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