Representation: Charles Summerford Bidders Representation. Kyle Persons, Estimator Funding Agency: Rural Development Scope: Water line replacement Job Number: 504 Owner: City of Fayetteville Address: Fayetteville, AR Contact Name: Matt Casey Telephone Number: 479-444-3429 Job Name: Hotz to Maple; Pleasant Woods Dr & Sang Ave Water Line Location: Fayetteville, AR Contract Amount: $1,458,000.00 Started: 5/1/2019 Complete: In Progress Owners Representation: Josh Durham Bidders Representation: Mike Titsworth, Estimator Funding Agency: City of Fayetteville, AR Scope: 8" & 12" Waterline Job Number: 503 Owner: CAW .Address: Maumelle, AR Contact Name: Thomas Wray Telephone Number: 501-377-1221 Job Name: AC Main Replacement - Phase 3 Location: Maumelle, AR Contract Amount: $898,000.00 Started: 211/2019 Complete: 7/l/2019 Owners Representation: Thomas Wray Bidders Representation: Mike Titsworth, Estimator Funding Agency: CAW Scope: Waterline Replacement Job Number: 502 Owner: City of Fayetteville Address: Fayetteville, AR Contact Name: Josh Durham Telephone Number: 479-474-1227 Job Name: Masters Lift Station Replacement Location: Fayetteville, AR Contract Amount: $1,067,000.00 Started: 3/18/2019 Complete: In Progress Owners Representation: Josh Durham Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Fayetteville, AR Scope: Sewer Improvements Job Number: 501 Owner: City of Baldwyn Address: Baldwyn, MS Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase 4 - Collection Improvements Location: Baldwyn, MS Contract Amount: $1,030,000.00 Started: 5/20/2019 Complete: In Progress Owners Representation Brett Brooks Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Sewer [mprovements Job Number: 500 Owner: City of Tupelo Address: Tupelo, MS Contact Name: Jess Wiygui Telephone Number: 662-842-7381 Job Name: SRF FY17 -Wastewater Collection Improvements Location: Tupelo, MS Contract Amount: $2,085,000.00 Started 2/18/2019 Complete: In Progress Owners Representation: Jess Wiygul Bidders Representation: Rodger Williams, Estimator Funding Agency: SRF Scope: Sewer Collection Improvements Job Number: 499 Owner: City of Greenwood Address: Hwy 7.& Hwy 82; Greenwood, MS Contact Name: Robert Willis Telephone Number: 662-226-1081 Job Name: MS HWY NO.7 & US HWY NO. 82 Waterline Improv. Location: Greenwood, MS Contract Amount: $398,485.00 Started: 12/10/2018 Complete: 6/15/2019 Owners Representation: Robert Willis Bidders Representation: Rodger Williams, Estimator Funding Agency: Greenwood, MS Scope: Waterline Replacement Job Number: 498 Owner: City of Russellville, AR Address: Russellville, AR Contact Name: Clint Bell Telephone Number: 501-362-3744 Job Name: Basins 9, 15, & 25 Location: Russellville, AR Contract Amount: $2,375,000.00 Started: 12/10/2018 Complete: 9/1/2019 Owners Representation: Clint Bell Bidders Representation: Mike Titsworth, Estimator Funding Agency: City Corporation Scope: 14,000 LF of Pipe Bursting Job Number: 497 Owner: City of Baldwyn, MS Address: Indrustrial Park Drive Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase 3 - Collection Improvements Location: Baidwyn, MS Contract Amount: $1,345,525.00 Started: 8/6/2018 Complete: 7/30/2019 Owners Representation: Brett Brooks Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Gravity Sewer Main Job Number: 496 Owner: City of Fort Smith Address: North P Street Contact Name: Larry Yancy Telephone Number: 479-242-4685 Job Name: Sub -basin P002 & P003 Location: Fort Smith, AR Contract Amount: $9,895,000.00 Started: 7/9/2018 Complete: In Progress Owners Representation: Larry Yancy Bidders Representation: Aron Persons/Rodger Williams, Estimator Funding Agency: Fort Smith Scope: 60" & 48" Gravity Sewer Line Installation Job Number: 495 Owner: City of Fort Smith Address: Riverview Drive Contact Name: Travis Brisendine Telephone Number: 479-452-1933 Job Name: Phase C, Sub-basin S009 Location: Fort Smith, AR Contract Amount: $3,500,000.00 Started: 2/26/2018 Complete: 8/l/2019 Owners Representation: Travis Brisendine Bidders Representation: Aron Persons, Estimator Funding Agency: Fort Smith Scope: Sewer Rehab; 3,500 LF of Pipe Bursting Job Number: 494 Owner: Alton, MO Address: Alton, MO Contact Name: John Burgelin Telephone Number: (573) 727-9666 Job Name: Drinking Water Distribution Improvements Location: Alton, MO Contract Amount: $2,322,255 Started: 1/8/2018 Complete: Complete Owners Representation: Doug Bridges, Mayor Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 33,250' of 6", 12,750' of 4", 10,000' of 3" Water line Job Number: 493 Owner: Ripley, Mississippi Address: Ripley, Mississippi Contact Name: Mike Falkner Telephone Number: (662) 489-1525 Job Name: Wastewater Treatment Facility - Phase 2 Location: Ripley, Mississippi Contract Amount: $7,775,000 Started- 11/l/2017 Complete: 8/31/2019 Owners Representation: Chris Marsalis - Mayor Bidders Representation: Rodger Williams Funding Agency: USDA Scope: New Wastewater Treatment Facility Job Number: 492 Owner: Maumelle, AR Address: Maumelle, AR Contact Name: Jacob Gilli Telephone Number: (501) 371-0272 Job Name: Counts Massey Sewer Ext. Location: Maumelle, AR Contract Amount: $692,500 Started: Oct-17 Complete: Complete Owners Representation: Jacob Gillip Bidders Representation: Aron Persons Funding Agency: Scope: Sewer and Water line Ext. Job Number: 491 Owner: Corps of Engineers Address: Vicksburg Contracting Office Contact Name: Scott Brown Telephone Number: (601) 631-7902 Job Name: Flood Control - Levee Repair Location: Lake Village, AR Contract Amount: $5,450,000 Started: Nov -17 Complete: In Progress Owners Representation: Scott Brown Bidders Representation: Aron Persons Funding Agency: Corps of Engineers Scope: Levee Repair and Outlet Control Structure Job Number: 490 Owner: Ripley, Mississippi Address: Ripley, Mississippi Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase One Collection Improvements Location: Ripley, Mississippi Contract Amount: $1,757,225 Started: Jul -17 Complete: Complete Owners Representation: Brett Brooks Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 5,400' of 18" GSL, 4,800' of 15" & 12" GSL, 1,200 GPM PS Job Number: 489 Owner: Eudora, Arkansas Address: Eudora, Arkansas Contact Name: Bill Gaunt Telephone Number: (870) 862-4231 Job Name: Eudora Water System Improvements Location: Eudora, Arkansas Contract Amount: $2,829,625 Started: Jun -17 Complete: Complete Owners Representation: Bill Gaunt Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 60,000 LF of 6", 4" and 3" Water Line Job Number: 488 Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: 30" Maumelle Water Transmission Line Location: Maumelie, Arkansas Contract Amount: $6,125,000 Started: Feb -17 Complete: Complete Owners Representation: Thomas Wray Bidders Representation Aron Persons Funding Agency: Central Arkansas Water Scope: 30,000 LF of 30" Ductile Iron Pipe Job Number: 487 Owner: City of Birch Tree Address: Birch Tree, Mo Contact Name: John Burglin Telephone Number: 573-778-6353 Job Name: Birch Tree Water System Improvements Location: Birch Tree, Mo Contract Amount: $2,400,000 Started: Feb -17 Complete: Completed Owners Representation: John Burglin Bidders Representation: Ethan Hoggard Funding Agency: Dept of Natural Resources Scope: 50,000 Lf of 6",4" and 3" PVC Job Number: 486 Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Joe O'Hara Telephone Number: 501-372-5161 Job Name: 36" Concrete Main Replacement Location: Little Rock, Arkansas Contract Amount: $322,300 Started: