Loading...
HomeMy WebLinkAbout40-20 RESOLUTIONF FAYrEEtt RKANS PS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 40-20 File Number: 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 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. PASSED and APPROVED on 2/4/2020 Attest: `���n�trrrt�rr `Oe�G�ER K ¢-� `�:,\�,• CITY Kara Paxton, City Clerk Treasq— * FAYET7EVI<<E ''�`P'S� ��q N S Pte' • <` �' Page 1 Printed on 216120 City of Fayetteville, Arkansas -t Text File File Number: 2020-0047 Agenda Date: 2/4/2020 Version: 1 In Control: City Council Meeting Agenda Number: A. 3 BID #19-54 KAJACS CONTRACTORS, INC.: 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Status: Passed File Type: Resolution 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 Paye 1 Printed on 2/5/2020 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 Submitted By Submitted Date Action Recommendation: WATER SEWER (720) Division / Department 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. 5400.720.5600-5808.00 Account Number Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Water/Sewer Relocations - Bond Projects Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 12,790,727.00 $ 12,790,727.00 $ 1,754,500.00 $ 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 KAJACS 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 AY' in the year a04 boy and beteen The City of Fayetteville, Arkansas (hereinafter called City f Fayetteville) and 7a kAGS CQJgJrr0,CA 'S, T-Y%C. (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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE S - 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 151h 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 wilt 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 I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 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. §2519-101 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. 5§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 8.07 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. ADDRESSES FOR GIVING NOTICES: CONTRACTOR CITY OF FAYETTEVILLE ya`N4t s (_o m�r a c.�o< < 7J:;,c. 113 West Mountain Street � +n%n.JooA y 1t5i 4 'tt 0 Fayetteville, AR 72701 L� 1e- koc.k, ASC 122,t 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, initiated, or identified by The City of Fayetteville and Contractor. a 0 This Agreement will be effective on a - I , 20_, which is the Effective Date of the Agreement. CONTRACTOR By: M�C4,tl (Type or legibly print) �,� (Signature,)( Title: rro�cC- Nl4vtaa�� By: r �t (Type or legibly Attest: Title:{t- CITY OF FAYETTEVILLE By:hendfa-SwAU 4,1'0, Rkx+OA Attest: Title: City Clerk Contractor shall attach evidence of authority to sign. If Contractor is a corp entity or LLC, Contractor shall attach Corporate Resolution authorizing Cor and execution of Agreement. Further if Contractor is a corporation, corpora Contractor shall also attach a copy of the Contractor's Articles of Incorpora_._.. 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 1m n►►► l CLERk j��� CITY ••'QF,'�. F :cam 9NS AS •' 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 a 573-785-1745 (Fax) 573-785-6237 www.kajacs.com V: ontractors, Inc. do hereby give Michael Titsworth, Project -sign contracts on behalf of KAIACS Contractors, Inc. Aron Persons, President MyLVnn Gargac, Corporate Secreta 4 •`- fFl fir. r ♦ �rrtl.Itt191i.��h Equal Opportunity Employer McACL/E►LTL/AND 1810 N. College Ave. CONSULTING Fayetteville, AR 72703 R"CE479-443-2377/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 Encl: Certified Bid Tabulation K:\2017\172162 Highway 16 Utility Relocations, Fayetteville, AR\Construction-Morningside\Bid-Retated\Morningside WL Recommendation of Award.docx CITY OF FAYETTEVILLE ARKANSAS Dales of Advenhemenl: Issue Dale: 7A-W.IA66MdlA+l;. Cerofkevan 1)T Furds: Max Award Amount: Bid 19-54, Construction - Morningside Drive 24 -inch Water Main Relocation Official Bid Tabulation Lioneld Jordan, Mayor $; LADO,000DO S' 0.250.00000 Bid No, 19 54 D.-11.16,19 E I LJSA9 Tine.'] DO PM ITEM NO UtSCAIPIIUN UNIT ESTIMATED QUANTITY CROSSIAND HEAVY CONTRACTORS, INC UNIT — PRICE AMOUNT COINS ENTERPRISES, INC. IN UNIT' - --- - -- - PRICE AMOUNT KNACS CONI RACTORS, INC -- UNIT'- --'- --- - PRICE AMOUNT TRI STAR CONTRACTORS, I lC UNIT PRICE AMOUNT 1.01 Mpbll4atlon LS 1 S 6592000`, S 65.92000 S 100 00 :S 10000000 S: _'40,00000 S 4(1,00000 S 9492899 S _ 94,97899 .02 Aondsandlosu•isme - 1S - 1 S 25.00000 S 25,00000 S 35000.00 S 35,00000 S 3LODO 00 S 31.00000 S 56,69553 5 56.69553 103 MU91,1993 Trench and Excavation Safety System l5 1 5 2,000,00 $ 2,000D0 5100,000 DO S _ 100,000.00 5 5,00000 S 5,000.00 S 37,00000 S 37.00000 1.04 Ero'son and Sediment Control _ LS 1 $. SS 00000 S _55.00000 20 00 5 2000000 S 30.00000 $ 30,000.005 5000000 S 50,00000 LOS Clearing SGwbbin - LS 1 S 25;00000 'S 25 00 S 45,00000 5 -45,00000 $, 7,50000 S 7,50000 .S 40.00000 S 40,0I10.00 LOG 6" PVC C900 DR 14 Restrained Joins Water Main LF 46 S ]1o00 5 S,000A0 S 9000 5 4,140,00 S 5000 S- 2.30000 S 5500 S 2,53000 1.07 R" PVC C900 OR14 Restrained loin Water Maln 1F 95 S 120 DO S 11,40000 5 9500 S 9,075.00 S 5400 S 5,130.00 S 5700 S 6,365,00 108 12 PVC C900 ORI 4 Restrained loht Water Main IF 166 5 1311„00 5 21,580.00 S 20000 S 33,20000 S 7500 S 12,45000 S 7500 5 32,45000 IZ9 24'Class350 PWater M,a'n IF 2,135 .. S' ..19600 -5 41 46000 S 185.00 5.. .-..394,975.00 S .19000 S 405.65000 5 19200 S 40992000 1.1 24" Gass 3bO 09 Water Main LF - .1158--- $ .23600 5 273.288:00 5 25000 S 289 0000 S 230,00 5 266,14000 5 248.60 5* 287 78.80 111 0.s0 to B.w C—se IF 12-7_-_ S( :60,00 a 19,62000 5 3000 S 981000 S 15000 S 49.05000 S 7500 S 24.525.00 1,11 lhr" W J ira H dram. - - - PA 1 5'_ _ _5,500:00 _S 5 SO0 no S S;000-00 .S 5,00000 S: " 3,700.00 S 3,700 00 S 5.50000 $: 5500 00 1.13 Abandon and Salvage Existing Fire Hydrant EA I— S 880,00 S 88000 S 85000 $ 850-00 S 250.00 5 25000 5 1,10000 S 1,10000 1.14 G'Gatc V4WCwilh Bcx EA 2 S'% 1,350,00 .S 70000 1 5 LOOO Do S 4 -DW -00 S. 1135000 S .270000 S 2,100.00 S 4,200.00 LJ 8" ale Valvewith8ox EA 1 S 1.85000 .S ,850 D0 S 2,500,00 5 250000 5 1,75000 $ 1,75000 S 2,95000 5 2.95000 1,16 1J'8uti V4Jve witA Nax•--- " FA 3 S. 1600,00 S 1080000 S 4.50000 S 13,500.00 S' -` 135000 S 10.05000 S 5,94134 S- 1/.,02402 III S.Ucfly Valve with Box - --EA: 5 - 5' 32.00000 'S :-60.OD000 -S' 15,00000 S 75,000 Do S,. 10,825,06 S 54,12500 S 24,79200 S 323.96000 1.18 Abandon Existing Valve EA -6 S� 425.00 S 455000 S 11500,00 S 9.00000 S 25000 5 1,50000 S 1.40000 5 Rywano 1'19 Ductile Iron or Cast -Iron Water Main Fittings EBS 15,000 5 850 S 127,50000 S 1500 S 225,000 DO' S 800 S 120,000.00 S 800 S 120,OOODO 1 2 6'x6" Ta Aping Sleeve, 6"7apping Valve w/ Box EA 2 i 5 6,60000 S 13,200,00 S 7,000.00 5 34,00000- S 4,500,00 S 9.00000 S 5,00000 5 10,00000 1.21 12"x12" Tapping Sleeve, 24'Tapping Valve w/Box EA' 2 - S 11130000 S 27,60000 5 10,00000 S 20,000.00 S 9,800,00 S 19,60000 S 11,09800 5 22,19600 122,24"x24"Tapping S'eeve, 24" Tapping Va've w/ Box EA 1 S 46,000,00 S 46,00000 5 65.00000 5 65,00000 S 44,00000 5 44,00000 S 70,00000 S 70,00000 1.23 30"x24" Tapping Sleeve. 24"Taophe Va ve w/ Box FA 1 S 47,501)00 5 47,50000 S 70,000.00 5 70,00000 S 45,00000 S 45,00000 5 75,70000 5 75,70000 1.24 24"1tne5TpO EA --1 S. 44$00.00 5 41,50000 S 9500000 S 95000005 37000,00 3 32,00000 S 45,00000' S' 45 .00 125 To" Line Stop EA 1 - S 5500000. $ 55,00000 5110.00000 S 110,000.00 S 42.00000 S 4200000 'S 58,00o,00 S 5800000 126 12"Anchpr Collar _ _ -- - _- -- EA 1 S' 7000.00 -S 7.00000 S 2000.00 'S 2,000.00 S 530000 S 5,50000 S SA0000 5 5,000.00 4J/ 24"Anchor Collar _ EA 1 2 9.00000 $ 18 0000 S 4,000.00 S 8,000,00 S 15,50000 5 33.00000 S 7500 01) S 15,00000 1 78 30* Anchor Collar EA 1 S: 12000,00 S 12,000DO 5 , 5,00000 S 5.00000 S. 21 50000 5 21.500.00 5 1000D.00 S 10,000,00. 179 Fncaserrsenl Tic Down FA 2. S 4,950.00 S °9,90000 S .7,500[.0 $ 5.00000 S: 3-50000 5 7,00000 S. 7,00000 S. 14= 00 J.3 36" Min,. D. Bored Steel Cas' LJ- 301. S- 850,0- S .85,85000 S 77500 S - 79.275 OD S. 68500 S 69,18500 65200 S- 65.85200 13.4 36"Min, Dia, Direct RileySteel Cashuq IF —' "175—_: 5" 490.00 .5--"'"---85,75000 E----25000 S 4375000 5 35000 - 6125000 S 50000 '$• 87 0000 132 Po yelWen Fnrasemenl for 24"DIP -Vhin LF 3,300 S 3-75 S 17,37500 S 70rin S 33,00000 S 5.00 S 16,50000 5 606 5 19,998.03 1,33 Pn'yethylen Encasement for 24' DIP - Sheet 1F 3,300 --S---WS 5------ 9 7503 S 10.00 $ 33,00000 S 450 S 14,85000 S 516 S 17,02800 1.34 Double Cut and Cap Existing 6" Water Main EA 3 S 2 750,00 S 8.250.00 S S Ooo.00 5 I 3.00 S -- 2.500 00$ 740000 S 2.50000 S .7 00 1.35 Double Cut and Cap Existing 8'Watcr Main EA 2 S 2900,00 S 5.80000 56,000.00 5 _-12.00GOO S 2.70000 S 5.400 on S 3.00000 5 61ODD 0o 136 Double Cul and Cap Ex'sting 12," Water Main _ - EA I . S .3500,00 S .350000 S 10,00000 S. 10do Do S 4,00000 S 4,fmn00 5 8,00000 S 600000 137 Double Cut and Cap Cxating 24"Water Main EA 1 S 8,250.00 5 8.25000 S 20,00000 S 2400000 S 12,00000 S 1200000 S 1000000 5 1000000 1 38 Double Cut and Cap F.Icl,ng 30" wash Main (A 1 -- S- 14,500.00 -S - -- 14,50000 S 35.00000 S 35.00000 S 15AOO D0 S 15,000.00 S 12,50000 S 12,50000 139 Fl—able Fill CY 32 '-5 185.00 S 592000 S 125 D0 S 4.001)00 S 11000 S 3,52000 S 12000 S _ 3,84000 14 Concrete S'drwaltAmair LF J1 S 75.00 5 82500 S 5500 5 60500 5 3500 S 385,CO S 40DO S 44000 141 Asphalt Pavement Reoair IF 478 S '6800 S 29.10400 5 8500 S 36,38000 S. 70 co 5 29,960.00 S t0000 S 42,80000 1.42 Tence C,oss;ng Reoair Rco'ace lF 30 S' 56.00 5 1,68000 S 5000 $ 1,50000 5 2000 S 60000 5 10000 S 300000 143 Cw band Gutter Ree', LF 36 5 3500 S 126000 S 5500 S 198000 S 2000 5 72000 5 3000 5 I.CJJO DO 1.44 Tracer Wire C.onnertion FA 20 S 48000 S 9,60000. S 2000 S 40000 S 250.00 S 5.00000 S 25000 S 5,00000 145 Tem raryConstrurtionFence LF 601 S- 900 S 5110900 S 500 5 100500 S 1.00 S 60100 S 7So S 450750 1,46 Pre Construction Video YS I S 45000 S 45000 S .2AW00 5 2.001)00 S 50000 S 50000. S 5.00000 5 5,00000 387 traVic Control IS 1 S 77,00000 S 12,00000 $ ]5.00000 .$ _ 25.60000 S 4,40400 S- 4.40401) S 20,00000 S 20,00000 148 SeloF4Bollards FireH .ant EA -7 S '1.75000 5' '175000' S 2,400.00 S 740000 S - 1,50000 S 1.SDO00 S 400000 S 400000 1.49 36"Gass 111 RCP LF 172 S . 145.00 S 24 4000 S 15000 S 25,80000 S 9000 S ISABOOD S 9500 S 16,34000 1.5 traffic Haled Vx4- Precast Concrete Junct— Box EA 2 5 5'300 00 i 5 10.600 00 S 10.00D 00 S 205100.00 S �- 3,50000 5 7.Go0 On 5 4.50000 S 9 ODO n0 1,51 36" pass 111 RCP Flared End Seclian. .EA. 2, S .1,1190 DO $ 3,790.00 S .2,500.00 5 5,00000 S 1$0000 $ 3,00000 S 1,50000 5 3,00000 152 Remove and Dispose Fxist,eg Slam Junction Box LA 1-� 5 _55000 S 55000 S 2,000 DO 5 2,00040 S 25000 5 �- 75000 S 2.000 00 S ' 7,00000 1.53 Remove and Salvage I vi,t;ng Storrs Pipe LF 160 S 2900 S 5,22000 S 50,00 $ 9,00000 1 S 1000 S 1;800W S 75.00 S ,0,50000' 154 81nw-all Assem EA 1 3 (..75000 S 6,75000 5 2,00000 S 2.00000 5 9.50007 S 9,50000 S 4,500 D0 I S 4.50000. TOTAL BASE 810 S 1769,996 00 S 2.190595.00 5 1 595,000 00 5 4994.55. AA A,drea 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: T. 1-0 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: Number Date * 12 Its. ei 4N 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. F. 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. 7s; 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. 0:.. 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 250. 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 QTY PRICE 1.01 Mobilization LS 1 d, O,90 �� !� 0 •� 1.02 Bonds and Insurance L5 1 3/ DDD 3/,,940 1.03 Act 291, 1993 Trench and Excavation Safety System LS 1 SdOfJ 6,0o0 1.04 Eroison and Sediment Control LS 1 ldmw 1.05 Clearing ,& Grubbing LS 1 0 1.06 6" PVC C900 DR14 Restrained Joint Water Main LF 46 J 0 2 3D0 00 591 30 � 1.07 8" PVC C900 DR14 Restrained Joint Water Main LF 95 1.08 12" PVC C900 DR14 Restrained Joint Water Main LF 166 '00 �S / Z vs 0 1.09 24" Class 350 DIP Water Main LF 2,135 1.10 24" Class 350 Restrained Joint DIP Water Main LF 1,158 1.11 Class 7 Aggregate Base Course LF 327 o, r,9 '/ r� T Q�� 1.12 Three Way Fire Hydrant EA 1 3700,47,967 1.13 Abandon and Salvage Existing Fire Hydrant EA 1 °o 2 S"D 7-5-0 ° 2 1.14 6" Gate Valve with Box EA 21 oo 0 Z700 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-5 1.15 8" Gate Valve with Box EA 1 / 7� 1.16 12" Butterfly Valve with Box EA 3 1.17 24" Butterfly Valve with Box EA 5 1.18 Abandon Existing Valve EA 6 0 2'�-0 �' /5,000-0 1.19 Ductile Iron or Cast -Iron Water Main Fittings LBS 15,000 q /ZD DD 1.20 6"x6" Tapping Sleeve, 6" Tapping Valve w/ Box EA 2 1.21 12"x12" Tapping Sleeve, 12" Tapping Valve w/ Box EA 2 i D D0�' ?/0 BO 1.22 24"x24" Tapping Sleeve, 24" Tapping Valve w/ Box EA i 1.23 30"x24" Tapping Sleeve, 24" Tapping Valve w/ Box EA 1 �QBd c S 90, 1.24 24" Line Stop EA 1 0 0 32000 r oe 32-O00 1.25 30" Line Stop EA 1 TZ 000 yu%� 1.26 12" Anchor Collar EA 1 51x00 00 6rvo 1.27 24" Anchor Collar EA z 1.28 30" Anchor Collar EA 1 . V X00 1.29 Encasement Tie -Down EA 2 � 300 ' oa %000 1.30 36" Min. Dia. Bored Steel Casing LF 101 d OA p0 1.31 36" Min. Dia. Direct Bury Steel Casing LF 175 3 f Q o� 1157-0 1.32 Polyethylene Encasement for 24" DIP - Vbio LF 3,300. q 1.33 Polyethylene Encasement for 24" DIP - Sheet LF 3,300 00 1.34 Double Cut and Cap Existing 6" Water Main EA 3 Zr00 00 -750fl f 1.35 Double Cut and Cap Existing 8" Water Main EA 217- vo 7 00 ,/ ao 57 00 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-6 TOTAL AMOUNT BID �-� ada o a 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-7 ,a i 1.36 Double Cut and Cap Existing 12" Water Main EA 1 1.37 Double Cut and Cap Existing 24" Water Main EA 1 --rood 0+? /Zdoo p0 /Z.000 1.38 Double Cut and Cap Existing 30" Water Main EA 1 o� o✓ 1.39 Flowable Fill CY 32 t al 1.40 Concrete Sidewalk Repair LF 11 eo 00 3� r 1.41 Asphalt Pavement Repair LF 428 7A 1.42 Fence Crossing Repair/Replace LF 30 o� 600 1.43 Curb and Gutter Repair LF 36120 '720 1.44 Tracer Wire Connection EA 20 -25-0 1.45 Temporary Construction Fence LF 601 949 601 a` 1.46 Pre -Construction Video LS 1 1.47 Traffic Control LS 1 1.48 Set of 4 Bollards @ Fire Hydrant EA 1 / 5—,o0 1.49 36" Class III RCP LF 172 1,50 Traffic Rated 4' X 4' Precast Concrete Junction Box EA 2 �J) �%D ' 7-4 1.51 36" Class III RCP Flared End Section EA 2 /SrDO o� 3860 1.52 Remove and Dispose Existing Storm Junction Box EA 1-- _ p0 00 1.S3 Remove and Salvage Existing Storm Pipe LF 180 00 D 9m0i iO p�800 / rD0 � 1.54 Blow -off Assembl EA 1 TOTAL AMOUNT BID �-� ada o a 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 Ar- Dollars ($ . 5 0/0 i 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:;; ���G z_C. � D inT�G..c�+w c 5 �✓� � EmailTi+nlor �s. Phone No. S p l - 2u a- Ur to L S` Fax No. 513 -. ? $ $7 2 37 172162 Morningside 24 Inch Water Main - Addendum 2 004113-8 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. ARTICLE 9- CONTRACTOR'S A55URANCE$: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 ) 1 — I 6� 2011 Arkansas State Contractor License No.00 %4 161 So3 Zo If Bidder is: An Individual Name (type or printed): By. :(SEAL) (Individual's Signature) Doing business as: - .......... Business address: Phone No: Fax No: Email Address:.. A,Partnership Partnership Name (SEAL) Y� (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: Phone No: Fax No. . Email Address:. 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-11 A Corporation or Corporate entity including Limited Liability. Company (LLC),. Corporation Name: jk NILI �an��.cxc�v�s Vii-, (SEAL) State of Incorporation. .__. Type (General Business, Professional, Service, Limited Liability) lT,cyte r wt rgx%1.✓ta.5i /_ L o (Signature -attach evidence of authority to sign) Name (type or printed): Business address: ._� __ AN^ 0414 xe__41 ,aiuA -� 2-10" Phone No. �ro.l= 1 %,Ut�L►S Fax N,o, _ ;' mil t-��n r Email Address �^` ����� . s...,c►*�-, END OF SECTION 00 4113 BID FORM 172162 Morningside 24 Inch Water Main - Addendum 2 00 41 13-12 November 2, 2018 Letter of Resolution 573-785-1745 jFa4 573-785-6237 www.kajaa.com I, Aron Persons, President of vnrctr inc. do hereby give Michael Tftsworth, Project Manaser/Estimator the d' °i4itV0, sign contracts on behalf of KAJACS Contractors, Inc. Aron Persons, president MyLynn Gargac, Corporate Secretary Equal Opportunity Employer SECTION 00 4116 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we KAJACS Contractors, Inc. 1 In wood Circle Suite -210 l.itila, soak, as Principal, hereinafter called the Principal, and Travelers. Casualty and Surety Company of America One Tower Square Hartford, CT 06183 a corporation duly organized under the laws of the State of .:Connecticut as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of Amount Bid Dollars ($ 5%nfAinounf t3"id j, 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 4116 -1 Signed and sealed this 11th day of December 20 19,; PRINCIPAL, SURETY ravelers casual!y and $uret tomafjy-of America (Signature) Vickie J. Nickel, Attorney -in -Fact (Type or print) (CORPORATE SEAL) ATTORNEY-IN-FACT (CORPORATE SEAL) Travelers Casualty and Surety Company of America By (Signature) Vickie J. Nickel, Attorney -in -Fact (Type or print) 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 Maln 004116-2 Travelers Casualty and Surety Company of America .W Travelers Casualty and Surety Company TRAVELERS J 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 their corporate seals to be hereto affixed, this 3rd day of February, 2017. a+ktny14 e � xrxrrorn, �+ � co+nan State of Connecticut City of Hartford ss. By: Robert.L. Raney, Se rVice 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. 1� My Commission expires the 30th day of June, 2021 mt3.au Q� C �7rulzul..� ,t to .. Marie C. Tetreault Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Atlomeys-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 orAttorneys-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 seat 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 nth day of December , 2019 CA n E. Hughes, Ass tan! Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800.421-.3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. 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 Subcontractor's Name Expected Percentage and Address DeMcIn'ate Work' or Value I;,!�, 000 �-, 70 0 L-; NOTE: This form must be submitted in accordance with the Instructions to Bidders Bidder's name (type or print) Bidder's name (signature) IZZIgZZoI Date 1 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-- _.;toll SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company: Name: Address: nc -910 !/ Principal Office: tl ,;rA✓en c iio.cc ivvA r/ki�1. i1I Corporation, LLC, partnership, individual, joint venture, other: C iwe&* �Mn Arkansas State General Contractor's License Number: DD d/ffso.3 ze (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.STATEMENTNANDAT'ORY) 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 years. Bidder has been in business under its present name for _2_1, 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. '-f4�0.4-ha b. Previous construction of no fewer than 50 water connections to 18" or Larger diameter water mains. 4 #,,,-A 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"J,,,J 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 #4, -A ,t 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. 6. Bidder normally performs the following work with his own forces: 172162 Morningside 24 Inch Water Main — Addendum 2 001413-2 7o. 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: "' r .tc —0 N;5�lo.;iQ J' tot 3 go Bidder's Workmen's Compensation Experience Modifier Factor is: Q• ?(o FINANCIAL STATtM1 Ni' iIFAEQQESTIrD) . 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: liudtiment Creditors Where Docketed An'd Date Amount a. .. MATT RIAL5-STATEMENT (MANDATf3RYi A. Bidder shalt 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: 2 _ , 2019 (OFFICIAL SEAL) Name of organization: (Type or legibly print) By ... (Signature) SEAL Title ,_i• r.� is J _ . (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 duty -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 Box 969 Poplar ", MO 63902 7 November 2, 2028 Lauer of Resolution 573-785-1745 (Fax) 573-785-6237 www.kajacs.com 1, Aron Persons, PresMent of KAACS)Cordractors, Inc. do hartilby give Michael Thworth, Project Wria5w/EsUmator the &,!Oorlty it) sip contracts an behalf of IQWCS Contractors, Inc. .z Aron Persons, president MyLynn Garpc, Corporate Secretary Equal Opporba-ALy Employer OF - E Pli rt: An.- R-Ij 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 Pi e/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: Aril 2011 Complete: November 2011 Owners Representation'. Cook Coggin Engineers, Brett Brooks Bidders Re resentation: 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 Was"ton 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/21 Connections Job Number: 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 Gillip; 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: 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: 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 Startedr 10/28/2019 . Complete: EST. 4/15/2020 - - - Owners Representation:. Charles Summerford_. _.._.., Bidders Representation: Kyle Persons, Estimator_ Funding Agency: Rural Development Scope: Waterline 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 Narne: 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: 1 490 KAJACS COMPLETED WORK LIST FOR THE FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 r —,: �� t c 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: 2/1/2019 Complete: - - - 7/1/2019 Owners Representation: .._ _ Wray Thomas 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 y 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 _ Baldwyn, MS — _.... Location: __ _ Y 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 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: i 2/18/2019 Complete: In Progress Owners Representation: Jess Wiygul Bidders Representation: Rodger Williams, Estimator Funding Agency: SRF Scope: Sewer Collection Improvements • Job Number: 1 499 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 Replacment: 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:. _ $21375,000.00 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: T In_drustrial Park Drive Contact Name: Brett Brooks Telephone Number: (662)840-9063 Job Name: Phase 3-Collection Improvements. Location: Baldwyn, 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: 8/1/2019 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 i Contact Name: Mike Falkner i Telephone Number: _ (662)489-1525 _ Job Name: - Wastewater Treatment Facility-Phase 2 _ t Location: — Ripley Mississippi Contract Amount: $7,775,000 Started: - 11/1/2017 Complete: 8/31/2019 Owners Representation: Chris Marsalis-Mayor Bidders Representation: Rodger Williams Funding Agency: USDA Scope: New Wastewater Treatment Facility ty Job Number: 492 Owner: Maumelle,AR Address: Maumelle,AR Contact Name: Jacob Gillip 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 Villa e,, AR - Contract Amount: - $5,450;000 _. Started: - Nov -17 - - Complete:_ In Progress - - Owners. Representation: - - - —" - _ ._ _ _ _ . Scott Brown; Bidders Representation:_ Aron Persons _ Fun_ ing Agency: _ _ _. d _ _ Corps of Engineers Scope: -- - Levee'Re air and:0utlet Control Structure Job Number: _ 490 Owner: - - Ripley, Mississippi Address: _ _ Riple ,-Mississippi- Contact Name: — — Brett Brooks Telephone Number: (662). 840-9063 _ Job Name: Phase One Collection .lm rovements _ Location: - "- — _ Ripley, Mississippi - Contract Amount: _ $1,757,225 Started: Jul -17 - - Com lete: -- - _. - _ 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: Maumelle, Arkansas Contract Amount: $6,125,000 Started: Feb -17 Complete: Com lete 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: 573-778-6393 Job Name: Birch Tree Water System Improvements. Location: Birch Tree, Mo _ Contract Amount: $21-400,000 Started: Feb -17 Complete:. ,Completed Owners Representation: John Burglin Bidders Representation: Ethan Hog and 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: Maumelle, 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 -Se.. 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 40 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: _ _ _._._ Ma" -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: 662456-2398 Job Name: - Houston Industrial Park Water System Im rovements 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 Fundin 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: 9/1212015 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: _.- _ Cityof 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 Hoggard, 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, lm rovements . 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: Ca a Girardeau Contract Amount: $9491925.00 Started: 21-JUI-1.5 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. Ce ital Ave Contact Name. Thomas Wray _ Telephone Number: 501-372-5.161 Job Name: Arch St Line Relocation - Location: - Little Rock, 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 Se aration. aterline Relocation Location: N. Little Rock Contract Amount: $479,725.00 Started: 17 -Aug -1 5 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-.8"-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: Minae Location: :Minor, MO Contract Amount: _. $434,925.00: Started: 10-Aug-15" - _-- - Complete: Complete - Owners Representation: - Darren Chapman, .Ma or 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: a or Donnie Brown, Mayor- Tele hone Number: Telephone 573-748=2866. Job Name: _ New Madrid Pump Station. Location: - New Madrid, MO` Contract Amount: $1,373,650,98 Started: 11-Aug-1 5 _ 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, Benton, AR 72015 Contact Name: Terry McKinney Telephone Number: 501-776-5931 Job Name: ALCOA Road Water & Sewer Utility Relocation Location: Benton, Arkansas Contract Amount: $1,545,637.37 Started: Feb-15 Complete: 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, Tupelo, MS 38802 Contact Name: John Mark Weeden Telephone Number: 662) 842-73811 Job Name: Construction of Sanitary Sewer Collection Rehabilitation & Replacement Location: Okolona, MS Contract Amount: 2,447;846,78 Started: Feb -15 Complete: Comptete Owners Representation: Cook Goggin Engineers, Inc. Bidders Representation: Rodger Williamsi. Estimator Funding Agency: USDA Scope: Saniftary Sewer Rehab & Replacement= Job Number: 467 Owner: _ Corpof Engineers Address: Devalls BluffAR: Contact Name: Gary Hamlet Telephone Number: 870-351-9121 Job Name: Grand Prairie Discharge Piping Location: Devalls Bluff, AR Contract Amount: $6,0581309 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, Po lar 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 Re resentation: 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:. Com fete P Owners Representation: Marlar Engineering Co; Inc. - Bidders Representation: _ Rodger Williams, Estimator 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: $724,725.00 Started: 14 -Oct Complete: Owners Representation: Complete _ Civil Engineering Associates, LLC.- LC.Bidders BiddersRepresentation: 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: 1810 College Ave, Fayetteville, AR 72703 Contact Name: Robert White Telephone Number: 479 443-2377 Job Name: Cave Springs Arkansas Sewer Location: Cave Springs, AR Contract Amount $1,060,130.50 Started: Aug -14 Complete: Complete Owners Representation: McClelland Consulting Engineers, Inc. Bidders Representation: 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 Corn fete: 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: June 2013 Complete: Complete Owners Representation: McClelland Consulting Engineers Bidders Representation: Wallace Thomas, Estimator Scope: 24" Gravit Sewer Job Number Owner: Benton Utilities Address: 1827 Dale Street, Benton, AR 72015 Contact Name: Dewa ne Hood Telephone Number: 501-776-5931 Job Name: Thomas Pasture Pump Station Location: Brents Ford Road, Benton, AR Contract Amount: $735,220.00 Started: June 2013 Complete: Complete Owners Representation: McClelland Consulting Engineers Bidders Representation: Wallace Thomas, Estimator Scope: 20" Force Main/PumR 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: _72012 - 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 -_ r - - _ 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 hos ital Owner: City of Clarkton Job Name: Clarkton Treatment Plant Improvements Address: Clarkton, MO Contact Name: Telephone Number: 7. 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 Eh ineers, Brett Brooks _ Bidders Representation: Wallace Thomas, Estimator, VP _ Scope: 50,OOOLF 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: Cook Coggin Engineers,. Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Funding Agency: ARRA Sco e: 65,000' - 36" Water Transmission Lines KAJACS EXECUTIVE MANAGEMENT AND SUPERINTENDENT EXPERIENCE FOR THE FAYETTEVILLE MORINGSIDE WATER PROJECT 12/19/19 MICHAEL Fe PERSONS 14104 Oak Ln, Poplar Bluff MO 63901 573-785-1745 - mpersons@kajacs.com PROFESSIONAL SU11' MAItY . Many years of field experience on top of 26 years' experience running a successful construction company. • Project building and managing Managing employees • Cost.awiyeis and reports -# Financial analysis WORK HISTORY - 2017- Current CEO KAJACS Contractors, Inc 1994-2017 President KAJACS Contractors, Inc 6/1993-11/1993 Boring Contrad6i Self i�mpllvw 1986-1993 Project Manager Robertson, Inc 1974-1986 Project Manager Brauson Contractors EDUCATION + Companyorganization • Overseeing and organizing day to day operations 1974 Poplar Bluff Senior Mgb School - Poplar Bluff, MO REFERENCES ■ John Berglin, Homer & Shifrin- 573-778-6393 • William Cobb, P.E., Smith & Company- 573-727-4663 W Larry Wells, Pike Creek Sewer District, 573-718-7772 I 5 Lorin Ct., Little Rock, AR 72212 501-772-7149 - apersons@kajacs.com tOFESSIONAL 8V 0 As a Pr� my goal is to be an efficient, effective, and organizational leader to whom I'm affiliated with. SKILLS o Project building and managing +' Managing employees • Cost analysis and reports • Financial aaie s ORK;ISTURY : 2017 -Current President ICAJACS Contttactors, Inc 2010-2017 Vice President KAJACS Contractors, Inc 2004-2010 Laborer KAJACS Contractors Inc • Company organization • Overseeing and Jnr *44 day to day operations EDUCATION 1999-2004 Bachelor of Science in Civil Engineering University of Science & Technology- Rolla, MO 1995-1998 Poplar Bluff Senior High School - Poplar Bluff, MO AFFmAnom • ASCE- American Society of Civil Engineers o AGC- Associated General Contractors of America RET+'ERENCES Matt Dunn, Crist Engineers, Inc.- 501-831-5071 Mike Marlar, Marlar + Halff Engineering- 501-753-1987 a Brett Peters, Hawldns Weir Engineers, Inc.- 479-651-3366 Adam Triche, McClelland Consulting Engineers, Inc: 225-266-6546 Poplar Bluff, MO 63901 (573) 718-8182 - rwilliams@kajacs.com PROFESSIONAL SUMi' MAY 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. SKELLS WORK HISTORY « Site development and Planning Preliminary engineering reports • Construction inspection • MDNR, NPDES, 404 2010 to Current Vice President; Project Manager 1 Estimator KAJACS Contractors, Inc — Poplar Bluff, Missouri • Construction project management and project estimating. 2002 to 2010 Project Manager / Dedep 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 improvements. Summer 2001 Laboratory Technicianth pector Associated Engineering And Testing 1998-2000 Laboratory Technician S.H. Smith & Company EDUCAUOly B.S: Civil Engineering Arkansas State University - Jonesboro, Arkansas Twin Rivers High School - Broseley, Missouri • Registered Professional En&eer: Missouri (2007002855) s OSHA 10 and 30 hoar tertitlied` +► Contractor's License Qualifying agent in AR, AL, MS, LA & IN • Competent Person Certification ACI Certified Concrete Field Testing Technician :e Nuclear Gauge Safety Training Course AFFiLwhONS . .. •. American Society of Civil Eig`tneer (ASCE): Associate Member • National Society of Professional Engipeeirs:(NSPE): Member -• Missouri Society of Professional Engineers (MSPE): Member REFERENCES • 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 Engineering Associates, LLC- 870-972-5316 3505 Forge Drive, Benton, AR 72015 501/249/0665 - mtitsvoith r@t kajacs.com O Y SSIONAL St1PYilliAlW" Project Manag uperi . end.. with 25 years of experience in the undergroued:utility installation industry. Aiming to utilize drive, determination and character to efkctively" impact this company. Maintaining safe productive projects that will leave a lasting relationship with all Clients. SICH'I8 _ WORK HISTORY 2018 to Current 2015-2018 2012-2015 1996-2012 1993-1993 EwcATION CERTIFICATIONS • Proficient in all aspects of underground utilities, from inception to closeout. W. Estimation -take -offs, production, equipment. +� Project Miiag nent-cost tracldi nt, billing, client communication. Project Superintendence -production procedures; milestones. Project Manager/Estimator KAJACS Contractors Inc OwnerNice President Online Construction Inc Utility Division Manager Redstone Construction Inc Superintendent Diamond Construction C6m1pany, Inc Foremanffleavy Equipment Operator Sanders Excavation Inc Cedarville High School- Cedarville, AR Army National Guard -:1992-1995 a Company and Project Safety -safety training, reporting. • Computer Excell, Microsoft -Project, Word. Class A CDL -experienced in heavy haul equipment transport. • Finish Equipment Operator •• OSHA Competent Person Confined Space REFEEENES . . - . • Mark Ragland,Engiiitteiing,Central Arkansas Water-501-680-0170 • Chris Green,Engineering,Central Arkansas Water-501-912-6687 • Vern Stubbs,Engineering,Little Rock Wastewater-501-425-0377 • James Dyer,Sales,Ferguson Water Works-501-322-0071 • Chuck Solomon,Sales Engineer,American Cast Iron Pipe-316-250-4537 • Pat Dry,Sales,Forterra Pipe and Precast-501-765-1411 • • NI-I/L NN GAR.GAC Route 61,Box 3559,Naylor MO 63953 573-772-2009—mylynn©Itajacs.com PROFESSIONAL SUMIVIAR'Y 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 • Quickbooks< • Daily monitoring of bank accounts • Entering and reporting data into • Interactions with vendors,CPA, various programs payroll specialist,and auditors • Report Writing,data analysis, • Implementing new billing procedures communication • Supervision of personnel • Ordering and purchasing company materials and supplies WORK HISTORY 2015 to Current Corporate Secretarylce Manager SACS Contractors,Inc. 1996-2015 Chief:Financial Officer/Office Manager Ozark Medical Management Company(formerly Home Medical Supply) 1993-1996 Customer Services Walmart-Poplar Bluf,MO EDUCATION 1996-Present Numerous medical/business continuing education classes. 1993-1998 Three Rivers Community College-Poplar Bluff,MO 1992 Neelyville High School-Neelyville,MO REFERENCES • Victoria Fister,CPA-615-686-0087 • Sandy Redfearn,Minister-573-429-0005 • Debbie Shelton,First Midwest Bank-573-718-6846 WRIGHT 499 County Rd 221,Qulin,MO 63962 573-429-8010-kwright(ckajacs.com PROFESSIONAL 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 • Microsoft Word,Excel,Adobe • Adobe Inx1ratils • Customer service • Cognos query software • Data analysis • Report Writing,data analysis, • Interval Audit communication • Desire to learn,self-motivation,ability to adapt WORK`HISTORY 2017 to Current Payroll/Human Resources KAJACS Contractors,Inc 2014 to 2017 Internal Audit Team Member First Midwest Bank/Midwest 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 Administlration:General Management Southeast Missouri State University-Cape Girardeau,MO 12/2013 Bachelor of Science:Business Administration,Accounting University of Arkansas-Fayetteville,AR I � • Pi Beta Phi Fraternity 2010-2013 • Gamma Chi Counselor •. Leadership Walton It Gamma Beta Phi Academic Fraternity 2011-2013 • Campus Wide Scholarship 2012 05/2010 Poplar Bluff Senior High School-Poplar Bluff,MO • Perfect Attendance K-12 • 29th of 398 Students in Class REFERENCES • Allison Be11,`Teacher-,573-785-3037 • Casey R.Fant,Assistant Director of Fitness/Wellness-479-575-3542 • Melissa Vail,Audit Team.Manager/Officer at First Midwest Bank-573-785-1745 J .. 12/12/19 Kajacs Contractors Incorporated Superintendent Experience • Chris Willis -Superintendent -25 Years with Company, Water, Sewer, Plant Work. +. Curt Caringer-Superintendent-18 Years with Company, Water, Sewer, Plant Work. Charles Parish -Superintendent -17 Years with Company, Water, Sewer, Plant Work. 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 MtCLELLANID CONSULTING: ta�rr: r r 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 14 13 — 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 14 13 — 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 0141 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:; : _`.i.._. �.`-t,S C��rs;e: cs�T.l Acknowledged By: 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: Les McGaugh — 479.575.8220 — lrnggzlu h fay0tteville-ar.9ov CITY 4 F RE: Bid 19-54, Construction — Morningside Waterline Relocate 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 THIS"ADDENDUM ON THE DESIGNATED LOCAT16N ON THF BID FORM. 1. Attached is the Engineers Addendum I, 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. I Telecommunications Device fpr the Deaf TDD(479)521 1316 113 West Mountain • Fayetteville. #R 72?01 SECTION 0©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 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...(MANDATORY). 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): 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: 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 b: $.. MATERIALS STATEHENT'.iMANdATiDRl') 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 (OFFICIAL SEAL) Name of Organization: By (Type or legibly print) By (Signature) SEAL Title. (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 00 1413 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 RE(?17IKED' 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. I.. 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. E: 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. B.; 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. F..; Notice of Intent (NOI): a NOI IS NOT required. The Contractor shall sigR the N9l and 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. I. 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 shalt 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. R 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. 01;. 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 shalt 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 fitter 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 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. 2.2 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. 2.3 TEMPORARY EROSION CONTROL MATTING A. Contractor shall submit for review and approval by Engineer. 2.4 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 G;; Manufactured Diameter Minimum: 12" W Products: 1. BioD-Roll 30H, as manufactured by Rolanka Internation, Inc. of Stockbridge, GA. 2. Or equal. 2.5 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 V C. Inner filling —100% insert seed free wood fiber D. Dry Density — Min. 7lb/ft E. Wet Density— Min.l5lb/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. 2.6 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: loft 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 BioD-Block 16-400, as manufactured by Rolanka Internation, Inc. of Stockbridge, GA. 2. Or equal. 