Feb -17 Complete: COMPLETE Owners Representation: Joe O'Hara Bidders Representation: Rodger Williams Funding Agency: Central Arkansas Water Scope: 400' of 36" Ductile Iron Pipe Job Number: 485 Owner: Van Buren Municipal Utilities Address: Van Buren, Arkansas Contact Name: Barry McCormick Telephone Number: 479-474-1227 Job Name: Prospect Water Transmission Line Location: Van Buren, Arkansas Contract Amount: $841,385 Started: Nov -16 Complete: Completed Owners Representation: Barry McCormick Bidders Representation: Rick Prosser Funding Agency: Van Buren Municipal Utilities / FEMA Scope: 2100' of 18" Ductile Iron Water Main Job Number: 484 Owner: North Little Rock Wastewater Address: Maumelie, AR Contact Name: Mike Marlar Telephone Number: 501-753-1987 Job Name: White Oak Sewer Interceptor Location- Maulmelle, AR Contract Amount: $4,796,835 Started: Sep-16 Complete: 17-Sep Owners Representation: Mike Marlar Bidders Representation Aron Persons Funding Agency: North Little Rock Wastewater Scope, 10,000 If of 36" DIP & HOBAS, 5,000LF of 18" DIP & HOBAS Job Number: 483 Owner: Benton Washington County Water Transmission lines Address: Siloam Springs, AR Contact Name: Matt Dunn Telephone Number: (501) 664-1552 Job Name: Benton Washington County Water Transmission lines Location: Siloam Springs, AR Contract Amount: $6,099,250 Started: May-16 Complete: AUG. - 17 Owners Representation: BWRPWA Bidders Representation: Crist Engineers Funding Agency: Scope: 60,000' - 24" water transmission line Job Number: 482 Owner: Bloomfield, Missouri Address: Bloomfield, Mo Contact Name: Greg Bell Telephone Number: 573-785-9621 Telephone Number: 662-456-2398 Job Name: Houston Industrial Park Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Complete Owners Representation: Mayor Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: Houston, MO Scope: Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR Address: 1631 Rock St Sheridan AR 72150 Contact Name: Gary Easterling Telephone Number: 870.942-3921 Job Name: Houston Industrial Park Water System Improvements Job Name: Center Grove Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Complete Owners Representation: Mayor Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: Houston, MO Scope- Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR Address: 1631 Rock St Sheridan AR 72150 Contact Name: Gary Easterling Telephone Number: 870-942-3921 Location: Center Grove, AR Contract Amount: $1,139,925 Started: Nov-15 Complete: Complete Owners Representation: CEA Associates Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: USDA Scope: Water Improvements Job Number: 479 Owner: City of Fort Smith Address: Riverview Drive Contact Name: Neal Morrison Telephone Number: 479-452-1933 Job Name: Fort Smith Ar Liftstation Location: Fort Smith, AR Contract Amount: $1,507,605.00 Started: 9/12/2015 Complete: Complete Owners Representation: Neal Morrison Bidders Representation: Rodger Williams, Estimator Funding Agency: Fort Smith Scope: Demo and replace Pump Stations, sewer line Job Number: 478 Owner: City of Wardell, Mo Address: Wardell, Mo Contact Name: Mayor Byrd Telephone Number: 573-628-3500 Job Name: Wardell Water Improvements Location: Wardell, Mo Contract Amount: $2,156,664 Started: 11/7/2015 Complete: Complete Owners Representation: Shultz and Summers Bidders Representation: Rick Prosser, P.E. , Project Manager Funding Agency: USDA Scope: Water line replacement Job Number: 477 Owner: City of Mountain View Address: PO Box 1090 Mountain View, MO 65548 Contact Name: Ryan Lorton Telephone Number: 573-418-1450 Job Name: Mountain View Location: Mountain View Airport Apron Contract Amount: $183,983 Started: 11/7/2015 Complete: Complete Owners Representation: Mike Wake Bidders Representation: Ethan Hog ard, Estimator Funding Agency: City of Mountain View Scope: Airport Apron Expansion/Stormdrain Job Number: 476 Owner: City of New Madrid Address: Hwy U Contact Name: Jacob Ortega Telephone Number: 573-785-9621 Job Name: New Madrid, Mo State Hwy U Water Improvements Location: New Madrid, Mo Contract Amount: $216,405.00 Started: 9/12/2015 Complete: Complete Owners Representation: Jacob Ortega Bidders Representation: Rodger Williams, Estimator Funding Agency: City of New Madrid Scope: Construction of water line for U Hwy tank Job Number: 475 Owner: City of Cape Address: 401 Independence Cape Girardeau, MO 63703 Contact Name: Nancy Poston, Est. Coordinator Telephone Number: 573-339-6300 Job Name: Water Main Extention- Cape Girardeau Location: Cape Girardeau Contract Amount: $949,925.00 Started: 21 -Jul -15 Complete: Complete Owners Representation: Nancy Poston Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Cape Scope: Water Main Extension Job Number: 474 Owner: CAW Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: Arch St Line Relocation Location: Little Rack, AR Contract Amount: $244,925.00 Started: 7 -Jul -15 Complete: Complete Owners Representation: CAW Bidders Representation: Rodger Williams, Estimator Funding Agency: CAW Scope: Line Relocation Job Number: 473 Owner: CAW Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: McCain Rail Grad Separation Waterline Relocation Location: N. Little Rock Contract Amount: $479,725.00 Started: 17 -Aug -15 Complete: Complete Owners Representation: CAW Bidders Representation: Rodger Williams, Estimator Funding Agency: CAW Scope: Line Relocation Job Number: 472 Owner: CWB Engineers, Inc Address: 205 W.3rd Place, Russellville, AR 72811 Contact Name: Kelli Gregory Telephone Number: 501-362-1717 Job Name: Russellville, AR Waste Water Improvements Location: Russellville, AR Contract Amount: $1,840,425.00 Started: 13-Jul-15 Complete: Complete Owners Representation: Kelli Gregory Bidders Representation: Rodger Williams, Estimator Funding Agency: CWB Engineers, Inc Scope: 4156 LF T-12" sewer pipe, 2796 LF of 21 "-24" Sewer Pipe Job Number: 471 Owner: City of Minor Address: 103 State 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-Aug-15 Complete: Complete Owners Representation: Darren Chapman, Mayor Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Minor Scope: Water mains, fire hydrants, valves Job Number: 470 Owner: City of New Madrid Address: Hwy U CR 732 Contact Name: Donnie Brown, Mayor Telephone Number: 573-748-2866 Job Name: New Madrid Pump Station Location: New Madrid, MO Contract Amount: $1,373,650.98 Started: 11-Aug-15 Complete: Completed Owners Representation: Jacob Ortega, Smith & Co Engineers Bidders Representation: Rodger Williams, Estimator Funding Agency: City of New Madrid, MO Scope: 2 Stormwater inlets, Pump Station, Wet Well Job Number: 469 Owner: Benton Public Utility Commission Address: 1827 Dale Street, Beaton, AR 72015 Contact Name: Terry McKinney Telephone Number: 501-776-5931 Job Name: ALCOA Road Water & Sewer Utility Relocation Location: Benton, Arkansas Contract Amount: $1,545,637.37 Started: Feb-15 Complete: Completed Owners Representation: McClelland Consulting Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Funding Agency: Scope: Water and Sewer Relocation Job Number: 468 Owner: City of Okolona, MS Address: 703 Crossover Road, Tu eio, MS 38802 Contact Name: John Mark Weeden Telephone Number: (662) 842-73811 Job Name: Construction of Sanitary Sewer Collection Rehabilitation & Replacement Location: Okolona, MS Contract Amount: 2,447,846.78 Started: Feb-15 Complete: Complete Owners Representation: Cook Coggin Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Saniftary Sewer Rehab & Replacement