2.7 SEDIMENT BASIN A. Excavation Dewatering Basins shall be sized and constructed in accordance with requirements of the California Stormwater Quality Association, Stormwater Best Management Practice Handbook Portal: Construction i.zQ 1. A= —y a.A= Minimum Surface Area (ft2) b. Q= Maximum Pumping Rate (ft3/s) c.V= Settling Velocity (0.00028 ft/s) B. Stormwater Runoff Basins shall be sized and constructed in accordance with requirements of the AHTD Erosion and Sediment Control Design and Construction Manual. 1. General Basin Sizing a.Sediment (Wet) Storage Volume = 900 ft3/Acre b. Detention (Dry) Storage Volume = 3,600 ft3/Acre 2. Site Specific Basin Sizing a. A=1.2Q 1. A= Minimum Surface Area (ft2) 2. Q= Peak Runoff Flow Rate (ft3/s) 3. V= Settling Velocity (0.00028 ft/s) 4. Q= CiA 5. C=Site Runoff Coefficient 6. 1= Rainfall Intensity (in/hr) 7. A=Drainage Area (Acres) C. Sediment Basins shall include inlet energy dissipation, stilling areas, sediment storage volume and detention storage volume, containment berms as needed, overflow with erosion protection, outlet structure, discharge piping, and discharge erosion control and energy dissipation. See Drawings for further requirements. D. Straw bales are not allowed for use as any part of a sediment basin. 2.8 DEWATERING FILTER BAG A. Ultra -Dewatering Bag 9727-0/S Oil & Sediment Model, as manufactured by Ultratech International, Jacksonville, Florida. 2.8 VELOCITY DISSIPATION DEVICES 172162 Morningside 241nch Water Main 01 41 01 -11 VELOCITY DISSIPATION DEVICES A. Velocity dissipation devices shall comply with Caltrans Storm Water Quality Handbooks, Construction site Best management Practices Manual, Section 3 — Outlet Protection/velocity Dissipation Devices SS -10. B. Rip -Rap — Minimum 12" nominal diameter. C. Straw bales are not allowed for use as energy dissipation devices. 2.9 CHECKDAMS A. Rip -Rap — See Specification Section 02300 — EARTHWORK B. Manufactured —10" Triangular Silt Dike, as manufactured by Triangular Silt Dike Co., Inc. of Luther, Oklahoma. C. Straw bales are not allowed for use as checkdams. 2.10 STABILIZED CONSTRUCTION ENTRANCE A. Gcotextile roadway reinforcement matting: See Specification Section 02300 earthwork. B. Rip -Rap: 3" diameter crushed washed limestone. 2.11 TEMPORARY STABILIZATION A. Mulch 1. Peat Mulch: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water absorbing capacity of 1100 to2000 percent. 2. Compost Mulch: WeLL-composted, stable and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to55 percent by weight; 100 percent passing through 1 -inch sieve; soluble salt content of 2 to 5 deci5iemens/m. B. Grass seed — Perennial native grass seem mix. 2.12 FINAL STABILIZATION A. 6" Select Topsoil: ASTM D5268, pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Reuse surface soil stockpiled on-site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 2. Supplement with imported or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well -drained construction or mining 172162 Morningside 24 Inch Water Main 01 41 01 -12 sites where topsoil occurs at least 4 inches deep; do not obtain from bogs or marshes. B. Grass: Bermuda hydro -seed or 2" solid sod. C. Hydro -seed: Mulch, tackifier, fertilizer and water slurry mixture sprayed by equipment onto prepared soil bed creating a dense continuous mat of materials to fix grass seed in place and allow for rapid germination and establishment into soil. 1. Mulch — Composed of cellulose or wood fiber products with no growth or germination inhibiting substances. Mulch shall be manufactured so that when thoroughly mixed with seed, fertilizer, tackifier an water in the proportions specified will form a homogeneous slurry which can be sprayed to form a porous mat on top of prepared soil. i. Max 15% water by weight. ii. Temporary green dye. 2. Organic Stabilizer/Tackifier— Organic psilium-based powder i. Packed in clearly marked containers stating contents of each package. ii. Auxiliary Soil Chemical certified by California Department of Food and Agriculure. 3. Fertilizer- Starter fertilizer derived from urea formaldehyde (N -P -K 1-24-24) and conform to the requirements of the California Food and Agriculture Code. 4. Equipment — Commercial type Hydro -Seeder with built-in agitation system operation capacity to agitate, suspend and homogeneously mix slurry. i. Minimum tank capacity 1,500 gallons. ii. Distribution lines shall be large enough and pump shall generate adequate pressure at the nozzle to prevent clogging and provide even distribution of slurry on surfaces. 2.13 CONCRETE WASH-OUT A. A concrete wash-out shall be a water tight holding tank or basin, constructed of any material, and lined with min. 20 mil plastic sheeting to contain concrete wastes. 2.14 SWPPP POSTING A. A plastic or otherwise waterproof traditional mailbox, or other such device, shall be constructed onsite for use as the permanent site location for storage of the SWPPP and sediment control Drawings. Mailbox shall have letters "SWPPP" on two sides. PART 3 — EXECUTION 172162 Morningside 24 Inch Water Main 01 41 01 -13 3.1 PREPARATION A. Contractor shall field verify location, depth, and size of existing utilities prior to construction of BMP's or surface disturbance. B. Revise SWPPP as required to meet site conditions and maintain compliance with all applicable Permits. C. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by construction of BMP's. D. Existing vegetated areas will be utilized as buffer zones to filter sheet flow runoff from adjacent construction activities, see Sediment Control Plan Drawings. The Contractor shall prevent disturbance to vegetated buffer zones. 1. If a vegetated zone becomes over loaded with sediment or is otherwise disturbed by construction activities an alternative BMP shall be required. Adjacent vegetated areas that are disturbed shall be restored to their pre - construction conditions. E. Existing topsoil may be collected and stockpiled onsite for use in final stabilization. Contractor shall protect stockpiled topsoil with temporary vegetation and mulch. F. Contractor shall construct a dedicated SWPPP mail box at location approved by the Engineer. Contractor shall maintain a current copy of the project SWPPP and sediment control Drawings in the mail box at all times. 3.2 BMP'S GENERAL A. Construct stabilized construction entrance, employee parking, materials storage and field office areas first. B. Construct sediment traps and velocity dissipation devices first, followed by perimeter silt fence and check dams. C. Limit the extent of disturbance toyminimum required at anytime for ongoing construction activities. D. Perimeter controls shall remain installed and maintained until final stabilization of the portion of the site upslope from the control. E. Flow diversion shall be constructed on the upslope side of the limits of construction to prevent runoff from entering the construction areas. F. Accumulated sediment shall be periodically removed from all BMP's to maintain performance. G. Damaged BMP's shall be repaired immediately to maintain full site stormwater runoff control. H. Distrubed areas that are no longer needed as construction areas shall be temporarily or permanently stabilized according to these specifications. I. Seidment traps, energy dissipation devices, and check dams shall be used in areas that receive concentrated flows. 1. Silt fence shall not be used to control concentrated flows. 172162 Morningside 24 Inch Water Main 01 41 01 -14 3.3 STABILIZED CONSTRUCTION ENRANCE A. Construct a driveway entrance for construction traffic that eliminates or minimizes off-site tracking of mud, dirt, debris, and other sediment. B. Construct stabilized entrance in accordance with Specification Section 02300 - Earthwork. C. Stabilized construction entrance shall be maintained free of accumulated mud and dirt. Contractor shall excavate and replace roadway material as required. D. Contractor shall maintain sufficient equipment and manpower to quickly and effectively clean up off-site tracking of construction sediments. 3.4 STABILIZED EMPLOYEE PARKING, MATERIALS STORAGE, FIELD OFFICE A. Construct a parking and material storage area suitable for project construction traffic that eliminates -or minimizes off-site tracking of mud, dirt debris, and other sediment. B. Construct stabilized areas in accordance with Specification Section 02300 — Earthwork. C. Stabilized areas shall be maintained free of acriimiflated mud and dirt. Contractor shall excavate and replace material as required. D. Contractor shall maintain sufficient equipment and manpower to quickly and effectively clean up off-site tracking of construction sediments. 3.5 CONCRETE WASH-OUT A. Concrete wash-out shall be located at the stabilized construction material laydown a rea. B. The concrete wash-out shall be maintained such that no spills of concrete waste occur. C. Concrete wash-out shall be periodically emptied of accumulated concrete waste to prevent spillage due to accumulated material or storm waters. 3.6 WASTE, FUEL AND CHEMICAL STORAGE AREAS A. The waste, fuel and chemical storage area shall be located at the stabilized construction material laydown area. B. The Contractor shall maintain waste and chemical storage area free of trash and debris in accordance with all applicable laws, ordinances, regulations, and best management practices. C. The Contractor shall report to the Engineer and Owner in writing any chemical spills or release of hazardous materials that occurs onsite, as required by CFR. D. The Contractor shall post appropriate signage and warning for waste and chemical storage areas. 172162 Morningside 24 Inch Water Main 01 41 01 -15 E. Secondary containment shall be provided, as required, for bulk fuel or chemical storage. F. In the event of a spill the Contractor shall immediately take all measures necessary to contain and clean up the spill. At a minimum all soil material that is contaminated shall be excavated and disposed of in accordance with all applicable environmental regulations. Removed soil shall be replaced with uncontaminated material, as approved by Engineer. 3.7 SEDIMENT BASIN A. Sediment Basins shall be required for concentrated discharges that drain a total of 10 acres or more. B. Sediment Basins shall be maintained free of accumulated material after each storm event of 1 -inch or more rainfall depth, or after 1/3 of the capacity of the trap has been filled. C. Sediment Basins may be utilized for the filtering of water from dewatering activities associated with project excavation. D. Temporary sediment basins shall be removed during final grading and surface stabilization, prior to final acceptance. 3.8 ENERGY DISSIPATION DEVICE A. Energy dissipation devices shall be constructed at all concentrated discharge Locations. 3.9 CHECK DAMS A. Check dams shall be anchored into the ground a minimum of 6 -inches. B. Check dams shall impound water upstream of the dam location and shall direct a concentrated discharge from the middle point. 1. Construct such that the center point elevation is the low point, and is a minimum of 1 -foot below the elevation of the two ends of the check dam. 3.10 SILT FENCE A. Silt fence shall be constructed parallel with the contours and shall include "wings 1. Silt fence wings shall be 10 -foot long sections of the continuous silt fence constructed at a 45- degree angle pointing up-slope at each end of each run of silt fence. B. Silt fence utilized as a perimeter control where the boundary line is perpendicular to the contour shall be constructed with multiple levels, each level parallel to the contours. C. Silt fence shall be trenched into the subgrade soil a minimum of 6 -inches. 172162 Morningside 24 Inch Water Main 01 41 01 -16 D. Silt fence support posts shall be anchored a minimum of 18- inches into subgrade soils. E. Silt fence shall be stretched and securely fastened to the support posts with wire fasteners, staples, or clips. F. Silt fence fabric shall be on the upslope side of support posts. G. Silt fence shall be constructed at the bottom of each slope and at the boundary of the limits construction. H. Construct silt fence to eliminate concentrated flows. I. Silt fence shall be replaced, as required by the Engineer, after a maximum service life of 6 months. 3.11 EROSION CONTROL MATERIALS GENERAL A. Place permanent erosion control materials on finished grades free of mud, frost, snow, or uce. B. On prepared finished grades, place permanent erosion control materials under topsoil. C. Place materials starting at the top of slope working down, or the upstream end of flow areas working downstream. 1. Key in upper edge of materials into soil a minimum of 6"x6" continuous. Anchor at intervals as recommended by the manufacturer. a.Anchor with 2"x2" square, 12" long wooden anchor stakes with nail or hook to catch material. D. Place permanent erosion control matting first, then wattles, then blocks. E. Place materials continuous across flow lines, stagger joints and overlap as recommended by material manufacturer. F. Permanent Erosion Control Matting 1. Remove loose rocks, roots and other obstructions. Apply soil amendments and seed mix as required, see Landscape Specifications. 2. Key in upper edge of material and unroll downstream laying matting loosely over the ground. 3. Push matting into soils to ensure good continuous matting to soil contact. 4. Construct permanent erosion control matting a minimum of 2ft past top of bank or top of slope. S. Anchor matting with minimum 8" long steel stakes, or minimum 12" long wooden stakes at spacing intervals as recommended by manufacturer for slope and application. 6. Place anchors in a staggered pattern. 7. Overlap edges of adjacent mats a minimum 12 inches. Anchor overlapping seam with a two rows of anchors spaced 6 -inches apart. 172162 Morningside 24 Inch Water Main 01 41 01 -17 8. Complete matting installation by burying the end of the mat in a ky slot; minimum 6"x6", anchor with 12" long wooden stakes. G. Permanent Erosion Control Wattle 1. Construct permanent erosion control wattles as continuous barriers at tops and toes of slopes. 2. Construct permanent erosion control wattles at each outlet or inlet and at 30ft intervals along concentrated flow areas. a.Wattles in flow areas shall extent up side slopes to a point where flow must overtop wattle to pass it. 3. Construct wattle on top of erosion control matting, as shown. 4. Anchor wattles every 3ft with minimum 24" long wooden wedges with a nail on the top to secure wattle to the ground. H. Permanent Erosion Control Block 1. Lay blocks on top of erosion control matting, as shown. 2. Anchor with minimum 8" tong steel stakes or 12" long wooden stakes at spacing intervals as recommended by manufacturer. 3.12 STREAM CROSSING BMP'S A. Contractor shall notify Owner and Engineer in writing 114 days prior to any proposed work within stream banks. B. All work within waters of the US shall be in accordance with the requirements of the applicable permit and governing agency. C. Contractor shall construct a stabilized pipeline boring pit at each ide of each stream crossing for the construction of the underground bore. Bore pits shall be sufficient distance away from stream top of bank to protect the pit and equipment during high stream flows. D. Contractor shall construct a means of filtering excavation dewatering liquids. 1. Sediment basins or manufactured filter socks may be used for filtering dewatering liquids. E. Contractor shall construct a temporary rip -rap check dam at each bore pit as shown in Drawings. F. Contractor shall construct a temporary rip -rap dam for isolation of work areas within the stream banks. G. Contractor shall construct temporary diversion dams for diversion of stream flow around construction activities required. 1. Contractor shall provide any pumping required to maintain the work area free of waters including any pumping required to maintain diversion of stream flows. 3.13 HYDRO -SEED 172162 Morningside 24 Inch Water Main 01 41 01 -18 A. Hydro -seed areas in accordance with Section 02920 "Cleanup". B. All slurry preparation shall be performed onsite. C. Slurry preparation: Add water, mulch, fertilizer, binder and other ingredients to the tank simultaneously to provide a homogeneous mixture. Add seed last and discharge within 2 hours. 1. Loads held over 2 hours shall be recharged with 1/2 the seed rate before application. 2. Agitate full slurry mixture 3-5 minutes prior to discharge. 3. Loads held over 8 hours shall be disposed of off site. D. Apply hydro -seed slurry in a sweeping motion to create a uniform application and mat at the specified rates. E. Re -treat areas disturbed by ongoing activities through project warranty period. F. Remove overspray from non -soil surfaces with soap and water and cleaning agent as required to clean surface. 3.14 TEMPORARY STABILIZATION A. Disturbed areas that are not known to be a part of active construction for 14 days or longer on the Contractor's Construction Schedule shall be temporarily stabilized. B. Mulch: Hand spread a minimum thickness of 12 -inches of mulch over area. C. Grass seed: Lightly mulch and over seed area to be temporarily stabilized with approved grass seed matching existing conditions or property owner requests. 3.15 FINAL STABILIZATION A. Complete all grading and disturbance activities. B. Spread 6" of topsoil. Minimally compact. C. Spread 4" of mulch in non -grass areas. Hand rake mulch into topsoil to create uniform thickness. D. Hydro -seed or solid sod. Match existing conditions or property owner request. E. Final stabilization shall be determined by the Engineer. Final stabilization is required prior to Final Acceptance of the project. F. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project. G. After Final Stabilization has been achieved, the Contractor shall remove all BMP's from the site and repair any areas that are disturbed during the removal. 3.16 FIELD QUALITY CONTROL A. The Responsible Party shall perform a site walk through weekly and perform inspections of all structural BMP's. 172162 Morningside 24 Inch Water Main 01 41 01 -19 B. Site inspection reports shalt be provided in writing to Owner and Engineer at monthly progress meetings. 3.17 PROTECTION A. Contractor shall protect BMP's and repair or replace them as necessary during the entire duration of construction activities. B. Contractor shall protect all onsite chemical, oil, and fuel storage. 3.18 WARRANTY A. The Contractor shalt warranty the work for environmental compliance for a period of a time as required to achieve final stabilization. B. In the event of an environmental regulatory non-compliance incident(s) that results in a fine or penalty assessed against the Owner, the Contractor shall be liable for payment of said fines or penalties. a. The Contractor shall provide the Engineer and Owner with all pertinent information required for any non-compliance event. C. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project, or until final stabilization is achieved, whichever occurs later. END OF SECTION 172162 Morningside 24 Inch Water Main 01 41 01 -20 SECTION 014102 - Stormwater Pollution Prevention Plan (SWP.PP). for, - .........._.... .. . Construction Activity for Small Construction Sites..-. Morni.n-side Drive 24" Water Main Relocation. National Pollutant Discharge Elimination System (NPDES) General Permit # ARR150000 Prepared for: City of Fayetteville Water & Sewer Operations 2435 S Industrial Drive Fayetteville, AR 72701 Date: November, 2019 Prepared by: Zane Lewis, P.E., LEED AP BD+C McClelland Consulting Engineers 1810 N College Ave Fayetteville, Arkansas 72701 172162 Morningside 24 Inch Water Main 01 41 02 -1 Project Name and Location: Morhingside Drive 24" Water Main Relocation, Crossing and adiacent: tO. Morningside Drive from south of Hwy 16 i15'h SO to Huntsville Ave. Property Parcel Number (Optional): Operator Name and Address:. Cityof Fayetteville Water and Sewer Operations, 2435 S Industrial Dr., Fayetteville, AR 72701 A. Site Description a. Project description, intended use after NOI is filed: The proiectwill consist of new. water pipelines to replace aging infrastructure that has had increased maintenance and repair costs and r'elocatinP the new pipeline out of the way of future roadway widening. b. Sequence of major activities which disturb soils: The linear site will be prepared for the wovk by installation of erosion and sediment control BMP's. Specific work areas will be cleared and &ubbed within the limits of construction, followed by earthworkand grading to prepare the site for equipment access Then construction will begin on the pipelines iW - uding trenching installation of the pipe and bedding,niaterlals backfill of the trench, compaction and final grading. Work will progress accurdiiip,to the Contractor's schedule Upon completion of the work and final stabilization of all . disturbed areas BMP's will be removed. c. Total Area: 3.5 Disturbed Area: 3.0 B. Responsible Parties Be sure to assign all SWPPP related activities to an individual or position; even if the specific individual is not yet known (i.e. contractor has not been chosen). C. Receiving Waters a. The following waterbody (or waterbodies) receives stormwater from this construction site: Town Branch Creek thence to the West Fork White River, thence to White River 172162 Morningside 24 Inch Water Main 014102-1 Service Provided for SWPPP (i.e., Individual/Company Phone Number Inspector, SWPPP revisions, Stabilization Activities, BMP Maintenance, etc.) Fay Water & Sewer (479) 57S-8386 Owner/Operator Zane Lewis, P.E. (479) 443-2377 Consultant, Initial SWPPP McClelland Consulting Engineers Contractor TBD TBD Inspector, SWPPP revisions, Stabilization and repair activities, BMP maintenance C. Receiving Waters a. The following waterbody (or waterbodies) receives stormwater from this construction site: Town Branch Creek thence to the West Fork White River, thence to White River 172162 Morningside 24 Inch Water Main 014102-1 b. Is the project located within the jurisdiction of an MS4? ®Yes ❑No i. If yes, Name of MS4: City of Fayetteville. c. Ultimate Receiving Water:: ❑Red River ®White River ❑Ouachita River '❑St. Francis River ❑Arkansas River ❑Mississippi River D. Site Map Requirements (Attach Site Map): a. Pre -construction topographic view; b. Direction of stormwater flow (i.e., use arrows to show which direction stormwater will flow) and approximate slopes anticipated after grading activities; c. Delineate on the site map areas of soil disturbance and areas that will not be disturbed under the coverage of this permit; d. Location of major structural and nonstructural controls identified in the plan; e. Location of main construction entrance and exit; f. Location where stabilization practices are expected Lo occur; g. Locations of off-site materials, waste, borrow area, or equipment storage area; h. Location of areas used for concrete wash-out; i. Location of all surface water bodies (including wetlands) with associated natural buffer boundary lines. Identify floodplain and floodway boundaries, if available; j. Locations where stormwater is discharged to a surface water and/or municipal separate storm sewer system if applicable, k. Locations where stormwater is discharged off-site (should be continuously updated); I. Areas where final stabilization has been accomplished and no further construction phase permit requirements apply; m. A legend that identifies any erosion and sediment control measure symbols/labels used in the site map and/or detail sheet; and n. Locations of any storm drain inlets on the site and in the immediate vicinity of the site. E. Stormwater Controls a. Initial Site Stabilization, Erosion and Sediment Controls, and Best Management Practices: i. Initial Site Stabilization: The limits of clearing will be clearly marked. -A minimum amount of vegetation will be removed to clear the limit of work and. install silt fencing wattle inlet protection etc. material as shown on the Erosion. 172162 Morningside 24 Inch Water Main 014102-2 And Sediment Control Drawirio. Tree protection fencing will be Installed around trees that are to be preserved within the disturbed areas. ii. Erosion and Sediment Controls: Vegetative.buffers will be maintained as allowed Silt fence and wattle for areas that sheet flow, rock check dams where flows are concentrated wattles for protection alongfill slopes, and inlet protection. for new and existing Structures. Final stabilization shall include VegetativestabilizaEion including compost top soil or planning mix, seeding and. mulching hydro -seeding or hydro -mulching disturbed areas. iii. If periodic inspections or other information indicates a control has been used inappropriately or incorrectly, the operator will replace or modify the control for site situations: ®Yes ❑No If No, explain iv. Off-site accumulations of sediment will be removed at a frequency sufficient to minimize off-site impacts: ®Yes QNo If No, explain: v. Sediment will be removed from sediment traps or sedimentation ponds when design capacity has been reduced by 50%: ®Yes []No If No, explain: vi. Litter, construction debris, and construction chemicals exposed to stormwater shall be prevented from becoming a pollutant source for stormwater discharges: ®Yes QNo If No, explain: vii. Off-site material storage areas used solely by the permitted project are being covered by this SWPPP: ❑Yes ®No If Yes, explain additional BMPs implemented at off-site material storage area:. b. Stabilization Practices Description and Schedule: All areas disturbed by proiect work shall be permanently stabilized. Disturbed areas that have not received permanent vegetative stabilization within 14 days shall be temporarily stabilised. Temporary stabilization may include covering mulch, erosion matting, and/or temporary seeding Permanent stabilization shall include compost or top soil, mulch and/or seed and will provide min. 80% coverage of pre -construction vegetative cover. Construction will be sequenced to minimize disturbed areas being exposed to erosive forces. 172162 Morningside 24 Inch Water Main 014102-2 `ii. Are buffer areas required? ®Yes ❑No If Yes, are buffer areas being used? ®Yes ❑No If Yes, describe natural buffer areas: Existing vegetation between the work zone and stream crossings and other sensitiue.areas shall lye maintained, protected and replaced as allowable w ere the work does not encroach on top of stream bank. If No, explain why not: iii. A record of the dates when grading activities occur, when construction activities temporarily or permanently cease on a portion of the site, and when stabilization measures are initiated shall be included with the plan. ®Yes ❑No If No, explain: iv. Deadlines for stabilization: 1. Stabilizaliun procedures will be initiated 14 days after construction activity temporarily ceases on a portion of the site. 2. Stabilization procedures will be initiated immediately in portions of the site where construction activities have permanently ceased... c. Structural Practices i. Describe any structural practices to divert flows from exposed soils, store flows, or otherwise limit runoff and the discharge of pollutants from exposed areas of the site: Wattles installed perpendicular to fill. slopes. Rock check dams installed in stream will slow concentratedwaters and allow any sediment to settle out prior to continued flowdownstreamSilt fence will be installed at the downhill toe of slopes at streams and existing drainage ways, Inlet protection will be used around all existing and new inlet structures. Rock check dams will be used at the base of discharge pipes to slow the water and decrease erosion potential Rock check dams will also be used in areas where flow in concentrated during construction. Concrete washout areas will be, provided for cleaning of ready -mix trucks. Stabilized construction entrances and wheel wash stations as needed will be provided at entrances to public roads where wheel tracking may occur. Erosion control matting shall be constructed 'at locations that are steeply graded or where other stabilization practices have not achieved min permanent ground cover. i. Describe Velocity Dissipation Devices: Rock check dams at the end,.of discharge pipes and at regular intervals where water is concentrated and wattles perpendicular to slopes at large fill areas. 172162 Morningside 24 Inch Water Main 014102-3 iii. Sediment Basins: Are 10 or more acres draining to a common point? ®Yes ONO Is a sediment basin included in the project? ®Yes ❑No If Yes, what is the designed capacity for the storage? ❑3600 cubic feet per acre or F-110year, 24 hour storm = ❑ Other criteria were used to design basin:_. if No, explain why no sedimentation basin was included and describe required natural buffer areas and other controls implemented instead:, Prolectis linear and w1ILnot Include areas of; concentrated flow occurrins from proiect disturbed -areas. F. Other Controls a. Solid materials, including building materials, shall be prevented from being discharged to Waters of the State: ®Yes ❑Nu b. Off-site vehicle tracking of sediments and the generation of dust shall be minimized through the use of: ®A stabilized construction entrance and exit ®Vehicle tire washing, as required. ❑Other controls, describe. ci. Temporary Sanitary Facilities; Maintained restrooms will be provided on site by the. Contractor for all workers, as required by specifications and state and local laws.. d. Concrete Waste Area Provided: ®Yes [--]No. Concrete is used on the site, but no concrete washout is provided. Explain why; ❑N/A, no concrete will be used with this project e. Fuel Storage Areas, Hazardous Waste Storage, and Truck Wash Areas: Fuel storal'e"and hazardous waste shall.on be stored on site, Truck wash areas are provided: ............ at concrete waste. area. locations. G. Non-Stormwater Discharges a. The following allowable non-stormwater discharges comingled with stormwater are present or anticipated at the site: ❑Fire -fighting activities; 172162 Morningside 24 Inch Water Main 014102-4 ®Fire hydrant flushings; ®Water used to wash vehicles (where detergents or other chemicals are not used) or control dust in accordance with Part II.A.4.H.2; ®Potable water sources including uncontaminated waterline flushings; Landscape Irrigation; ]Routine external building wash down which does not use detergents or other chemicals; ®Pavement wash waters where spills or leaks of toxic or hazardous materials have not occurred (unless all spilled materials have been removed) and where detergents or other chemicals are not used; ®Uncontaminated air conditioning, compressor condensate (See Part I.B.13.0 of the permit); ®Uncontaminated springs, excavation dewatering and groundwater (See Part 1.B.13.0 of the permit); ®Foundation or footing drains where flows are not contaminated with process materials such as solvents (See Part 1.B.13.0 of the permit); Describe any controls associated with non-stormwater discharges present at the site-.- Vehicle equipment and concrete wash stations shall be provided. to control.wasl water A. fkeringsysterri or settling Basin shall'bp OrnviOpd f6r wafter fraffi.excayatidn5 H. Permanent Controls for Pst-Construction Stormwater Management: Describe measures installed during the construction process to control pollutants in stormwater discharges that will occur after construction operations have been completed The site will be permanently stabilized with vegetation and mulch and seed to, cofitrol erosion Aock check darns are provided at concentrated flow areas to control'. sediment'from entering the drainage system. Erosioncontrol matting;shall be used on ste-eti slopes ariel where other stabilization measures have;not resulted in..min mune vegetative cover., - L Applicable State or Local Programs: The SWPPP will be updated as necessary to reflect any revisions to applicable federal, state, or local requirements that affect the stormwater controls implemented at the site. ®Yes nNo J. Inspections Inspection frequency: ®Every 7 calendar days or ❑At least once every 14 calendar days and within 24 hours of the end of a storm even 0.25 inches or greater (a rain gauge must be maintained on-site) 172162 Morningside 24 Inch Water Main 014102-5 b. Inspections: Completed inspection forms will be kept with the SWPPP. ®ADEQ's inspection form will be used (See Appendix B) or ❑A form other than ADEQ's inspection form will be used and is attached (See inspection form requirements Part II.A.41.2) c. Inspection records will be retained as part of the SWPPP for at least 3 years from the date of termination. d. It is understood that the following sections describe waivers of site inspection requirements. All applicable documentation requirements will be followed in accordance with the referenced sections. i. Winter Conditions (Part II.A.41.4) ii. Adverse Weather Conditions (Part II.A.41.5) K. Maintenance; The following procedures to maintain vegetation, erosion and sediment control measures and other protective measures in good, effective operating condition will be followed: Weekly site insaections and repair to any structural BMP that has been.. dams, Mi fence and lril'et protections Watering of seed anci:plantings to promote rdot" growth Erosioncontrol matting where needed. Any necessary repairs will be completed, when practicable, before the next storm event, but not to exceed a period of 3 business days of discovery, or as otherwise directed by state or local officials. L. Employee Training: The following is a description of the training plan for personnel (including contractors and subcontractors) on this project: _ Contractor shall provide properly trained staff for installing or niaintaining.the requirements of the SWPPP sediment -and erosion control requirements and permit details. Training may be provided by MCE at the'Cantractors request and shall include. General. Contractor Suo'erintendent any subcontractors Performing installation or maintenance of. the erosion and sediment controls or weekly inspections and reporting. "Note, formal training classes given by Universities or other third -party organizations are not required, but recommended for qualified trainers; the permittee is responsible for the content of the training being adequate for personnel to implement the requirements of the permit. 172162 Morningside 24 Inch Water Main 014102-6 Certification "I certify under penalty of law that this document and all attachments such as Inspection Form were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Signature of Responsible or Cognizant Official:: Title;;,_._ Date::. -..T._,.....: 172162 Morningside 24 Inch Water Main 014102-7 ARR150000 Inspection Form Inspector Name: Inspector Title: Date of Rainfall: Days Since Last Rain Event:. days Appendix B Date of Inspection: Duration of Rainfall: Rainfall Since Last Rain Event: inches Description of any Discharges During Inspection: . Location of Discharges of Sediment/Other Pollutant (specify pollutant & location): Locations in Need of Additional BMPs:. Information on Location of Construction Activities Location Activity Begin Date Activity Occuring Now (y/n)? Activity Ceased Date Stabilization Stabilization Initiated Date Complete Date Information on BMPs in Need of Maintenance Location In Working Order? Maintenance Scheduled Date Maintenance Completed Maintenance to be Date Performed By Changes required to the SWPPP:.: SWPPP changes completed (date):: BMP Consideration Checklist Appendix C The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP should be checked as "Not Used" with a brief statement describing why it is not being used. Note: Appendix C and D do not have to be submitted with the SWPPP. These attachments are for use during the development of the SWPPP. EROSION CONTROL BMPs BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason EC -1 Scheduling ❑ ❑ ❑ . EC -2 Preservation of Existing Vegetation ❑ ❑ EC -3 Hydraulic Mulch 0❑ ❑ EC -4 Hydroseeding ❑ ❑ EC -5 Soil Binders ❑ ❑ EC -6 Straw Mulch ❑F1❑ EC -7 Geotextiles & Mats ❑El❑. EC -8 Wood Mulching EC -9 Earth Dikes & Drainage Swales ❑ EC -10 Velocity Dissipation Devices ❑ ❑ EC -11 Slope Drains ❑ EC -12 Stream bank Stabilization ❑ SEDIMENT CONTROL BMPs BMP BMP Considered for project BMP Not BMP Used Used If not used, state reason SE -1 Silt Fence _ ❑ SE -2 Sediment Basin ❑ ❑ SE -3 Sediment Trap _ ❑ ❑ ❑ SE -4 Check Dam ❑ ❑ ❑ SE -5 Fiber Rolls ❑ ❑ ❑ SE -6 Gravel Bag Berm ❑ SE -7 Street Sweeping and Vacuuming ❑ SE -8 Sand Bag Barrier ❑ ❑ SE -9 Straw Bale Barrier 0 ❑ ❑ SE -10 Storm Drain Inlet Protection ❑ ❑ ❑ SE -11 Chemical Treatment ❑ ❑ ❑ WIND EROSION CONTROL BMPs BMP BMP Considered for project BMP Not BMP Used Used If not used, state reason WE -1 Wind Erosion Control ❑ ❑ ❑ 172162 Morningside 24 Inch Water Main 014102-9 BMP Consideration Checklist Appendix C TRACKING CONTROL BMPs - BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason TR -1 Stabilized Construction Entrance/Exit ❑ TR -2 Stabilized Construction Roadwa ❑ ❑ ❑ TR -3 Entrance/Outlet Tire Wash 0❑ NON -STORM WATER MANAGEMENT BMPs BMP BMP Considered for"project. BMP Used BMP Not Used If not used, state reason NS -1 Water Conservation Practices El ❑ ❑J NS -2 Dewatering Operations ❑ ❑ NS -3 Paving and Grinding Operations ❑ NS -4 Temporary Stream Crossing - • ❑ NS -5 Clear Water Diversion ❑ ❑ NS -6 Illicit Connection/ Discharge ❑ ❑ ❑ NS -7 Potable Water/Irrigation NS -8 Vehicle and 'Equipment Cleaning, NS -9 Vehicle and Equipment Fueling 0 ❑ ❑ NS -10 Vehicle and E" uiPment Maintenance ❑ ❑ NS -11 Pile Driving Operations - ❑ NS -12 Concrete Curing _ ❑ NS -13 Concrete Finishing ❑ NS -14 Material and tquipfnent Use Over Water __ ❑ NS -15 Demolition Adjacent to Water ❑ ❑ NS -16 Temporary Batch Plants ❑ WASTE MANAGEMENT AND MATERIALS POLLUTION CONTROL BMPs BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason WM-1 Material Delivery and Storage El❑ WM-2 Material Use 0 ❑ El WM-3 Stockpile Management ❑. ❑ WM-4 Spill Prevention and Control ❑ ❑ ❑ WM-5 Solid Waste Management ❑ WM-6 Hazardous Waste Management ❑ ❑ ❑ WM-7 Contaminated Soil Management ❑ ❑ WM-8 Concrete Waste Management ❑ ❑ El WM-9 Sanitary/Septic Waste Management El ❑ ❑ WM-10 Liquid Waste Management ❑ ❑ ❑ 172162 Morningside 24 Inch Water Main 01 41 02-10 SWPPP Completion Checklist Yes = Complete No = Incomplete/Deficient N/A = Not applicable to project Yes No N/A A. A site description, including: L Project description, intended use atter NOT 2. Sequence of major activities 3. Total & disturbed acreage 4. Pre- and post -construction runciffeoeflfcient OR soil/discharge data Appendix D Permit Section Citation Part II.A.4.A.1 Part .l I.A.4.A.2 Part II.A.4.A.3 Part Il.A.4.A.4 172162 Morningside 24 Inch Water Main 01 41 02 -11 B. Responsible Parties: All parties dealing with the SWPPP and the areas they are responsible for on-site. Pari II.A.4.13 C. Receiving Water. Part I1.A.4.0 -MS4 Name Part 11.A.4.0 -Uhimate Receiving Water Part ILA.4.0 D. Documentation of permit eligibility related to Impaired Water Bodies and Total Maximum Daily Loads (TMDL• I. Identify pollutant on 303(d) list or TMDL Part. I I.A.4. D. 2. Is construction activity or the specific site listed as cause? Part_II.A.4.13.2 3. Measures taken to reduce pollutants from the site. Part II.A.4.D.3 ...... E. Attainment of Water Quality Standards After Authorization. Part II.A.4.E F. Site Map -- See End of Evaluation Form Part II.A.4.F G. Description of Controls: 1. Erosion and sediment controls, including: t..Initial site stabilization Part ILA.4.G.l.a b. Erosion and sediment controls Part II,AA.G. Lb. c. Replacement ofinadequate controls Part ILA.4.0. Lc. . Removal ofofi=site accumulations Part 11.A.4.G. Ld e. Maintenance ofsediment traps/basinst) 50% capacity Part 11.A.4.G.Le f. Litter, construction debris and chemicals properly handled Part ILAA.G. Lf 1771 g. Off-site storage areas and controls Part ILAA.G. Lg 2. Stabilization practices: Ia. Description and schedule for stabilization Part II.A.4.G.2.a b. Description ofbuffer areas Part II.A.4.G.2.b =1#1 Id. c. Records of stabilization Part II.A.4.G.2.c Deadlines forstabilization Part II.A.4.G.2.d 3. Structural Practices: -Describe structural practices to divert flows, store flows, or otherwise limit runoff Part II.A.4.G.3 a. Sediment basins Part II.A.4.G.3.a.1 -Are more than 10 acres draining to a common point? Ifso, are sediment basins included? Part II.A.4.0.3.a.1 -Sediment basin dimensions and capacity description and calculations Part I1.A.4.G.3.a.1 -lfa basin wasn't practicable, are other controls sufficient? Part Ii.A.4.G.3.a.I b.. Velocity dissipation devices concentrated flow from 2 or more acres Part II.A.4.G.3.b H. Other controls including: 1. Solid waste control measures Part II.A.4.H. t 2. Vehicle off-site tracking controls Part II.A.4.1-1.2 3. Compliance with sanitary waste disposal Part II.A.4.H.4 4. Does the site have a concrete washout area controls? Part II.A.4.1-1.5 5. Does the site have fuel storage areas, hazardous waste storage and/or truck wash areas controls? Part II.A.4.1-1.6 172162 Morningside 24 Inch Water Main 01 41 02 -11 SWPPP Completion Checklist Yes No N/A 1. Identification of allowable non -storm waterdischarges -Appropriate controls for dewatering, ifpresent �J. Post construction stormwater management. K. State or local requirements incorporated into the plan. L. Inspections L Inspection frequency listed? 