Job Number: 467 Owner: Corpof Engineers Address: Devalls Bluff, AR Contact Name: Gary Hamlet Telephone Number: 870-351-9121 Job Name: Grand Prairie Discharge Pi in 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: Corner of Shelby Road & Oak Grove Road - Poplar Bluff, MO Contract Amount: $477,867.00 Started: Nov-14 Complete: Complete Owners Representation: Smith & Company Engineers Bidders Representation: Rodger Williams, Estimator Funding Agency: Scope: Site Concrete, Sitework, Site Utilities & Concrete Paving Job Number: 465 Owner: City of Tupelo, 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 Improvements Location: Tupelo, MS Cotract Amount: $1,499,410.00 Started: Nov-14 Complete: Complete Owners Representation: Cook Coggin Engineers, Inc. Bidders Representation: Rodger Williams Funding Agency: Scope: Water Line Extension Job Number: 464 Owner: FrazierPike Public Facilities Board of Pulaski County Address: 1 Innwood Circle, Suite 202, Little Rock, AR 72212 Contact Name: Ricky Thomas Telephone Number: Job Name: Frazier Pike Water Line Improvements Location: Little Rock, AR Contract Amount: $796,500.00 Started: 14 -Nov Complete: Owners Representation: Complete Marlar Engineering Co, Inc. Bidders Representation: Rodger Williams, Fstimator Funding Agency: Scope: Water Lines Job Number 462 Owner: City of Keiser, AR Address: 2114 E Matthews Ave, Jonesboro, AR 72401 Contact Name: Telephone Number: (870) 972-5316 Job Name: Water System Improvements Location: Keiser, AR Contract Amount: $724,725.04 Started: 14 -Oct Complete: Complete Owners Representation: Civil Engineering Associates, LLC Bidders Representation: Rodger Williams Funding Agency: 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 Telephone Number: 501) 664-1552 Job Name: Water Transmission Line -Booster Pump Station to C.A.W. Location: Bryant, AR Contract Amount: $740,750. - 00 Started: 14 -Oct Complete: Complete Owners Representation: Crist Engineers, Inc. Bidders Representation Rodger Williams Funding Agency: Scope Water Lines Job Number 459 Owner: City of Cave Springs Address: Contact Name. 1810 College Ave, Fayetteville, AR 72703 Robert White Telephone Number: 479) 443-2377 Job Name: Location: Cave Springs Arkansas Sewer Cave Springs, AR Contract Amount $1,060,130.50 Started: Complete: Owners Representation: Bidders Representation: Aug -14 Complete McClelland Consulting Engineers, Inc. Rodger Williams Funding Agency: Scope: Water & Sewer Lines Job Number 457 Owner: City of Poplar Bluff, MO Address- 501 Vine Street, Poplar Bluff, MO Contact Name: Billy Cobb Telephone Number: 573-785-9621 Job Name: Oak Grove Road - Phase III Location: Oak Grove Road Contract Amount: $2,600,000.00 Started: 2014 Complete: 2015 Owners Representation: Smith & Co Engineers Bidders Representation: Rodger Williams, Estimator Scope: Approx. 112,000 cy of excavation and widen existing concrete road Owner: City of Bald Knob Address: 900 W Markham, Little Rock, AR 70201 Contact Name: Adam Triche Telephone Number: (501) 371-0272 Job Name: Water System Improvements Location: Bald Knob, AR Contract Amount $349,000.00 Started: Aug -14 Complete: Complete Owners Representation: McClelland Consulting Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Scope: Pump Station Job Number 450 Owner: Benton Utilities Address: 1827 Dale Street, Benton, AR 72015 Contact Name: Dewayne Hood Telephone Number: 501-776-5931 Job Name: Edison 24" - Benton Utilities Location: South Market Street. Benton, Ar Contract Amount: $562,711.00 Started: Complete: June 2013 Complete Owners Representation: McClelland Consulting Engineers Bidders Representation: Wallace Thomas, Estimator Scope: 24" Gravity Sewer Job Number Owner: Address: Benton Utilities 1827 Dale Street, Benton, AR 72015 Contact Name: Telephone Number: Job Name: Dewayne Hood 501-776-5931 Thomas Pasture Pump Station Location: Contract Amount: Brents Ford Road, Benton, AR $735,220.00 Started: June 2013 Complete: Owners Representation: Bidders Representation: Scope: Complete McClelland Consulting Engineers Wallace Thomas, Estimator 20" Force Main/Pump Station Rehab Owner: City of Poplar Bluff, MO Address: 501 Vine Street, Poplar Bluff, MO Contact Name: John Burgelin Telephone Number: 573-772-4202 Job Name: Oak Grove Road - 5 Lane Phase II Location: Oak Grove Road Contract Amount: $3,100,000.00 Started: 2012 Complete: 2013 Owners Representation: Horner & Shifrin, Inc. Bidders Representation: Rodger Williams, Estimator Scope: Approx. 75,000 cy of excavation and construct 5 -lane concrete road Owner: HMA Job Name: Poplar Bluff Regional Medical Center Address: Poplar Bluff, MO Contact Name: Mike Bertelsmann Telephone Number: 314-220-1121 Location: Poplar Bluff, MO Contract Amount: $11,019,955.00 Started: Oct -11 Complete: Jan -13 Owners Representation: MJ Harris - General Contractor Bidders Representation: Rodger Williams - Estimator Scope: Approx. 415,000 cy of earthwork and sitework for new hospital Owner: City of Clarkton Job Name: Clarkton Treatment Plant Improvements Address: Clarkton, MO Contact Name: Telephone Number: Location: Clarkton, MO Contract Amount: $2,453,880.00 Started: February 2012 Complete: February 2013 Owners Representation: Ty Milner, Schultz & Summers Bidders Representation: Rodger Williams, Estimator Scope: Treatment Plant & Line Work Owner: City of Arlington Address: 9180 Crestwyn Hills, Memphis, TN 38125 Contact Name: Telephone Number: (901) 748-1811 Job Name: Clear Creek Interceptor Sewer Location: Arlington, TN Contract Amount: $5,597,704.00 Started: Nov -12 Complete: Nov -13 Owners Representation Fisher & Arnold Inc., Via Architect Bidders Representation Wallace Thomas Funding Agency Scope: 19,000 LF of 42" Hobas Sewer Lines Owner: City of Corinth, MS Job Name: Corinth Raw Water Lines Location: Corinth, MS Contract Amount: $7,485,139.78 Started: April 2011 Complete: November 2011 Owners Representation: Cook Coggin Engineers, Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Scope: 50,000LF of 36" DI Pipe Owner: City of Corinth, MS Job Name: Corinth Transmission & Dist. Lines Location: Corinth, MS Contract Amount: $9,495,514.00 Started: March 2010 Complete: November 2010 Owners Representation: Bidders Representation: Cook Coggin Engineers, Brett Brooks Wallace Thomas, Estimator, VP Funding Agency: ARRA Scope: 65,000'- 36" Water Transmission Lines rA. F A/ �rmli KAJACS EXECUTIVE MANAGEMENT AND SUPERINTENDENT EXPERIENCE FORTH E FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 MICHAEL F. PERSONS 14104 Oak Ln, Poplar Bluff MO 63901 573-785-1745 - mpersons@kajacs.com PROFESSIONAL SUMMARY - Many years of field experience on top of 26 years' experience running a successful construction company. SKILLS EDUCA'T'ION v Company organization a Overseeing and organizing day to day operations 1974 Poplar Bluff Senior Higb School - Poplar Bluff, MO REFERENCES John Berglin, Horner & Shifin- 573-778-6393 William Cobb, P.E., Smith & Company- 573-727-4663 • Larry Wells, Pike Creek Sewer District, 573-718-7772 s Project building and managing p Managing employees a Cost analysis and reports a Financial analysis WORK HISTORY , 2017- Current CEO KAJACS Contractors, Inc 1994-2017 President KAJACS Contractors, Inc 6/1993-11/1993 Boring Contractor Self employed 1986-1993 Project Manager Robertson, Inc 1974-1986 Project Manager Brauson Contractors EDUCA'T'ION v Company organization a Overseeing and organizing day to day operations 1974 Poplar Bluff Senior Higb School - Poplar Bluff, MO REFERENCES John Berglin, Horner & Shifin- 573-778-6393 William Cobb, P.E., Smith & Company- 573-727-4663 • Larry Wells, Pike Creek Sewer District, 573-718-7772 ARON M. PERSONS 5 Loria Ct., Little Rock, AR 72212 501-772-7149 - apersons@kajacs.com PROFESSIONAL SSIONAL SUM ARY - -.