2. Inspection form Ours. If not ours, does it contain the following items: a. Inspector name and title b. Date of inspection. c. Amount ofrainfall and days since last rain event (14 day only) d. Approx beginning and duration ofstorm event c. Description of any discharges during inspection f Locations of discharges ofsediment/other pollutants g, BMPs in need of maintenance h. BMPs in working order, if maintenance needed (scheduled and completed) i. Locations that are in need ofadd'rtional controls j. Location and dates when major construction activities begin, occur or cease k. Signature of'responsible/cognizant official Inspection Records Winter Conditions Adverse Weather Conditions Maintenance Procedures N. Employee Training Signed Plan Certification F. Site Map showing: 1. Prc-construction topographic view Drainage flow Approximate slopes after grading activities Areas of soil disturbance and areas rat disturbed Location of major structural and non-structural controls. Location ofmain construction entrance and exit. Areas where stabilization practices are expected to occur. Locations ofofFsite materials, waste, borrow area or storage area. Locations of areas used for concrete wash-out. 1. Locations of surface waters on site. Locations where water is discharged to a surface water or MS4. !. Storm water discharge locations. 1. Areas where final stabilization has been accomplished. 1. Legend for symbols/labek used i. Location of storm drain inlets on site or in immediate vicinity Appendix D Permit Section Citation Part II.A.4.1 Part 1.B.12.0 Part II.AA J Part II.AAX Part 1LA.41. Part II.A.4.L.2 Part II.A.4.L.2.a Part II.A.41.2.b Part I I.A.41.2.c Part I1.A.41.2A Part II.A.4.L.2.e Part II.A.4.L.2.f Part II.A.4.L.2.g Part Il.AA.L.2.h Part II.A.4.L.2.i Part II.A.4.L.2.j - Part ILA.4.L.2.k Part I I.A.4.1- 3 Part II.A.4.L.4 Part II.A.4.L.5 Part II.A.4.M Part II.A.4.N Part Il.A.5. and Part II.B.10_ Part H.A.4.F.I Part II.A.4.F.2 Part II.A.41.2 Part II.A.4.F.3 Part II.A.41.4 Part II.A.4.F.5 Part II.A.4.F.6 Part II.A.4.F.7 Part II.A.4.17.8 Part II.A.4.17.9 Part II.A.4.F.10 Part II.A.41.I I Part Il.A.4.F.12 Part II.A.4.F.13 Part II.A.4.F.14 172162 Morningside 24 Inch Water Main 01 41 02 -12 SECTION 0141 01— ENDANGERED SPECIES ACT &. BALD & GOLDEN EAGLE PSC TECTION ACT: 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. US Endangered Species Act (ESA) -1973 C. US Bald and Golden Eagle Protection Act -16 U.S.C. 668-668c, 1940. D. Section 02770 — ENVIRONMENTAL COMPLIANCE E. Arkansas Department of Environmental Quality (ADEQ) General Stormwater Permit for Construction Activities (AR150000) November 1, 2011. F. Any other applicable Federal, State or local regulation, ordinance, or other existing requirement of environmental compliance associated with construction activities. 1.2 SUMMARY A., This Section includes the following: 1. Protection of endangered species and Bald and Golden Eagles. 1.3 DEFINITIONS A. Endangered Species: Species included on federal list maintained by the US Fish and Wildlife Service 1.4 PROJECT CONDITIONS A. The project occurs within City of Fayetteville, AR limits, in the southern part of town near Town Branch Creek. B. There are NOT known endangered species within the project work area. C. Portions of the work area occur within areas of concern for endangered bats. D. If the Contractor encounters threatened or endangered species during work, work shall be stopped and the Owner, Engineer and Environmental Professional shall be notified. 172162 Morningside 24 Inch Water Main 01 41 03 -1 Work shall not be resumed while threatened or endangered species are present unless approved by USFWS. 1.5 PROJECT REQUIREMENTS A. Contractor shall comply with all requirements of the US Endangered Species Act and Bald and Golden Eagle Protection Act. B. Contractor shall comply with limitations on clearing and tree removal, work within waters of the US and other requirements due to project conditions or as Specified. C. If a conflict exists between these Specifications and any referenced standard the more stringent requirements shall govern. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 014103 172162 Morningside 24 Inch Water Main 014103-2 Permit No. ARR150000 AUTHORIZATION TO DISCHARGE STORMWATER UNDER THE NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM AND THE ARKANSAS WATER AND AIR POLLUTION CONTROL ACT In accordance with the provisions of the Arkansas Water and Air Pollution Control Act (Ark. Code Ann. 8-4-101 et seq.), and the Clean Water Act (33 U.S.C. 1251 et seq.), an Operator of Facilities with Stormwater Discharges Associated with Construction Activity is authorized to discharge to all receiving waters except as stated in Part I.B.11 (Exclusions). For facilities that are eligible for coverage under this General Permit (GP), the Department sends a cover letter (Notice of Coverage with tracking permit number which starts with ARR15) and a copy of the permit to the facility. The cover letter includes the Department's determination that a facility is covered under the GP and may specify alternate requirements outlined in the permit. Effective Date: November 1, 2016 Expiration Date: October 31, 2021 f1 -11A Caleb J. Osborne Issue hate Associate Director, Office of Water Quality Arkansas Department of Environmental Quality Page I of Part I Permit No. ARR150000 PART I PERMIT REQUIREMENTS Information in Part I is organized as follows:; Section A: Definitions with Included Commentary Section B: Coverage Under this Permit: 1. Permitted Area 2. Eligibility 3. Responsibilities of the Operator 4. Where to Submit 5. Requirements for Qualifying Local Program (QLP) 6. Requirements for Coverage 7. Notice of Intent (NOI) Requirements 8. Posting Notice of Coverage (NOC) 9. Applicable Federal, State or Local Requirements 10. Allowable Non-Stormwater Discharges H. Limitations on Coverage (Exclusions) 12. Short Term Activity Authorization (STAA) 13. Effluent Limitation Guidelines (ELG) 14. Natural Buffer Zones 15. Waivers from Permit Coverage 16. Notice of Termination (NOT) 17. Responsibilities of the Operator of a Larger Common Plan of Development fora Subdivision 18. Change in Operator 19. Late Notifications 20. Failure to Notify 21. Maintenance 22. Releases in Excess of Reportable Quantities 23. Attainment of Water Quality Standards 24. Requiring an Individual Permit Page 2 of Part I Permit No. ARR150000 SECTION A: DEFINITIONS WITH INCLUDED COMMENTARY 1. "ADEO" or "Denartmoit" is referencing the Arkansas Department of Environmental Quality. The Department is the governing authority for the National Pollutant Discharge Elimination System program in the state of Arkansas. 2. "Arkansas Pollution Control and EcifteV Commission" shall be referred to as APCEC throughout this permit. 3. "Automatic Coverage" is for those sites that are defined as a small construction site. 4. "Best Manaeement Practices ($MPs)" schedules of activities, prohibitions of practices, maintenance procedures, and other management practices to prevent or reduce the discharge of pollutants to Waters of the State. BMPs also include treatment requirements, operating procedures, and practices to control construction site runoff, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. According to the EPA BMP manual, the use of hay -bales in concentrated flow areas is not recommended as a best management practice. 5. "Co' niIzantOfficial!' aduly authorized representative, as defined in Part 11.B.9.B. 6. '!C6mmen&ement-of Construction" the initial disturbance of soils associated with clearing, grading, or excavating activities or other construction -related activities. 7. "Contaminated" means a substance the entry of which into the MS4, Waters of the State, or Waters of the United States may cause or contribute to a violation of Arkansas water quality standards. 8. "Control Measure" as used in this permit, refers to any Best Management Practice or other method used to prevent or reduce the discharge of pollutants to Waters of the State. 9. "Construetio. Sit "an area upon which one or more land disturbing construction activities occur that in total will disturb one acre or more of land, including areas that are part of a larger common plan of development or sale where multiple separate and distinct land disturbing construction activities may be taking place at different times on different schedules but under one plan such that the total disturbed area is one acre or more. 10. "CWA" the Clean Water Act or the Federal Water Pollution Control Act. 11. "Dedicated. - Portable Asnh.alt Plant" a portable asphalt plant that is located on or contiguous to a construction site that provides asphalt only to the construction site on which the plant is located or adjacent to. The term does not include facilities that are subject to the asphalt emulsion effluent guideline limitations at 40 CFR Part 443. 12. "Dedicated Portable Concrete Plant" a portable concrete plant that is located on or contiguous to a construction site and that provides concrete only to the construction site on which the plant is located on or adjacent to. 13. "Detention Basin" a detention basin is an area where excess stormwater is stored or held temporarily and then slowly drains when water levels in the receiving channel recede. In essence, the water in a detention basin is temporarily detained until additional room becomes available in the receiving channel. 14. "Director" the Director, Arkansas Department of Environmental Quality, or a designated representative. 15. "Discharge" when used without qualification means the "discharge of a pollutant". Page 3 of Part I Permit No. ARR150000 16. "Disebarke of Stormwater-Associated.w.A Constructi`on.Activity" as used in this permit, refers to a discharge of pollutants in stormwater runofffrom areas where soil disturbing activities (e.g., clearing, grading, or excavation), construction materials or equipment storage or maintenance (e.g., fill piles, borrow area, concrete truck washout, fueling), orother industrial stormwater directly related to the construction process (e.g., concrete or asphalt batch plants) are located. 17. "D►se aree-Relateii:ActivitiO" as used in this permit, include: activities that cause, contribute to, or result in stormwater point source pollutant discharges, including but not limited to: excavation, site development, grading and other surface disturbance activities; management of solid waste and debris; and measures to control stormwater including the construction and operation of BMPs to control, reduce or prevent stormwater pollution. 18. "Disturbed:greA" the total area of the site where any construction activity is expected to disturb the ground surface. This includes any activity that could increase the rate of erosion, including, but not limited to, clearing, grubbing, grading, excavation, demolition activities, haul roads, and areas used for staging. Also included are stockpiles of topsoil, fill material and any other stockpiles with a potential to create additional runoff. 19. "Driainazg vaf? .an open linear depression, whether constructed or natural, that functions for the collection and drainage of surface water. 20. �bulyAi tiiorized ReOesei►"tog:v a representative of the Responsible Official meeting the requirements specified in Part 11.13.9.13. 21. ".Eligible" qualified for authorization to discharge stormwater under this general permit. 22. " Erosion?' the process by which the land's surface is worn away by the action of wind, water, ice or gravity. 23. "ERW" Extraordinary Resource Water, in accordance with Regulation 2. 24. "ESW" Ecologically Sensitive Waterbodies, in accordance with Regulation 2. 25. "Facility" or "Aeti,6 °," any NPDES "point source" or any other facility or activity (including land or appurtenances thereto) that is subject to regulation under the NPDES program. 26. "Final Stabilization": A. All soil disturbing activities at the site have been completed and either of the two following criteria are met: 1) A uniform (e.g., evenly distributed, without large bare areas) perennial vegetative cover with a density of 80% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or 2) Equivalent permanent stabilization measures (such as the use of riprap, gabions, or geotextiles) have been employed. B. When background native vegetation will cover less than 100% of the ground (e.g., arid areas, beaches), the 80% coverage criteria is adjusted as follows: if the native vegetation covers 50% of the ground, 80% of 50% (0.80 x 0.50 = 0.40) would require 40% total cover for final stabilization. On a beach with no natural vegetation, no stabilization is req u i red. C. For individual lots in residential construction, final stabilization means that either: Page 4 of Part I Permit No. ARR150000 1) The homebuilder has completed final stabilization as specified above, or 2) The homebuilder has established temporary stabilization including perimeter controls for an individual lot prior to occupation of the home by the homeowner and informing the homeowner of the need for, and benefits of, final stabilization. D. For construction projects on land used for agricultural purposes (e.g., pipelines across crop or range land, staging areas for highway constriction, etc.), final stabilization may be accomplished by returning the disturbed land to its pre - construction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to "Waters of the State", and areas which are not being returned to their pre -construction agricultural use shall meet the final stabilization criteria in A, B, or C above. 27. "Gradin Activities" as used in this permit are those actions that disturb the surface layer of the ground to change the contouring, surface drainage pattern, or any other slope characteristics of the land without significantly adding or removing on-site rock, soil, and other materials. This can include demolition, excavation, and filling. 28. "Infrastructure" streets, drainage, curbs, utilities, etc. 29. "1tn �:iired Waier" a waterbody listed in the current, approved Arkansas 303(d) list. 30. "Landscan3ng" improving the natural beauty of apiece of land (i.e. entrance of subdivision) through plantings or altering the contours of the ground. 31. "Lame and.]M[Mium'N1u.n zipal 5"e6ardte Wfifi Sever System_" all municipal separate storm sewer systems that are either: A. Located in an incorporated place with a population of 100,000 or more as determined by the latest Decennial Census by the Bureau of Census: or B. Located in the counties with unincorporated urbanized populations of 100,000 or more, except municipal, separate storm sewers that are located in the incorporated places, townships or towns within such counties; or C. Owned or operated by a municipality other than those described in paragraphs A or B and that are designated by the Director as part of the large or medium municipal separate storm sewer system. 32. ":L'arQe Construction Site" construction activity including clearing, grading and excavation, except operations that result in the disturbance of less than five acres of total land area. Construction activity also includes the disturbance of less than five acres of total land area that is a part of a larger common plan of development or sale if the larger common plan will ultimately disturb five acres. (Please see Part I.B.15 for partial waivers.) 33. "'Larger Common Plan df.Devloiwnent" a contiguous (sharing a boundary or edge; adjacent; touching) area where multiple and distinct construction activities may be taking place at different times on different schedules under one plan. Such a plan might consist of many small projects (e.g. a common plan of development for a residential subdivision might lay out the streets, house lots, and areas for parks, schools and commercial development that the developer plans to build or sell to others for development). All these areas would remain part of the common plan of development or sale. The following items can be used as guidance for deciding what might or might not be considered a "Common Plan of Development or Sale." The "plan" in a common plan of development or sale is broadly defined as any announcement or piece of documentation (including a sign, public notice or hearing, sales pitch, advertisement, drawing, permit application, zoning request, computer design, etc.) or physical demarcation (including boundary signs, lot stakes, surveyor markings, etc.) indicating construction activities may occur on a specific plot. The applicant shall still meet the definition of operator in order to be required to get permit coverage, Page 5 of Part I Permit No. ARR150000 regardless of the acreage that is personally disturbed. If a smaller project (i.e., less than 1 acre) is part of a large common plan of development or sale (e.g., you are building a residential home on a''/z acre lot in a 40 acre subdivision or are putting in a fast food restaurant on a 3/4 acre pad that is pall of a 20 acre retail center), permit coverage is required. Under 40 CFR 122.26(b)(2)(vi), smaller parts of a larger common plan of development are automatically authorized under this general permit and should follow the conditions of a site with automatic coverage set forth in this permit (see Part I.B.6.A). 34. for purposes of this permit, an area of undisturbed natural cover surrounding surface waters. Natural cover includes vegetation, exposed rock, or barren ground that exists prior to commencement of construction activities at the site. 35. "NOC" Notice of Coverage. 36. "NOI" Notice of Intent to be covered by this permit. 37. "NOT" Notice of Termination. 38. "NSW" Natural and Scenic Waterways, in accordance with Regulation 2. 39. "Oporgtor'' ,4Termitte>e" for the purpose of this permit and in the context of stormwater associated with construction activity, means any person (an individual, association, partnership, corporation, municipality, state or federal agency) who has the primary management and ultimate decision-making responsibility over the operation of a facility or activity. The operator is responsible for ensuring compliance with all applicable environmental regulations and conditions. In addition, for purposes of this permit and determining who is an operator, "owner" refers to the party that owns the structure being built. Ownership of the land where construction is occurring does not necessarily imply the property owner is an operator (e.g., a landowner whose property is being disturbed by construction of a gas pipeline or a landowner who allows a mining company to remove dirt, shale, clay, sand, gravel, etc. from a portion of his property). Likewise, if the erection of a structure has been contracted for, but possession of the title or lease to the land or structure is not to occur until after construction, the would- be owner may not be considered an operator (e.g., having a house built by a residential homebuilder). 40. "Outfall" a point source where stormwater leaves the construction site. 41. "Owner" the owner or operator of any "facility or activity" subject to regulation under the NPDES program. In addition, for purposes of this permit and determining who is an operator, "owner" refers to the party that owns the structure being built. Ownership of the land where construction is occurring does not necessarily imply the property owner is an operator (e.g., a landowner whose property is being disturbed by construction of a gas pipeline). Likewise, if the erection of a structure has been contracted for, but possession of the title or lease to the land or structure is not to occur until after construction, the would-be owner may not be considered an operator (e.g. having a house built by a residential homebuilder). 42. "Physically Interconnected" means that one municipal separate stor►n sewer system is connected to a second municipal separate storm sewer system in such a way that it allows for direct discharges into the second system. 43. "Point Source" any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock, concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are or may be discharged. This term does not include return flows from irrigated agriculture or agricultural stormwater runoff. Page 6 of Part I Permit No. ARR150000 44. "Qualified Local Prop-ra " is a municipal program for stormwater discharges associated with construction sites that has been formally approved by the Department. 45. "Chtalified!_neirsondel" a person knowledgeable in the principles and practice of erosion and sediment controls who possesses the skills to assess conditions at the construction site that could impact stormwater quality and to assess the effectiveness of any sediment and erosion control measures selected to control the quality of stormwater discharges from the construction activity. 46. "Resnilated Sri A M.Mlicirial :Set urate Storm Sewer System" all municipal separate storm sewer systems that are either: A. Located within the boundaries of an "urbanized area" with a population of 50,000 or more as determined by the latest Decennial Census by the Bureau of Census; or B. Owned or operated by a municipality other than those described in paragraph A and that serve a jurisdiction with a Population of at least 10,000 and a population density of at least 1,000 people per square mile; or C. Owned or operated by a municipality other than those described in paragraphs A and B and that contributes substantially to the pollutant loadings of a "physically interconnected" municipal separate storm sewer system. 47. ".Retention Basin" a basin that is designed to hold the stormwater from a rain event and allow the water to infiltrate through the bottom of the basin. A retention basin also stores sturmwater, but the storage of the stormwater would be on a more permanent basis. In fact, water often remains in a retention basin indefinitely, with the exception of the volume lost to evaporation and the volume absorbed into the soils. This differs greatly from a detention basin, which typically drains after the peak of the storm flow has passed, sometimes while it is still raining. 48. "RunoffCoefBcicn" the fraction of total rainfall that will appear at the conveyance as runoff. 49. "Sediment" material that settles to the bottom of a liquid. 50. "Sediment Basin" a basin that is designed to maintain a 10 year -24 hour storm event for a minimum of 24 -hours in order to allow sediment to settle out of the water. 51. ".Small Construction Site" construction activities including clearing, grading, and excavating that result in land disturbance of equal to or greater than one acre and less than five acres. Small construction activity also includes the disturbance of less than one acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one and less than five acres. Small construction activity does not include routine maintenance. 52. ".Staririwater" stormwater runoff from rainfall, snow melt runoff, and surface runoff and drainage. 53. "stormwater Associated with Construction Attiv.ity" the discharge from any conveyance which is used for collecting and conveying stormwater and which is directly related to construction activity. 54. "Stormwater Pollution Prevention Plan (SWPOP..or SWP31" a plan that includes site map(s), an identification of construction/contractor, activities that could cause pollutants in the stormwater, and a description of measures or practices to control these pollutants (BMPs). 55. "Tem norary'Sediment.Controls" controls that are installed to control sediment runoff from the site. These could be silt fencing, rock check dams, etc. Page 7 of Part I Permit No. ARR150000 56. "T-661 Mb iritaiii DMiy' AI' or "TMDL" the sum of the individual wasteload allocations (WLAs) for point sources and load allocations (LAs) for non -point sources and natural background. [f the receiving water has only one point source discharger, the TMDL is.the sum of that point source WLA plus the LAs for any non -point sources of pollution and natural background sources, tributaries, or adjacent segments. TMDLs can be expressed in terms of mass per time, toxicity, or other appropriate measure. 57. "Unc_ontr'mrited" cannot exceed the water quality standards as set forth in APCEC Regulation 2. 58. "UrbanizedArea" the areas of urban population density delineated by the Bureau of the Census for statistical purposes and generally consisting of the land area comprising one or more central place(s) and the adjacent densely settled surrounding area that together have a residential population of at least 50,000 and an overall population density of at least 1,000 people per square mile as determined by the latest Decennial Census by the Bureau of Census. 59. " W:iteirs,of"M State ' Waters of the State means all streams, lakes, marshes, ponds, watercourses, waterways, wells, springs, irrigation systems, drainage systems, and all other bodies or accumulations of water, surface and underground, natural or artificial, public or private, which are contained within, flow through, or border upon this state or any portion of the state. Page 8 of Part 1 Permit No. ARR150000 SECTION B: COVERAGE UNDER THIS PERMIT Introduction This Construction General Permit (CGP) authorizes stormwater discharges from large and small construction activities that result in a total land disturbance of equal to or greater than one acre. This GP also authorizes discharges from construction activities that result in a total land disturbance of less than five acres where the construction activity is included in a larger common plan, where those discharges enter surface Waters of the State or a Municipal Separate Storm Sewer System (MS4) leading to surface Waters of the State subject to the conditions set forth in this permit. This permit also authorizes stormwater discharges from any other construction activity designated by ADEQ where ADEQ makes that designation based on the potential for contribution to an excursion ofa�wdter quality standard or for significant contribution..pf�pollutantsto Watersof he State. This permit replaces the permit issued in 2011. The .goal of -this pei.-tttit is to minimize die discharge of stormwater Pollutants from construction activity. The Operator should mzke sure to read:and understand the conditions of the permit. A copy of the General StOrrnwater Construction Permit is available on the ADEQ web site at Ittt is ll�vruvv adeq state :tr ris/� rater7pei iititstnpdeslstiri *biter/ . You may Ist obtain a hard copy by contacting tile DEQ's General Permits Section at (501) 682-0623. 1. Permitted Area. If a large or small construction activity is located within the State of Arkansas, the operator may be eligible to obtain coverage under this permit. 2. Eiigibility. Permit eligibility is limited to discharges from "large" and "small" construction activity, or as otherwise designated by ADEQ. This general permit contains eligibility restrictions, as well as permit conditions and requirements. Operators may have to take certain actions to be eligible for coverage under this permit. In such cases, operators shall continue to satisfy'those eligibility provisions to maintain permit authorization. If operators do not meet the requirements that are a pre -condition to eligibility, then resulting discharges constitute unpermitted discharges. By contrast, if operators are eligible for coverage under this permit and do not comply with the requirements of the general permit, they may be in violation of the general permit for otherwise eligible discharges. A. This general permit authorizes discharges from construction activities as defined in 40 CFR 122.26(a), 40 CFR 122.26(b)(14)(x), 40 CFR 122.26(b)(15)(i) and 40 CFR Part 450. B. This permit also authorizes stormwater discharges from support activities (e.g., concrete or asphalt batch plants, equipment staging yards, materials storage areas, excavated material disposal areas, borrow areas) provided: 1) The support activity is directly related to a specific construction site that is required to have NPDES permit coverage for discharges of stormwater associated with the construction activity; 2) The support activity is not a commercial operation serving multiple unrelated constriction projects by different operators, and does not operate beyond the completion of the construction activity at the last construction project it supports; 3) Pollutant discharges from support activity areas are minimized in compliance with conditions of this permit; and 4) Discharges from the support activity areas shall be identified in a Stormwater Pollution Prevention Plan (S WPPP) stating appropriate controls and measures for the area. C. Other activities may be considered for this permit at the discretion of the Director as defined in 40 CFR 122.26(b)(15)(ii). 3. Responsibilities of the Operator. Permittees with operational control are responsible for compliance with all applicable Page 9 of Part I Permit No. ARR150000 terns and conditions of this permit as it relates to their activities on the construction site, including protection of endangered species and implementation of BMPs and other controls required by the SWPPP. Receipt of this general permit does not relieve any operator of the responsibility to comply with any other applicable federal, state or local statute, ordinance or regulation. 4. :'Where to Submit The operator shall submit a complete and signed Notice of Intent (NOI), Stormwater Pollution Prevention Plan (SWPPP), and application fee to the Department at the following address: Arkansas Department of Environmental Quality Discharge Permits Section 5301 Northshore Drive North Little Rock, AR 72118-5317 Or by electronic mail (Complete documents (NO] and SWPPP) must be submitted in PDF format) to: Water -perm t -a rrt l ictttion adeq state:ar:tts:; Or through the ADEQ ePortal site which can be found at the following link: liitps(leporfial.aderl.state.ar.tis/ NOTE: Notice of Coverage (NOC) will NOT be issued until payment has been received by ADEQ. 5. Reeluiremcnts for Qualifyine Local.PrQgram 000). The Department reviews and approves the QLPs to ensure that they meet or supersede both state and federal requirements outlined in this permit and 40 CFR 122.44(s). ADEQ will review the QLP at least every 5 years for recertification. If the Department approves a QLP, then the QLP requirements shall at the minimum meet the Department's requirements. This would include all templates and forms. This permit may be modified to add new QLPs or modify existing QLPs at the Department's discretion. All public notice and other applicable costs incurred by the modification of the permit for the addition or modification of a QLP will be paid by the QLP. If a small construction site is within the jurisdiction of a QLP, the operator of the small construction site is authorized to discharge stormwater associated with construction activity under QLP permit requirements only. At the time of issuance of this permit, only the City of Hot Springs is meeting the ADEQ minimum requirements. 6.. Ramirements for Coveray. A. Small Consnwchon Siiys. An operator of a small construction site will be considered to have automatic coverage under this general permit and may discharge without submitting to the Department a Notice of Intent (NOI), Stormwater Pollution Prevention Plan (SWPPP) or fee if the following conditions are met: 1) A completed Notice of Coverage (NOC) must be posted at the site prior to commencing construction; 2) A Stormwater Pollution Prevention Plan must be prepared in accordance with good engineering practice as described in Reg.6.203(B), and a copy must be maintained at the constriction site; 3) All permit conditions set forth in this general permit must be followed; and 4) The operator is responsible for ensuring that the site is in compliance with any changes or updates of this general permit, by either contacting ADEQ or reviewing the ADEQ website: Page 10 of Part I Perm it No. A RR 150000 'Mips.//wwvy adett stalex., water/ B.. Lc��`.eotrstrttcir�a Sites.. An operator of a large construction site discharging under this general permit shall submit the following items at least 10 business days prior to the commencement of construction: 1) An NOI in accordance with the requirements of Part I.B.7 of this permit. 2) A complete SWPPP in accordance with the requirements of Part II.A of this permit. 3) An initial permit fee shall accompany the NOI under the provisions of APCEC Regulation No. 9. Subsequent annual fees will be billed by the Department until the operator has requested a termination of coverage by submitting a Notice ofTennination (NOT). Failure to remit the required initial permit fee shal I be grounds for the Director to deny coverage under this general permit. Failure to remit the required annual fees shall be grounds for the Director to revoke coverage under this permit. C:. ivlctdifictitinti of fettinit Coyefa o to'.lnctude.Adtiitional Acreage: Any request to increase the total acreage of a construction site shall be accompanied by a $200 permit modification fee and an updated SWPPP. Any request to only increase theAl turticd acreage without changing the total acreage shall be accompanied by an updated SWPPP. A $200 permit modification fee is not required with an increase in disturbed acreage. The Additional Acreage Request Form can be found at the following link: lttos7/��v�v•ad� statir'ar. tis/water/peritits/iz"pd��st'o�itl�+ater/= 7. `N'o.tice bfldtciit'(NQII ]Rg uitgt a ts: A. Large construction site operators who intend to seek coverage for a stormwater discharge under this general permit shall submit a complete and accurate ADEQ NOI form to the Department (through hard copy, electronic mail at Watet= estate, ar.us, or the ADEQ ePortal system at Ittt'bs:l/eportaLaeleq.state.ar:iis!) at least 10 business days prior to the date coverage under this permit is desired. The NOI form must be the current version obtained from the stormwater webpage indicated above in Part I.B. If the NOI is deemed incomplete, the Department will notify the applicant with regard to the deficiencies by a letter, email, or phone within ten (10) business days of the receipt of the NO[. If the operator does not receive a notification of deficiencies from ADEQ's receipt of the NOI, the NOI is deemed complete. If the applicant does not provide the Department with the requested deficiencies within the deadline set by the Department, then the Department will return the NOI, fee and SWPPP back to the applicant. B. Conteirts ofd?? XOI. The NOI form contains, at a minimum, the following information: I ) Operator (Permittee) information (name, address, telephone and fax numbers, E-mail address) 2) Whether the operator is a federal, state, private, public, corporation, or other entity 3) Application Type: New or renewal 4) Invoice mailing information (name, address, and telephone and fax numbers) 5) Project Construction site information (name, county, address, contact person, directions to the site, latitude and longitude for the entrance of the site or the endpoints for linear project (in degrees, minutes, and seconds), estimated construction start date and completion date through site final stabilization, estimate ofthe total project acreage and the acreage to be disturbed by the operator submitting the NOI, type of the project (subdivision, school, etc), whether the project is part of a larger common plan of development.) Page 1 1 of Part 1 Permit No. ARR150000 6) Discharge information (name of the receiving stream, ultimate receiving stream, name of municipal storm sewer system) 7) List of current permits 8) The Certification statement and signature of a qualified signatory person in accordance with 40 CFR 122.22, as adopted by reference in APCEC Regulation No. 6 9) The certification of the facility corporation 10) Other information (location of the SWPPP) 11) And the SIC Code. C; .Noce ofCoyet'aye' (IV Unless notified by the Director to the contrary, dischargers who submit a complete NOI and SWPPP in accordance with the requirements of this permit are authorized to discharge stormwater from construction sites under the terns and conditions of this permit 10 business days after the date the NOI is deemed complete (which may not be the original submission date if revisions or additions were necessary) by ADEQ. If the NOC has not been received by the permittee 10 business days after the date the NOI is deemed complete by ADEQ, the NOI should be posted until the NOC is received. Upon review of the NOI and other available information, the Director may deny coverage under this permit and require submittal of an application for an individual NPDES permit. 8. Postint Notice of Coy6-A9+e (NQC1. A. 4tzrt9tnaiic� .5i1 The NOC fur sinall sites, as defined in Part I.A.51, can be obtained from the Water Division's Stormwater webpage at: 7�it3s 1fwwG4 itdeq state ai v/voterierit�itli�dbststonnwater/ . The NOC must be posted at the site prior to commencing construction. In addition, a copy of the SWPPP must be available at the construction site in accordance with Part II.A.2.13 and D prior to commencing construction. B.Lamert4s: i1iCC Pvsti»t?r�r Zcti4� C"y�tt tct�r�r�.ites. The posting for large construction sites shall be obtained from the Department only after the permittee has submitted the required NOI, permit fee and complete SWPPP to the Department for the coverage. C. Linear If the construction project is a linear construction project (e.g., pipeline, highway, etc.), the notice shall be placed in a publicly accessible location near where construction is actively underway and moved as necessary. Please note, this permit does not provide the public with any right to trespass on a construction site for any reason, including inspection of a site; nor does this permit require that the pennittee allow members of the public access to a construction site. 9. Applicable Fedenil, State or Local ltequirbtnents. The operator shall ensure that the stormwater controls implemented at the site are consistent with all applicable federal, state, or local requirements. Additionally, an operator who is operating under approved local erosion and sediment plans, grading plans, local stormwater permits, or stormwater management plans shall submit signed copies of the Notice of Intent (NOI) to the local agency (or authority) upon the local agency's request. 