- --_--- As a President, my goal is to be an efficient, effective, and organizational leader to whom I'm affiliated with. SKILLS WORK HISTORY 2017 -Current 2010-2017 2004-2010 EDUCATION 1999-2004 1995-1998 AFFT LIATIONS m Project building and managing • Managing employees • Cost analysis and reports + Financial analysis President KAJACS Contractors, Inc Vice President KAJACS Contractors, Inc Laborer KAJACS Contractors Inc • Company organization • Overseeing and organizing day to day operations Bachelor of Science in Civil Engineering University of Science & Technology- Rolla, MO Poplar Bluff Senior High School - Poplar Bluff, MO • ASCE- American Society of Civil Engineers o AGC- Associated General Contractors of America REFERENCES ■ Matt Dunn, Crist Engineers, Inc.- 501-831-5071 • Mike Marlar, Marlar + Halff Engineering- 501-753-1987 Brett Peters, Hawldns Weir Engineers, Inc: 479-651-3366 * Adam Triche, McClelland Consulting Engineers, Inc.- 225-266-6546 RODGER G. WILLIAMS, II Poplar Bluff, MO 63901 (573) 718-8182 - rwilliams@kajacs.com PROFESSIONAL SUMMARY _ Eight years of professional experience in civil engineering design and nine years of construction management and project estimating, Broad range of project experience including: water treatment, supply, distribution, and storage design; wastewater collection, pumping, and treatment design; wastewater disinfection; site development and planning; 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, and cost control on projects with engineering and construction costs over $9 million. Experienced in MDNR, NPDES, 404 and other permitting. SIG,I,S ■ Estimating • Project management • Supervision ■ Wastewater treatment • Storage design WORK HISTORY • Site development and Planning • Preliminary engineering reports • Construction inspection ■ MDNR, NPDES, 404 2010 to Current Vice President; Project Manager / Estimator KAJACS Contractors, Inc — Poplar Bluff, Missouri • Construction project management and project estimating. 2002 to 2010 Project Manager / Design Engineer S.H. Smith & Company — Poplar Bluff, Missouri • Responsible for client contact and supervision of project engineers in the design of municipal water and wastewater treatment facilities, commercial and residential developments and airport irnprovements. Summer 2001 Laboratory Technician/inspector Associated Engineering And Testing 1998-2000 Laboratory Technician S.H. Smith & Company EDUCATION B.S: Civil Engineering Arkansas State University - Jonesboro, Arkansas Twin Rivers High School - Broseley, Missouri CERTIFICATIONS AFFILIATIONS _ ..-... REFERENCES • Registered Professional Engineer: Missouri (2007002855) ■ OSHA 10 and 30 hour ceded ■ 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 ■ American Society of Civil Engineers (ASCE): Associate Member ■ National Society of Professional Engineers (NSPE): Member ■ Missouri Society of Professional Engineers (MSPE): Member • Brett Brooks, P.E., Engineering Solutions, Inc.- 662-840-9063 • Stephen Hicks, P.E., SH Smith & Company Engineers- 573-785-9621 ■ John Selig, P.E., Civil Enginecring Associates, LLC- 870-972-5316 MICHAEL TITSWORTH PROFESSIONAL SLmNLARY SKILLS 3505 Forge Drive, Benton, AR 72015 501/249/0665 - mtitsworth@kajacs.com Project Manager/Superintendent with 25 years of experience in the underground utility installation industry. Aiming to utilize drive, determination and character to effectively impact this company. Maintaining safe productive projects that will leave a lasting relationship with all Clients. • Proficient in all aspects of underground utilities, from inception to closeout. • Estimation -take -offs, production, equipment. • Project Management -cost tracking, billing, client communication. • Project Superintendence -production procedures, milestones. WORK UISTORY 2018 to Current Project Manager/Estimator KAJACS Contractors Inc 2015-2018 2012-2015 1996-2012 1993-1993 OwnerNice President Online Construction Inc Utility Division Manager Redstone Construction Inc Superintendent Diamond Construction Company, Inc Foreman/Heavy Equipment Operator Sanders Excavation Inc EDUCA CION Cedarville High School- Cedarville, AR Army National Guard- 1992-1995 • Company and Project Safety -safety training, reporting. • Computer -Excel, Microsoft -Project, Word. • Class A CDL -experienced in heavy haul equipment transport. • Finish Equipment Operator CERTIFICATIONS • OSHA Competent Person • Confined Space REFERENCES Mark Ragland, Engineering, Central Arkansas Water- 501-680-0170 Chris Green, Engineering, Central Arkansas Water- 501-912-6687 • Vern Stubbs, Engineering, Little Rock Wastewater- 501425-0377 • James Dyer, Sales, Ferguson Water Works- 501-322-0071 • Chuck Solomon, Sales Engineer, American Cast Iron Pipe- 316-2504537 • Pat Dry, Sales, Forterra Pipe and Precast- 501-765-1411 MYLYNN GARGAC Route 61, Box 3559, Naylor MO 63953 573-772-2009 — mylynnas kajacs.com PROFESSIONAL SUMMARY __-- ..- More than 23 years' experience in all phases of office management, including but not limited to bookkeeping, billing, supervision of personnel, overseeing daily operations, coding, weekly/monthly reporting of company financial status, and customer relations. SKILLS WORK lH STORE 2015 to Current 1996-2015 .. !.o, EDUCATION 1996- Present 1993-1998 1992 REFERENCES • Quickbooks * Entering and reporting data into various programs • Report Writing, data analysis, communication • Ordering and purchasing company materials and supplies Corporate Secretary/Office Manager KA JAGS Contractors, Inc. • Daily monitoring of bank accounts • Interactions with vendors, CPA, payroll specialist, and auditors • Implementing new billing procedures • Supervision of personnel Chief Financial Officer/ Office Manager Ozark Medical Management Company (formerly Home Medical Supply) Customer Services Walmart Poplar Bluff', MO Numerous medical/business continuing education classes. Three Rivers Community College- Poplar Bluff, MO NeelyvWe High School - Neelyville, MO • Victoria Fister, CPA- 615-686-0087 • Sandy Redfeam, Minister- 573-429-0005 • Debbie Shelton, First Midwest Bank- 573-718-6846 ■ 499 County Rd 221, Qulin, MO 63962 573-429-8010 - kwright@kajacs.com PROF E SSIONAL SUMMARY _. Enthusiastic and dedicated employee with high integrity, strong work ethic and great leadership skills. Experience in various business programs, accounting, writing reports, analyzing data, and communication with customers. SKILLS WORK ElisTORY 2017 to Current 2014 to 2017 Microsoft Word, Excel, Adobe progr=s • Cognos query software • Report Writing, data analysis, communication + Desire to learn, self-motivation, ability to adapt PayroUffluman Resources KAJACS Contractors, Inc • Adobe • Customer service ■ Data analysis + Internal Audit Internal Audit Team Member First Midwest Bank T4Jdwest Bancorporation 01/2014 to 07/2014 Customer Service Representative First Midwest Bank 2013 to 2018 Group Exercise Instructor Ozark Fitness 2010 to 2013 Group Exercise Instructor UREC Facility At UofA 2010 to 2013 Teller First Midwest Bank of Poplar Bluff 05/2010 to 06/2010 Teacher Aide Poplar Bluff Schools EDUCATION 12/2016 Master of Business Administration: General Management Southeast Missouri State University - Cape Girardeau, MO 