10. Allowable Non-Stortnwnter Discharges. A. The following non-stormwater discharges as part of the construction permit activity maybe authorized by this permit through appropriate controls. Non-stormwater discharges shall be addressed in the stormwater pollution prevention plan and measures to minimize or eliminate non-stormwater discharge should be taken if reasonably possible. l) Fire fighting activities; 2) Fire hydrant flushings; Page 12 of Part 1 Permit No. ARR150000 3) Water used to wash vehicles (where detergents or other chemicals are not used) or to control dust in accordance with Part II.A.4.1-1.2; 4) Potable water sources including uncontaminated waterline flushings; 5) Landscape Irrigation; 6) Routine external building wash down which does not use detergents or other chemicals; 7) Pavement washwaters where spills or leaks of toxic or hazardous materials have not occurred (unless all spilled materials have been removed) and where detergents or other chemicals are not used; 8) Uncontaminated air conditioning compressor condensate (See Part 1.B. 13.0 of this permit); 9) Uncontaminated springs, excavation dewatering and groundwater (See Part I.B.I3.0 of this permit); 10) Foundation or footing drains where flows are not contaminated with process materials such as solvents (See Part I.B. 13.0 of this permit). 11. Llniitations on Covera. a E tluslons'. The following stonnwater discharges associated with construction activity are not covered by this permit: A...1'pst,tr'orrslrtrcliorrDisclrarrc Stormwater discharges associated with construction activities that originate from the site after construction activities have been completed, the site has undergone final stabilization, and the permit has been terminated. B..LliscltSluruiwater discharges that arc mixed with sources of non stonmvater other than those identified in Part I.B.10. C. Stormwater discharges associated with construction activity that are covered under an individual or an alternative general permit may be authorized by this permit after an existing permit expires, provided the expired permit did not establish numeric effluent limitations for such discharges. D. Discharges from a site into receiving waters for which there is an established total maximum daily load (TMDL) allocation Chttps /wbvw �deq fitate ar iislvy3ter7 latinin /irate rated/tmdl/) are not eligible for coverage under this permit unless the permittee develops and certifies a stormwater pollution prevention plan (SWPPP) that is consistent with the assumptions and requirements in the approved TMDL. To be eligible for coverage under this general permit, operators shall incorporate into their SWPPP any conditions applicable to their discharges necessary for consistency with the assumptions and requirements of the TMDL within any timeframes established in the TMDL. If a specific numeric allocation has been established that would apply to the project's discharges, the operator shall incorporate that allocation into its SWPPP and implement necessary steps to meet that allocation. Ifa numeric limit has been assigned to the facility, quarterly monitoring shall be submitted to the Department demonstrating compliance with the assigned Waste Load Allocation established in the TMDL. Please note that the Department will be reviewing this information. If it is determined that the project will discharge into a receiving stream with a TMDL, then the Department may require additional BMPs. E. if stormwater discharges from a site enter a receiving water listed as impaired under Section 303(d) of the Clean Water Act (haps•//www adeq state.ai*tishrater/planni.n nte,ri3�/), the permittee shall incorporate into the SWPPP any additional BMPs needed to sufficiently protect water quality. Please note that the Department will be reviewing this information. If it is determined that the project will discharge to an impaired water body, then the Department may require additional BMPs. F. Discharees into an Extraordinary Resource Water (ERW)Natural and Scenic Waterway (NSW). or Ecologically Sensitive Waterbody (ESW). Discharges from a constriction site located within the watershed of any water body or Page 13 of Part I Permit No. ARR150000 waterway designated as an Outstanding Resource Water as defined in the APC&EC Regulation No. 2.203, including ERWs, NSWs, or ESWs are not eligible for coverage under this permit unless the permittee develops and certifies a SWPPP that includes additional BMPs needed to prevent to the maximum extent possible exposure to stormwater of pollutants that could potentially impact water quality. For the purposes of this permit, the watershed of an Outstanding Resource Water will be identified by the United States Geological Survey's twelve (12) digit Hydrological Unit Code (HUC). Please note that the Department will be reviewing this information. If the site will discharge to an ERW, NSW, or ESW, then the Department may determine that additional requirements are necessary. 12. Short Terni Activity Auth66Zae1bn (STAA1: Any work being conducted in Waters of the State will require a Short Term Activity Authorization (STAA) from ADEQ in accordance with Regulation 2.305. An STAA is necessary for any in -stream activity that has the potential to exceed the water quality standards, including, but not limited to: gravel removal, bridge or crossing repair/maintenance, bank stabilization, debris removal, culvert replacement, flood control projects, and stream relocation. Any work being conducted in Waters of the United States may require a Section 404 pen -nit from the U.S. Army Corps of Engineers. This'ts0114'doe not authotril an•Y activity- underan STAA or Sectlon,404,06ftriit. The necessary forms to apply for covd:agc Lin der'itii STAA can bi�.f'ound`ottl*following 1jilk: htt�s�f/�vt�z�� �dcq, state up tis/wateilplannsi��t'instreatn7 The SWPPP shall be updated to include a copy of the Short Term Activity Authorization letter upon receipt. Re -submittal of the SWPPP is not required unless specifically requested by the Department. 13. )EffIdenf';LirriitMion Guid;r *MK4EL_% All permittees shall comply with the following effluent limits: A. frr).sio17 ond.Design, install, and maintain effective erosion controls and sediment controls to minimize the discharge of pollutants. At a minimum, such controls shall be designed, installed and maintained to: 1) Control stormwater volume and velocity to minimize soil erosion in order to minimize pollutant discharges; 2) Control stormwater discharges, including both peak flowrates and total stormwater volume, to minimize channel and streambank erosion and scour in the immediate vicinity of discharge points; 3) Minimize the amount of soil exposed during construction activity; 4) Minimize the disturbance of steep slopes; 5) Minimize sediment discharges from the site. The design, installation and maintenance of erosion and sediment controls shall address factors such as the amount, frequency, intensity and duration of precipitation, the nature of resulting stormwater runoff, and soil characteristics, includingthe range of soil particle sizes expected to be present on the site; 6) Provide and maintain natural buffers around Waters of the State, direct stormwater to vegetated areas and maximize stormwater infiltration to reduce pollutant discharges, unless infeasible; 7) Minimize soil compaction. Minimizing soil compaction is not required where the intended function of a specific area of the site dictates that it be compacted; and 8) Unless infeasible, preserve topsoil. Preserving topsoi I is not required where the intended ftmction of specific area of the site dictates that the topsoil be disturbed or removed. B. Soil.Siahiliwution. Stabilization of disturbed areas must, at a minimum, be initiated immediately (unless weather conditions do not allow immediate initiation) whenever any clearing, grading, excavating or other earth disturbing activities have permanently ceased on any portion of the site, or temporarily ceased on any portion of the site and will not resume for a period exceeding 14 calendar days. In arid, semiarid, and drought -stricken areas where initiating vegetative stabilization measures immediately is infeasible, alternative stabilization measures must be employed as specified by the permitting authority. Stabilization must be completed within a period of time determined by the Page 14 of Part I Permit No. ARR150000 permitting authority. In limited circumstances, stabilization may not be required if the intended function ofa specific area of the site necessitates that it remain disturbed. C. Dewaterbig. Discharges from dewatering activities, including discharges from dewatering of trenches and excavations, are prohibited unless managed by appropriate controls. There shall be no turbid discharges to Waters of the State resulting from dewatering activities. If trench or ground waters contain sediment, it shall pass through a sediment settling pond or other equally effective sediment control device, prior to being discharged from the construction site. Alternatively, sediment may be removed by settling in place or by dewatering into a sump pit, filter bag, or comparable practice. Ground water dewatering which does not contain sediment or other pollutants is not required to be treated prior to discharge. However, care shall be taken when discharging ground water to ensure that it does not become pollutant -laden by traversing over disturbed soils or other pollutant sources. D. Polluti6n Piyilenflon iiltwsr re.T: Design, install, implement, and maintain effective pollution prevention measures to minimize the discharge of pollutants. At a minimum, such measures shall be designed, installed, implemented and maintained to: 1) Minimize the discharge of pollutants from equipment and vehicle washing, wheel wash water, and other wash waters. Wash waters shall be treated in a sediment basin or BMP control that provides equivalent or better treatment prior to discharge; 2) Minimize the exposure urbuilding materials, building products, construction wastes, trash, landscape materials, fertilizers, pesticides, herbicides, detergents, sanitary waste and other materials present on the site to precipitation and to stormwater. Minimization of exposure is not required in cases where the exposure to precipitation and to stormwater will not result in a discharge of pollutants, or where exposure of a specific material or product poses little risk of stormwater contamination (such as final products and materials intended for outdoor use); and 3) Minimize the discharge of pollutants from spills and leaks and implement chemical spill and leak prevention and response procedures. E. Pr-ohibited disclrerr cis: The following discharges are prohibited: 1) Wastewater from washout of concrete, unless managed by an appropriate control; 2) Wastewater from washout and cleanout of stucco, paint, form release oils, curing compounds and other construction materials; 3) Fuels, oils, or other pollutants used in vehicle and equipment operation and maintenance; and 4) Soaps or solvents used in vehicle and equipment washing. F. surface (bluets: When discharging from basins and impoundments, utilize outlet structures that withdraw water from the surface, unless infeasible. 14. Natural. Buffer Zones. A natural buffer zone as stated below shall be maintained at all times. Exceptions from this requirement for areas such as water crossings, limited water access, and restoration ofthe buffer are allowed ifthe permittee frilly documents in the SWPPP the circumstances and reasons for the buffer zone encroachment. Additionally, this requirement is not intended to interfere with any other ordinance, rule or regulation, statute or other provision of law. A. For construction projects where clearing and grading activities will occur, the SWPPP shall provide at least twenty-five (25) feet of natural buffer zone, as measured horizontally from the top of the bank to the disturbed area, from any Waters of the State. B. The Department may also require up to fifty (50) feet of natural buffer zone, as measured from the top of the bank to the disturbed area, from established TMDL water bodies, streams listed on the 303(d) list, an Extraordinary Resource Page 15 of Part I Permit No. ARR150000 Water (ERW), Ecologically Sensitive Waterbody (ESW), Natural and Scenic Waterway (NSW), or any other uses at the discretion of the Director. C. Linear projects will be evaluated individually by the Department to determine natural buffer zone setbacks. 15—Waivers from Permit Coyeraze. The Director may waive the otherwise applicable requirements of this general permit for stormwater discharges from construction activities under the terms and conditions described in this section. A. IJ'irii er�plieahilitt, ert1rt .0"nvernBased upon 40 CFR 122.26.b. i S.i.A, operators of small construction activities may apply for and receive a waiver from the requirements to obtain this permit. B. No Storntl+ atir Leuuiir t tlte. ix . If al l of the stonn water from the construction activity is captured on-site under any size storm event and allowed to evaporate, soak into the ground on-site, or is used for irrigation, a permit is not needed. C. TMDL Waivers. This waiver is available for sites with automatic coverage if the ADEQ has established or approved a TMDL that addresses the pollutant(s) of concern and has determined that controls on stormwater discharges from small construction activity are not needed to protect water quality. The pollutant(s) of concern include sediment (such as total suspended solids, turbidity or siltation) and any other pollutant that has been identified as a cause of impairment of any water body that will receive a discharge from the construction activity. Information on TMDLs that have been established or approved by ADEQ is available from ADEQ online at httns1/ykyw.adeq state.ar Grslwitterfplannitt r-irttc Brat rl/tmdl/., 16. Notice oMemination (NOT): When all construction activities that disturbed soil are complete, the site has reached final stabilization (100% stabilization with 80% density, or as defined in Part I.A.26.13 for sites where background native vegetation will cover less than 100% of the ground), all stormwater discharges from construction activities authorized by this permit are eliminated and all temporary sediment controls are removed and properly disposed, the operator of the facility may submit a complete Notice of Termination (NOT) to the Director. Along with the NOT, pictures that represent the entire site should be submitted for review. Final stabilization is not required if the land is returned to its pre - construction agriculture use. Operators of small construction sites are not required to submit NOTs for their construction sites. However, final stabilization is required on all sites. If a Notice of Termination is not submitted when the project is completed, the operator will be responsible for annual fees. 17. Responsibilities of the Operator of a Lar ,er Common Pian ofbevelopmeof for a.Subdivisibrt: A. The operator is ultimately responsible for the runoff from the perimeter of the entire development. Regardless of the reason for the runoff, the operator is responsible for ensuring sufficient overall controls of the development. B. The operator shall not terminate the permit coverage until the following conditions have been met: 1) After all construction including landscaping and lot development has been completed; and 2) All lots are sold and developed. The following exceptions to this requirement can apply: a. less than 100% sold and developed at the discretion of the Director, or b. Separation of the larger common plan if twenty-four (24) months have passed with no construction activity, or c. All lots are developed and there are no temporary common controls for subdivision outfalls, i.e. sediment Page 16 of Part I Permit No. ARR 150000 basins, large sediment traps, check dams, etc. 3) if lots are sold and then re -sold to a third party, permit coverage should be obtained by each of the operators while they have ownership of the lots. The second owner is responsible for obtaining the same certification from the third owner, i.e. the certification shall pass from owner to owner. C. The operator shall not terminate permit coverage until the operators of all of the individual lots within the larger common plan are notified of their permitting requirements under this general permit. In this case, the signed certification statements from each operator of individual lots shall be maintained in the stormwater pollution prevention plan for the large common plan. A copy of the signed certifications shall be submitted to ADEQ with the NOT. The certification shall be as follows: operator of an individual lot # block # of subdivision, certify under penalty of law that I was notified by the operator of the larger common plan of the stormwater permitting requirements for my construction site(s). I understand prior to commencement of any construction activity I have to prepare and comply with a SWPPP and post the Construction Site Notice. I understand that prior to the sale of this lot to another party; I must notify the new owner of ADEQ requirements and obtain this certification from the new owner." Signature... D. The following examples are provided as clarification: 1) if a small portion of the original common plan of development remains undeveloped and there has been a period of time (i.e., more than 24 months) where there are no ongoing construction activities (i.e., all areas are either undisturbed or have been finally stabilized), operators may re-evaluate the original project based on the acreage remaining from the original "common plan." If less than five but more than one acre remains to build out the original "common plan", coverage under the large permit may not be required. However, operators will need to comply with the terms and conditions for Small Construction Sites in the Construction General Permit. If less than one acre remains of the original common plan, the individual project maybe treated as apart of less than one acre development and no permit would be required. 2) If operators have a long-range master plan of development where some portions of the master plan are conceptual rather than a specific plan of future development and the future construction activities would, if they occur at all, happen over an extended period of time (i.e., more than 24 months), operators may consider the "conceptual" phases of development to be separate "common plans" provided the periods of construction for the physically interconnected phases will not overlap. 3) Where discrete construction projects within a larger common plan of development or sale are located 1/4 mile or more apart and the area between the projects is not being disturbed, each individual project can be treated as a separate plan of development or sale provided any interconnecting road, pipeline or utility project that is part ofthe same "common plan" is not concurrently being disturbed. For example, an interconnecting access road or pipeline were under construction at the same time, they would generally be considered as a part of a single "common plan' for permitting purposes. 4) . if the operator sells all the lots in the subdivision to one or more multi -lot homebuilder(s), provisions shall be made to obtain stormwater permit coverage by one of the following options: a. The permit may be transferred from the first "operator" to the new/second "operator". b. A new, separate permit may be obtained by the second "operator". NOTE: If a new permit is to be obtained, then it shall be obtained before the first/original permit is terminated. 