12/2013 Bachelor of Science: Business Administration, Accounting University of Arkansas - Fayetteville, AR Pi Beta Phi Fraternity 2010-2013 • Gamma Chi Counselor Leadership Walton Gamma Beta Phi Academic Fraternity 2011-2013 Campus Wide Scholarship 2012 05/2010 Poplar Bluff Senior High School - Poplar Bluff, MO REFERENCES Perfect Attendance K-12 ■ 29th of 398 Students in Class • Allison Bell, Teacher- 573-785-3037 • Casey R. Fant, Assistant Director of Fitness/Wellness- 479-575-3542 e Melissa Vail, Audit Team Manager/Officer at First Midwest Bank- 573-785-1745 A JDA -C 12/12/19 Kajacs Contractors Incorporated Superintendent Experience Chris Willis -Superintendent -25 Years with Company, Water, Sewer, Plant Work. a Curt Caringer-Superintendent-18 Years with Company, Water, Sewer, Plant Work. e Charles Parish -Superintendent -17 Years with Company, Water, Sewer, Plant Work. e Josh Wells -Superintendent -16 Years with Company, Water, Sewer, Plant Work. • Bucky Albright -Superintendent -13 Years with Company, Water, Sewer, Plant Work. • Matt Allison -Superintendent -13 Years with Company, Water, Sewer, Plant Work. ® Steve Lapar-Superintendent-13 Years with Company, Water, Sewer, Plant Work. • Gerald Yeley-Superintendent-11 Years with Company, Water, Sewer. Shane Bishop -Superintendent -9 Years with Company, Water, Sewer. • Josh Henry -Superintendent -2 Years with Company, Water, Sewer. All Superintendents listed above are experienced in the construction of all aspects of Water, and Sewer construction to include Open Cut, Directional Drill, Pipe Bursting. Kajacs has presented a list of projects completed in the past with these forces. Michael Titsworth Project Manager MzCLELLAND CONSULTING ff mTrrmw.= ENGINEERS, INC. ADDENDUM NO. 1 December 3, 2019 Morningside 24" Water Main Relocation Water & Sewer Operations City of Fayetteville, Arkansas MCE Project # 17-2162 To All Plan Holders of Record: The Contract Documents for this Project are amended as follows: CLARIFICATIONS: 1. Encasement pipe shall be min. 36" diameter, as noted on the Plan Drawings. This is project specific and in leu of the standard encasement detail callout. 2. Two geotechnical reports are included for reference; FY172161 — Morningside Road — Geotech Report and 19-3834 — Additional Exploration — Highway 16 Utility Relocations. 3. Delete encasement end seals as called for on the Drawing Detail and in the Specifications. Construct link -seal type end seals, including multiple layers, as required, to provide watertight seal between encasement pipe and carrier pipe. 4. Abandonment of existing waterlines under roadways shall include Cut & Cap on both sides of the roadway, at edge of right-of-way, and filling of abandoned pipeline with flowable fill material to eliminate any voids under the roadway. 5. Contractor shall demolish and dispose of existing trees, vegetation, fencing, and other items that are within the work zone in accordance with all applicable federal, state and local rules and regulations and as required to perform the work. 6. Existing barbed wire fence shall not be replaced. 7. Storm boxes will be junction boxes only. Construct standard ring and lid. No grate inlet required. 8. Contractor shall salvage and deliver to Owner's facilities existing storm pipe after removal. 9. Contractor shall construct new storm sewer as shown. 10. See Specification Section 00 1413 — BIDDER's QUALIFICATION STATEMENT for minimum requirements. 11. Construct valve markers at all valve locations in accordance with Drawings and Specification requirements. 12. Contractor shall provide and pay for all costs associated with materials and acceptance testing, including costs for retesting and additional engineer services related to replacement of defective work. 17-2162 Morningside 24" Water Main Relocation Addendum No. 1 Page 1 of 3 13. Fayetteville GIS mapping and original construction as-builts show the existing 24" water main at the south tap location is ductile iron pipe and the existing 30" water main at the north tap location is 30" cast iron pipe. 14. Working pressure for the existing water main is approximately 150 psi. SPECIFICATIONS: 1. Delete and Replace Section 00 1413 — Bidder's Qualifications Statement with attached document. 2. Add Section 014101 — Environmental Compliance to the Project Manual a. Update TabLe of Contents to conform. 3. Add Section 01 41 02 — Stormwater PolLution Prevention Plan — Morningside Drive 24" Water Main Relocation Small Site b. Update Table of Contents to conform. 4. Add Specification Section 01 41 03 — Endangered Species Act & Bald & GoLden Eagle Protection Act to the Project Manual. Update Table of Contents to conform. 5. Section 00 7213— GENERAL CONDITIONS c. Article 13 i. Part 13.03 TESTS AND INSEPCTIONS: 1. Part B: Delete "Owner" and replace with "Contractor", delete "except". Note shall read, "Contractor shall employ and pay for the services of an independent testing Laboratory to perform all inspections, tests, or approvals required by the Contract Documents." a. Part 1-3: Delete. DRAWINGS: 1. Drawing Sheet 8.4— Details -4 a. Detail: STEEL ENCASEMENT, revise the following: i. Delete Note: BOTH ENDS OF CASING TO BE SEALED WITH RUBBER END SEALS. (SEE NOTE 3). ii. Add note: *CONSTRUCT PERMANENT HYDROSTATIC SEAL AT BOTH ENDS OF CASING. SEAL WITH MODULAR WALL PENETRATION ELASTOMER END SEAL SYSTEM (SEE NOTE 3) TYP. iii. Revise Note 3 to read: PROVIDE END SEAL BY GPT MODEL LINK -SEAL, AS MANUFACTURED BY GPT HOUSTON MFG.CO. 2. Drawing Sheet 7.4— WATER MAIN P&P STA 15+00 THRU 20+00 a. PLAN VIEW i. Delete "GRATE INLET" from two storm box callout notes. Notes shall read, "CONSTRUCT 4' TRAFFIC RATED PRECAST CONCRETE STORM JUNCTION BOX W/STANDARD RING & LID". 17-2162 Morningside 24" Water Main Relocation Addendum No. 1 Page 2 of 3 Except as amended by this addendum, the requirements of the Project as set forth in the original bid documents shall remain in effect. This addendum must be acknowledged in the space provided on the Bid Form. Zane Lewis, P.E. Date: 12/3/19 Bidder's Company Name: tji� aa4-�-S �O� ►r��r �r+ �—• Acknowledged By: ZJ�—? — Date: END OF ADDENDUM NO.1 17-2162 Morningside 24" Water Main Relocation Addendum No. 1 Page 3 of 3 Bid 19-54, Addendum 1 Date: Thursday December 05, 2019 To: All Prospective Vendors From: LesMcGaugh-479.575.8220—Imcgaugh@fayetteville-ar.gov RE: Bid 19-54, Construction — Morningside Waterline Relocate W;4 CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THISADDENDUM ON THEDESIGNATED LOCATION ON THE BID FORM. 1. Attached is the Engineers Addendum 1, 2. The City held a non -mandatory pre-bid meeting on Tuesday November 26, 2019 at 2:00 PM at City Hall room 326. The sign -in sheet is attached. C i( y o f F � y e t t e v i I I e., A R Bill 19-5d, Addendum 1 P a g c: 11 1 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain Fayetteville, AR 72701 SECTION 00 1413 - BIDDER'S QUALIFICATION STATEMENT Contract Name: Bid Number 19 — 54, Construction — Morningside Drive 24" Water Main Relocation City of Fayetteville, Arkansas Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company: Name: Address: Principal Office: Corporation, LLC, partnership, individual, joint venture, other: Arkansas State General Contractor's License Number: (Type or legibly print) For a Bidder (Contractor) to be considered as qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years active experience under the current Contractor name in the installation of the product(s) bid, including installation and relocation of water distribution and sanitary sewer systems and associated site work. The Contactor must also provide documentation with the bid to document: Contractor's successful experience with the following: (1) constructing no less than 50,000 feet of 24" or larger diameter water main; (2) constructing no fewer than 50 water connections to 18" or larger diameter water mains. The Contractor shall have executed work for municipalities operating water distribution facilities with a minimum of three (3) projects equaling or exceeding one million dollars ($1,000,000) for installation of the product(s) bid. Work for developers and commercial site work will not be considered as permissible work experience. 172162 Morningside 24 Inch Water Main 00 1413 -1 Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville attached to this section. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the experience requirement, or the combined amount of experience of the key personnel that will be responsible for satisfying the experience requirement. EXPERIENCE STATEMENT (MANDATO I. Bidder has been engaged as a General Contractor in construction for, __ years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for years. 2. The Contactor must also provide documentation with the bid to document the Contractor's successful experience with the following: a. The Contactor must also provide documentation with the bid to document the Contractor's successful completion of five (5) term service or maintenance contracts similar in scope to this City of Fayetteville bid with a minimum duration of one year. The Contactor must also provide documentation with the bid to document the Contractor's successful experience with the following: (1) constructing no less than 50,000 feet of 24" or larger diameter water main; (2) constructing no fewer than 50 water connections to 18" or larger diameter water mains. 3. 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.) 4. 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.) 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. 172162 Morningside 24 Inch Water Main 001413-2 6. Bidder normally performs the following work with his own forces: 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): S. 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: 9. Bidder's Workmen's Compensation Experience Modifier Factor is; FINANCIAL STATEMENT (IF REQUESTED 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: 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. 172162 Morningside 24 Inch Water Main 001413-3 d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. $. MATERIALS STATEMENT MANDATORY A. Bidder shall provide documentation attached to the Bid to verify compliance with Specifications, as required. 172162 Morningside 24 Inch Water Main 001413-4 Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: , 2019 Name of Organization: By (Type or legibly print) By (Signature) Title (Type or legibly print) (OFFICIAL SEAL) SEAL If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 001413 BIDDER'S QUALIFICATION STATEMENT 172162 Morningside 24 Inch Water Main 001413-5 SECTION 014101 — ENVIRONMENTAL COMPLIANCE PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Stormwater Pollution Prevention Plan (SWPPP) for Construction Activity for Small Construction Sites, Morningside 24" Water Main Relocation, Fayetteville, AR. C. Arkansas Department of Environmental Quality (ADEQ) Stormwater Permit for Construction Activities 1. ARR150000, dated November 1, 2016 2. Project Permit # ARR15xxxx (if required) D. ADEQ water quality certification letter for United States Army Corps of Engineers (USACE) Nationwide Permits, 2017. E. ADEQ Short Term Activity Authorization (STAA) Request 1. NOT REQUIRED F. Code of Federal Regulations (CFR) Title 40 1. Part 112 — Oil Pollution Prevention 2. Part 302 — Designation, Reportable Quantities, and Notification G. Construction Site Best Management Practices Field Manual and Troubleshooting Guide, State of California Department of Transportation, Latest Edition. H. Stormwater Best Management Practice Handbook Portal: Construction, California Stormwater Quality Association. Erosion and Sediment Control Design and Construction Manual, Arkansas Highway and Transportation Department (AHTD), 2009. J. City of Fayetteville, Arkansas Drainage Criteria manual, Latest Edition. K. US Fish and Wildlife Service (USFWS), Endangered Species Act and Gold and Bald Eagle Protection Act. L. Any other applicable Federal, State or local regulation, ordinance, or other existing requirement of environmental compliance associated with construction activities. 172162 Morningside 24 Inch Water Main 01 41 01 -1 M. Environmental Protection Agency (EPA), Clean Water Act, Section 404,1972. N. US Army Corps of Engineers (USACOE) 404 Permit 1. Nationwide Permit, NOT required. 1.2 SUMMARY A. This Section includes: 1. Environmental compliance. 2. Environmental requirements. 3. Recording keeping. 4. Sediment and erosion control. 5. Final stabilization. 1.3 DEFINITIONS A. Best Management Practices (BMP): Schedules of activities, prohibition of practices, maintenance procedures, and other management practices to prevent or reduce the pollution of water of the State. Includes treatment requirements, operating procedures, and practices to control site runoff, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Can be structural including rip -rap check dams and sedimentation basins, or non-structural including material storage practices. B. Operator: For the purposes of environmental compliance the Operator shall be the General Contractor. The Contractor shall be in responsible charge of the limits of construction for the entire duration of construction. C. Owner: City of Fayetteville, Arkansas. D. Final Stabilization: Native perennial vegetative cover with a density of 80% of the native background vegetation cover for the area is established for all non - impervious areas. 1.4 SUBMITTALS A. Product Data: For the following: 1. Silt Fence 2. Wattles 3. Topsoil 4. Rip -Rap 5. Grass seed 6. Tree preservation materials 7. Other Manufactured BMP's 172162 Morningside 24 Inch Water Main 014101-2 8. Dewatering filter sock B. Sediment Control Plan Revisions as necessary to include changes, revision, or modifications to the following: 1. Structural erosion and sediment controls. 2. Surface disturbance. 3. Concrete Wash-out area. 4. Materials stockpile areas. 5. Staging areas. 6. Contractor field office location. 7. Employee restroom location. 8. Chemical storage location. 9. Offsite spoils disposal or materials storage areas to be permitted as a part of this project. C. Dewatering Sediment Control Plan: Plans showing location and controls for site excavation dewatering sediment control systems. D. Designation of Contractor's Responsible Party 1. Responsible for Permit compliance, daily maintenance and weekly inspection reports. E. Designation of Contractor's Spill Coordinator. 1. Responsible for daily maintenance and record keeping for fuel and chemical storage a. Chemical Inventory Log, with Materials Safety Data Sheets (MSDS) i. Oil/fuel Inventory Log ii. Waste Disposal Log iii. Spill Log F. Weekly site inspection reports. G. Location for onsite storage of SWPPP and inspection reports. H. BMP Contractor experience list and reference contact information. I. Certified Arborist credentials, as required. 1.5 QUALITY ASSURANCE A. The Contractor and any Subcontractor performing the installation or maintenance of the BMP system shall participate in an Environmental Compliance pre -construction conference. 1. The Contractor shall designate a single point of contact staff member as the Responsible Party for completion and submittal of the inspection reports. 172162 Morningside 24 Inch Water Main 014101-3 The Contractor shall submit to the Engineer any changes to the Responsible Party. B. The Contractor shall exhibit experience in the installation and maintenance of structural BMP's and will have completed a minimum of 5 BMP installations of similar size and scope to this project within the last 5 years. 1. Experience shall be verified with a project listing and reference contact information. C. The Contractor shall designate a single point of a contact staff member as the Spill Coordinator for completion of oil storage inventories and maintenance of material safety data sheets (MSDS) for all materials stored onsite. 1. Oil storage record keeping requirements shall be as noted in the CFR. D. The Contractor shall provide a Certified Arborist for all trimming to existing trees that are to remain as a part of the project. Contractor shall warranty the work for Environmental Compliance. 1.6 PROJECT CONDITIONS A. The project is linear along one or both sides of Morningside Drive between AR Hwy 16 (15th Street) and Huntsville Road, as shown in the Contract Drawing Location and Vicinity Maps. Contractor shall protect the minor creek crossings and existing storm drainage infrastructure from pollution by sediment or chemical pollutant. Portions of the project site ARE NOT located within the Federal Emergency Management Agency (FEMA) regulatory Flood Way or 1% Annual Flood Hazard Chance areas. All construction storage, staging, laydown, sediment basins, and other permanent and semi-permanent installations utilized to support the construction activities shall be located and protected to minimize damage and impacts from flood waters. As practicable, the Contractor shall store materials and equipment at a location outside of the FEMA 100 -year floodplain boundary. 1. Protect the site and all construction from impact from flood waters. C. The projects sites are located in a region of the United States and Arkansas where karst geology has created sub -surface voids that may be encountered on any project. There ARE NOT known sub -surface voids at or nearby the proposed locations for this project. If sub -surface voids are encountered as a part of the construction work on this project, work shall immediately stop and written notice shall be provided to the Engineer identifying and the conditions encountered. 172162 Morningside 24 Inch Water Main 014101-4 D. The projects sites are located in a region of the Unites States and Arkansas where endangered species or endangered species habitat may occur at or nearby the proposed locations for the work. If endangered species or endangered species habitat is encountered as a part of the construction work on this project, work shall immediately stop and written notice shall be provided to the Engineer identifying the conditions encountered. 1. Endangered species shall be protected if encountered by this project. 2. The project area is within the USFWS Northern Long Eared Bat Consultation Area. a. Tree removal shall not occur between April 1 and October 31. b. No burning shall be allowed between April 1 and October 31. 3. Contractor shall comply with all project requirements of USFWS, USACOE, ADEQ, ANRC, and EPA. 4. Additional requirements, to comply with all applicable local, state, and federal regulations will be required for the mitigation of endangered species or endangered species habitat encountered during work on this project. E. The projects sites are located in a region of the Unites States and Arkansas where cultural or historic sites may occur at or nearby the proposed locations for this project. There ARE NOT known cultural or historic sites at the work areas. If cultural or historic sites are encountered as a part of the construction work on this project, work shall immediately stop and written notice shall be provided to the Engineer identifying the conditions encountered. 1. Cultural and historic remains, artifacts, and sites shall be protected if encountered by this project. Notice of Intent (NOI): a NOI IS NOT required. The Contractor shall^^mol aPA maintain daily compliance with all stormwater permit requirements. G. ADEQ Short Term Activity Authorization (STAA) Permit: Contractor shall maintain daily compliance with all STAA permit requirements, as required. H. USACOE Section 404 Permit: Contractor shall maintain daily compliance with all 404 permit requirements, as required. The existing City of Fayetteville water transmission and distribution facilities are active facilities operated by the City of Fayetteville that will remain in service during some or all times for the duration of the construction project. The Contractor shall coordinate with the Owner for access in and out of the construction areas and to maintain access at all times to the in-service equipment and facilities. 172162 Morningside 24 Inch Water Main 014101-5 J. Information provided for existing utility locations and sizes is based on a recent field marking of the approximate utility locations that was then surveyed to be included in the Drawings. Contractor shall field verify all locations, depths, and sizes of existing utilities prior to any BMP construction or surface disturbance. K. Protect existing utilities, buildings, and infrastructure to remain. 1.7 PROJECT ENVIRONMENTAL COMPLIANCE A. Contractor shall maintain project environmental compliance as set forth in these Specifications and as required by all applicable Local, State and Federal regulations. B. Project Environmental Permits 1. ADEQ General Construction Stormwater Permit — ARR150000. 2. ADEQ STAA Permit No. — NOT REQUIRED 3. USACOE 404 Permit No. —.NOT REQUIRED 1.8 PROJECT ENVIRONMENTAL REQUIREMENTS A. Contractor shall field verify locations of existing utilities. B. The Contractor shall protect Water of the State and Waters of the US from contamination by sediment or pollutants from this project. 1. The SWPPP and Sediment Control Plan Drawing represent a minimum starting point for mitigation of potential erosion caused by the proposed construction activities. The Contractor shall modify, revise, add or remove additional BMP's as necessary to maintain compliance with water quality standards and the ADEQ stormwater discharge permit. 2. Contractor shall select, install, implement, and maintain BMP's at the construction site that minimize or eliminate pollutants in stormwater discharges, as necessary to maintain compliance with all applicable water quality standard. 3. All structural BMP's shall be constructed in accordance with the Drawings, Specifications and the Springdale, Arkansas Drainage Criteria Manual. C. The Contractor shall not contaminate the air quality of the project site by smoke or other air borne pollutants from this project. 1. No burning shall be permitted as a part of this project. 2. Aerosols shall comply with all applicable local, state and federal regulations. D. Contractor shall maintain adequate restroom facilities for staffing levels that are clean and routinely maintained. 172162 Morningside 24 Inch Water Main 014101-6 1. Restroom facilities shall be maintained by a certified waste hauler and shall be kept clean and stocked with supplies. 2. Restroom facilities shall be located to be reasonably accessible to all staff. 3. Restroom facilities shall not be located next to chemical storage or waste disposal areas. E. Contractor shall maintain a chemical storage area with onsite chemical inventory in accordance with the CFR. F. Contractor shall maintain a concrete wash out area for disposal of concrete wastes. G. Contractor shall maintain onsite disposal facilities for all construction refuse. All waste shall be disposed of in accordance with all applicable Local, State and Federal requirements. H. Contractor shall maintain a stabilized construction entrance and shall prevent and/or clean up offsite tracking of water, dirt, rock, or any construction debris. 1. Provide wheel washing station and water source for washing muddy tires prior to driving on paved roadways. 2. Provide a street sweeper as required for cleaning roadways of construction mud, dirt or dust. I. Contractor shall maintain adequate stabilized onsite parking for all staff. J. Contractor shall post the ADEQ Notice of Coverage (NOC) at the construction site in a prominent location for public viewing. K. Contractor shall maintain a minimum of two (2) complete and up to date copies of the SWPPP. 1. SWPPP shall be continuously updated with the most current information including; a. Size, type, and location of structural BMP's. b. Date and description of changes. 2. Contractor shall maintain one (1) copy of the SWPPP in a weather proof container at the construction site in a prominent location for public viewing. 3. Contractor shall maintain one (1) copy of the SWPPP in a secured location onsite. L. Contractor shall include Environmental Compliance as an agenda item at each Progress Meeting. 1. Submit one (1) copy of all new site inspection reports and other SWPPP updates to the Engineer at the project progress meetings. 172162 Morningside 24 Inch Water Main 014101-7 M. Contractor shall minimize the total area of disturbance at any one time to the minimum required for ongoing construction activities. 1. Areas that will not be utilized for construction for a period of fourteen (14) days or longer shall be temporarily or permanently stabilized. 2. The Contractor shall update the SWPPP as required for any increase in total project area or total disturbed area. 3. Contractor shall comply with any new requirements of any updated ADEQ construction permits due to increase in disturbed area. N. Contractor shall utilize water trucks and other means, as necessary, for control of onsite dust generation. O. Contractor shall comply with any tree protection or preservation requirements. 1. Tree removal is allowed between Novemberl and March 31. 2. Notify Engineer in writing prior to any tree trimming or removal. P. Contractor shall filter all runoff prior to discharge off site. 1. Construct and maintain Sediment Basin for filtering discharge of surface waters from contributing areas 10 acres and larger. Q. Contractor shall filter all excavation waters prior to discharge off site. Filter waters to remove suspended solids and other nutrients as required or directed by the regulatory agency. 1. Engineered Sediment Basin sized for actual flows. 2. Manufactured filter bag or filter device, as approved by Engineer. PART 2 — PRODUCTS 2.1 SILT FENCE A. Silt fence shall conform with the requirements of AHTD Standard Specifications for Highway Construction, Latest Edition. 1. Geotextile Type 3 or Type 4. B. Silt Fence Fabric: Fabric shall be a woven 100% polypropylene geotextile fabric specifically designed for use as silt fence. 1. Grab Tensile Strength Minimum, ASTM D46320: 200 lbs. 2. Grab Tensile Elongation Maximum, ASTM D4632: 24% 3. Trapezoid Tear Strength Minimum, ASTM D4533: 75 lbs. 4. CBR Puncture Strength Minimum, ASTM D6241: 650 lbs. 5. Percent Open Area Minimum, COE-02215: 10% 6. Permittivity Minimum, ASTM D4491 2.1 sec^ -1 7. Flow Rate Minimum, ASTM D4491145 gal/min/ft^2 8. Products: 172162 Morningside 24 Inch Water Main 014101-8 2.2 2.3 2.4 a.Mirafi FW402, as manufactured by TenCate, Pendergrass, Georgia. b.Or equal. C. Silt fence shall be reinforced with maximum 4"x4" wire fabric, 14 gauge where required and/or as shown on plans. D. Silt fence shall be anchored with 1/33 lb/LF steel. 1. Minimum post length shall be 4 -feet. 2. Maximum post spacing shall be 6 -feet. PERMANENT EROSION CONTROL MATTING A. Machine woven coconut bristle coir mat made from twisted coir twines, 100% biodegradable, with manufacturer rated field longevity of 4-6 years minimum. Matting shall have open weave to allow for seeding over the installed mat. Mating shall conform to the following specifications. B. Weight Minimum, ASTM D3776:29 oz/SY C. Tensile Strength Minimum, ASTM D4595: 900 lbs. D. Elongation Maximum, ASTM D4595 24% E. Open area Minimum, Caculated: 38% F. Thickness Minimum, ASTM D1777: 0.35 inch G. Minimum twin count/foot: 39x18 H. Products: 1. BioD-Mat 90, as manufactured by Rolanka Internation, Inc. of Stockbride, GA. 2. Or equal. TEMPORARY EROSION CONTROL MATTING A. Contractor shall submit for review and approval by Engineer. PERMANENT EROSION CONTROL WATTLE A. Densely packed coconut coir bristle in a cylindrical shaped knotted outer netting, 100% biodegradable, with manufacturer rated field longevity of the outer netting of minimum 2 years. The filler mattress coir fiber will not reduce in volume, but become a part of the soil with time. Wattle shall conform to the following specifications. B. Outer netting: 2"x2" knotted, manufactured from minimum 90 lbs strength machine spun bristle coir twines. C. Inner filling: 100% coconut fiber (mattress coir) D. Density Minimum: 9lbs/ft3 E. Unit Weight Minimum: 7lbs/ft F. Manufactured Length Minimum: loft 172162 Morningside 24 Inch Water Main 014101-9 2.5 2.6 G. Manufactured Diameter Minimum: 12" H. Products: 1. BioD-Roll 30H, as manufactured by Rolanka Internation, Inc. of Stockbridge, GA. 2. Or equal. TEMPORATY EROSION CONTROL WATTLE A. Densely packed all natural wood fiber in a tubular shaped woven outer netting, 100 biodegradable, with manufacturer rated field longevity of the outer netting of minimum 1 year. The filler wood fiber will not reduce in volume, but become a composted soil material capable of being raked into the surrounding vegetative cover. B. Outer netting- woven biodegradable mesh maximum opening size 1/4" C. Inner filling —100% insert seed free wood fiber D. Dry Density — Min. Ab/ft E. Wet Density — Min. 15lb/ft F. Manufactured Length Minimum: loft G. Manufactured Diameter Minimum: 12" H. Products: 1. Silt Sock 12", as manufactured by Flextran Environmental Services of Brnason, MO. 2. Or equal. PERMANENT EROSION CONTROL BLOCK A. Densely pack coconut coir bristle in a rectangular shape with woven bristle coir fabric attached to the outer layer on three sides. 100% biodegradable. Both ends of the woven fabric are loos and allow for installation of the block. The filler mattress coir fiber shall not reduce in volume, but become a part of the soil with time. Block shall conform to the following specifications. B. Outer fabric: woven fabric from twisted bristle coir twines. C. Tensile Strength Minimum: 1,100 lbs/ft D. Inner filling: 100% coconut fiber (mattress coir) E. Minimum Unite Weight: 7.7 lbs/ft F. Minimum Block Height: 16" G. Minimum Block thickness: 9" H. Minimum Block Length: 10ft I. Minimum Fabric Length Top: 48" J. Minimum Fabric Length Bottom: 75" K. Minimum Fabric Length at female end: 6" L. Products: 172162 Morningside 24 Inch Water Main 01 41 01 -10