5) If the operator retains ownership of any lots in the subdivision, the operator shall maintain permit coverage for those lots under the original pen -nit. The operator shall modify the Stonnwater Pollution Prevention Plan (SWPPP) Page 17 of Part I Permit No. ARR150000 by stating which lots are owned and marking the lots on the site map. If there are one (I) or two (2) lots remaining and the total acreage is less than five (5) acres, the original permit could be terminated and those lots could be covered as a small site. 18. Change in Operator. For stormwater discharges from large construction sites where the operator changes, including instances where an operator is added after the initial NOI has been submitted, the new operator shall ensure that a permit transfer form is received by the Department at least two (2) weeks prior to the operator beginning work at the site. 19. ate Notit;r:+tlions. A discharger is not precluded from submitting an NOI in accordance with the requirements of this part after the dates provided in Part I.B.7 of this permit. In such instances, the Director may bring an enforcement action for failure to submit an NOI in a timely manner or for any unauthorized discharges of stormwater associated with construction activity that have occurred on or after the dates specified in this permit. 20. Failure to Notify. The operator of a construction site who fails to notify the Director of their intent to be covered under this permit, and who potentially discharges pollutants (sediment, debris, etc.) to Waters of the State without an NPDES permit, is in violation of the Arkansas Water and Air Pollution Control Act. 21. Maintenance. Determination of the acreage of disturbance does not typically include disturbance for routine maintenance activities on existing roads where the line and grade of the road is not being altered, nor does it include the paving of existing roads. Maintenance activities (returning to original cunditiuus) are not regulated under this permit unlcss one or more acres of underlying or surrounding soil are cleared, graded, or excavated as part of the operation. 22. Releases in tx�'&ssbf:Reportabie !QLW tM0. A. The discharge of hazardous substances or oil in the stormwater discharge(s) from a facility shall be prevented or minimized in accordance with the applicable stormwater pollution prevention plan for the facility. This permit does not relieve the operator of the reporting requirements of 40 CFR Parts 110, 117 and 302. Where a release containing a hazardous substance or oil in an amount equal to or in excess of a reporting quantity established under either 40 CFR 110, 40 CFR 117, or 40 CFR 302, occurs during a24 -hour period, the following action shall be taken: 1) Any person in charge of the facility is required to notify the National Response Center (NRC) (800-424-8802) in accordance with the requirements of 40 CFR 110, 40 CFR 117, or 40 CFR 302 as soon as he/she has knowledge of the discharge; 2) The operator shall submit within five (5) calendar days of knowledge of the release a written description of the release (including the type and estimate of the amount of material released), the date that such release occurred, and the circumstances leading to the release, and steps to be taken in accordance with Part I1.B.13 of this permit to the A DEQ. 3) The Stormwater Pollution Prevention Plan (SWPPP) described in Part ILA of this permit shall be modified within fourteen (14) calendar days of knowledge of the release to: a. Provide a description of the release and the circumstances leading to the release; and b. The date of the release; 4) Additionally, the S W PPP shall be reviewed to identify measures to prevent the reoccurrence of such releases and to respond to such releases, and the plan shall be modified where appropriate. B. Spills. This permit does not authorize the discharge of hazardous substances or oil resulting from an on-site spill. Page 18 of Part I Permit No. ARR150000 23. ,Atfainmenf bfWateir DunIJi Standard's. The operator shall select, install, implement and maintain control measures at the construction site that minimize the discharge of pollutants for which a stream is impaired at the discretion of the Director as necessary to protect water quality. In general, except in situations explained in below, the stormwater controls developed, implemented, and updated to be considered stringent enough to ensure that discharges do not cause or contribute to an excursion above any applicable water quality standard. At any time after authorization, the ADEQ may determine that the stormwater discharges may cause, have reasonable potential to cause, or contribute to an excursion above any applicable water quality standard. If such a determination is made, ADEQ will require the permittee to: A. Develop a supplemental BMP action plan describing SWPPP modifications to address adequately the identified water quality concerns and submit valid and verifiable data and information that are representative of ambient conditions and indicate that the receiving water is attaining water quality standards; or B. Cease discharges of pollutants from construction activity and submit an individual permit application. All written responses required under this part shall include a signed certification consistent with Part II.B.9. 24.:kewi.lring"_tt"n fridividual.:Permit The Director may require any person eligible for coverage under the general permit to apply for and obtain an individual permit. In addition, any interested person(s) may submit an application for an individual permit. The Director may consider the issuance of individual permits according to the criteria in 40 CFR 122.28(b)(3). Coverage of the facility under this general permit is automatically terminated when: (1) the operator fails to submit the required individual NPDES permit application within the defined time frame; or (2) the individual NPDES permit is issued by ADEQ and effective. Any operator covered under this general permit may request to be excluded from the coverage of this permit by applying for an APC&EC Regulation 6 individual permit. The operator shall submit an application for an individual permit with the reasons supporting the application to ADEQ. If final, individual NPDES permit is issued to an operator otherwise subject to this general permit, the applicability of this general permit to the facility is automatically terminated on the effective date of the individual NPDES permit. Otherwise, the applicability of this general pernit to the facility remains in full force and effect. Page 1 of Part II Permit No. ARR150000 PART II STANDARD CONDITIONS Information in Part II is organized as follows:-. Section A: Stormwater Pollution Prevention Plans (SWPPP): 1. Deadlines for Plan Preparation and Compliance 2. Signature, SWPPP, Inspection Reports, and Notice of Coverage (NOC) 3. Keeping SWPPP Current 4. Contents of the Stormwater Pollution Prevention Plan 5. Plan Certification Section B: Standard Permit Conditions: 1. Retention of Records 2. Duty to Comply 3. Penalties for Violations of Permit Conditions 4. Continuance of the General Permit 5. Need to Halt or Reduce Activity Not a Defense 6. Duty to Mitigate 7. Duty to Provide Information 8. Other Information 9. Signatory Requirements 10. Certification 11. Penalties for Falsification of Reports 12. Penalties for Tampering 13. Oil and Hazardous Substance Liability 14. Property Rights 15, Severability 16. Transfers 17. Proper Operation and Maintenance 18. Inspection and Entry 19. Permit Actions 20. Re -Opener Clause 21. Local Requirements 22. Applicable Federal, State Requirements Page 2 of Part II Permit No. ARR150000 SECTION A: STORMWATER POLLUTION PREVENTION PLANS (SWPPP) The operator shall prepare a Stormwater Pollution Prevention Plan (the plan/SWPPP) before permit coverage. At least one SWPPP shall be developed for each construction project or site covered by this permit. The SWPPP shall follow the order outlined in Part II.A.4 & 5 below. This basic ADEQ format is available through the Department's website I�te /Iuivw adei siate ar usl�va"terlpc initslriptlt/sttirm�vatcrl . Other formats may be used at the discretion of the Director if the format has been approved by the Department prior to use. The operator shall implement the SWPPP as written from initial commencement of construction activity until final stabilization is complete, with changes being made as deemed necessary by the permittee, local, state or federal officials. The plan shall be prepared in accordance with good engineering practices, by qualified personnel and shall: • Identify potential sources of pollution which may reasonably be expected to affect the quality of stormwater discharges from the construction; • Identify, describe and ensure the implementation of Best Management Practices (BMPs), with emphasis on initial site stabilization, which are to be used to reduce pollutants in stormwater discharges from the construction site; • Be site specific to what is taking place on a particular construction site; • Ensure compliance with the terms and conditions of this permit; and Identify the responsible party for on-site SWPPP implementation. 1 headlines for Plan Preparatiofr and Contnli;tnce. A. Silos: The plan shall be completed prior to the commencement of construction activities and updated as appropriate. Submittal ofthe NOI, permit fee and SWPPP is not required. All conditions set forth in Part ILA must be followed, and the NOC must be posted at the site prior to commencing construction. In addition, a copy of the SWPPP must be available at the construction site in accordance with Part 11.2.13 and D prior to commencing construction. The plan shall be completed and submitted for review, along with an NOI and initial permit fee 14 business days prior to the commencement of construction activities. Submittals of updates to the plan during the construction process are required only if requested by the Director. C. .FrisfinX PC117t7.1'PleC s: Existing permittees that were permitted prior to the issuance ofthis renewal permit are required to update their plan as appropriate to come into compliance with the requirements contained in Part II.A.4 by the effective date ofthis permit. 2. Signature Storni water `Pollution Prevention Plan (SWPPP) Inspecfron ketiorta and Notice of Coverage (NOC),. A. The SWPPP and inspection reports shall be signed by the operator (or cognizant official) in accordance with Part II.B.9 and be retained at the construction site during normal business hours (8:00 A.M. — 5:00 P.M.). B. The operator shall make SWPPP and inspection reports available, upon request, to the Director, the EPA, or a State or local agency reviewing sediment and erosion plans, grading plans, or stormwater management plans, or, in the case of stormwater discharge associated with construction activity which discharges through a municipal separate storm sewer system with an NPDES permit, to the municipal operator of the system. C. The Director, or authorized representative, may notify the operator at anytime that the plan does not meet one or more of the minimum requirements ofthis Part. Within seven (7) business days of such notification from the Director (or as otherwise provided by the Director) or authorized representative, the operator shall make the required changes to the Page 3 of Part 11 Permit No. ARR150000 plan and submit to the Director a written certification that the requested changes have been made. The Department may request re -submittal of the SWPPP to confirm that all deficiencies have been adequately addressed. The Department may also take appropriate enforcement action for the period of time the operator was operating under SWPPP that did not meet the minimum requirements of this permit. D. The operator shall post the NOC near the main entrance of the construction site and visible to the public. The NOC will indicate the location of the SWPPP. If the SWPPP location is changed from the initial location, the NOC shall be updated to reflect the correct location of the SWPPP. 3. Keening S11tureent. The operator shall amend the SWPPP within seven (7) business days or whenever there is a change in design, construction, operation, or maintenance at the construction site which has or could have a significant effect on the potential for the discharge of pollutants to the Waters of the State that has not been previously addressed in the SWPPP. The SWPPP should also be modified if a determination has been made through inspections, monitoring (if required), or investigation by the operator, local, state, or federal officials that the discharges are causing or contributingto water quality violation or the plan proves to be ineffective in eliminating or significantly minimizing pollutants from sources identified in stormwater discharges from the construction site. 4. C stents of tliie`Stormwater Pnllatson Preyeriti6Ti Plan (S1,1?1'Pr). The SWPPP shall include the following items: A. Slits .0 gvcj:!�zti gin. SWPPP shall provide a description of the following: 1) A description of the nature of the constriction activity and its intended i ise after the Notice of Intent (NOI) is filed (i.e., residential subdivision, shopping mall, etc.); 2) A description of the intended sequence of major activities which disturb soils for major portions of the site (e.g. grubbing, excavation, grading, infrastructure installation, etc.); 3) Estimates of the total area of the site (including off-site borrow and fill areas) and the total area of the site that is expected to be disturbed by excavation, grading or other activities; and 4) An estimate ofthe runoff coefficient of the site for pre- and post -construction activities and existing data describing the soil or the quality of any discharge from the site. B. Re nonsihle Prides. The SWPPP shall identify (as soon as this information is known) all parties (i.e., General Contractors, Landscapers, Project Designers, and Inspectors) responsible for particular services they provide to the operator to comply with the requirements of the SWPPP for the project site, and areas over which each party has control. If these parties change over the life of the permit, or new parties are added, the SWPPP should be updated to reflect these changes. C. Receiving Ifi c1 Os. The SWPPP shall include a clear description of the nearest receiving water(s), or if the discharge is to a municipal separate storm sewer, the name of the operator of the municipal system, and the ultimate receiving water(s). D. iioc:unientcrtion vi'Perinit RligiNlirr Related my the 101(d) list und Triter[A)Tathrtym lldih'.tJ6ads (TUDL). The SWPPP Should include information on whether or not the stormwater discharges from the site enter a water body that is on the most recent 303(d) list or with an approved TMDL. If the storm water discharge does enter a water body that is on the most recent 303(d) list or with an approved TMDL, then the SWPPP should address the following items: I) Identification of the pollutants that the 303(d) list or TMDL addresses, specifically whether the 303(d) list or TMDL addresses sediment or a parameter that addresses sediment (such as total suspended solids, turbidity, or siltation); 2) Identification of whether the operator's discharge is identified, either specifically or generally, on the 303(d) list or any associated assumptions and allocations identified in the TMDL for the discharge; and 3) Measures taken by the operator to ensure that its discharge of pollutants from the site is consistent with the assumptions and allocations of the TMDL. Page 4 of Part 11 Permit No. ARR 150000 If the Department determines during the review process that the proposed project will be discharging to a receiving water that is on the most recent 303(d) list or with an approved TMDL, then the Department will notify the applicant to include additional Best Management Practices in the SWPPP. E. w l tfainmenI. of 1'f oter Qsrtrliiv Slatrclai c1.s : tf e'r .-1 t.illir�ri .t on. 1) The permittee shall select, install, implement, and maintain BMPs at the construction site that minimize pollutants in the discharge as necessary to meet applicable water quality standards. In general, except in situations explained below, the SWPPP shall be developed, implemented, and updated to be considered as stringent as necessary to ensure that the discharges do not cause or contribute to an excursion above any applicable water quality standard. 2) At any time after authorization, the Department may determine that the stormwater discharges may cause, have reasonable potential to cause, or contribute to an excursion above any applicable water quality standard. If such a determination is made, the Department will require the permittee to: a. Develop a supplemental BMP action plan describing SWPPP modifications to adequately address the identified water quality concerns and submit valid and verifiable data and information that are representative of ambient conditions and indicate that the receiving water is attaining water quality standards; or b. Cease discharges of pollutants from construction activity and submit an individual permit application. 3) All written responses required under this part shall inr.lnde a signed certification (Part 11.13.9) F. Site Man. The SWPPP shall contain a legible site map (or multiple maps, if necessary) complete to scale, showing the entire site, that identifies, at a minimum, the following: 1) Pre -construction topographic view; 2) Direction of stormwater flow (i.e., use arrows to show which direction stormwater will flow) and approximate slopes anticipated after grading activities; 3) Delineate on the site map areas of soil disturbance and areas that will not be disturbed under the coverage of this permit; 4) Location of major structural and nonstructural controls identified in the plan; 5) Location of main construction entrance and exit; 6) Location where stabilization practices are expected to occur; 7) Locations of off-site materials, waste, borrow area, or equipment storage area; 8) Location of areas used for concrete wash-out; 9) Location of all Waters of the State with associated natural buffer boundary lines. Identify floodplain and floodway boundaries, if available; 10) Locations where stormwater is discharged to Waters of the State or a municipal separate storm sewer system if applicable, 1 1) Locations where stormwater is discharged off-site (should be continuously updated); 12) Areas where final stabilization has been accomplished and no further construction phase permit requirements apply; 13) A legend that clearly specifies any erosion and sediment control measure symbols/labels used in the site map and/or detail sheet; and 14) Locations of any storm drain inlets on the site and in the immediate vicinity of the site. G. Siorrnivalar Controls. Each plan shall include a description of appropriate controls and measures that will be implemented at the construction site. The plan will clearly describe for each activity identified in the project description control measures associated with the activity and the schedule during the construction process that the measures will be implemented. Perimeter controls for the site shall be installed after the clearing and grubbing necessary for installation of the measure, but before the clearing and grubbing for the remaining portions of the site. Perimeter controls shall be actively maintained until final stabilization of those portions of the site upward of the Page 5 of Part 11 Permit No. ARR 150000 perimeter control. Temporary controls shall be removed after final stabilization and properly disposed. The description and implementation of controls shall address the following minimum components: 1) ltiitial Site Stabilization, Erosion and:Sedi.mtht 6!!tt'6ls an'd!Post`Management Practices, Design, install, implement and maintain effective erosion and sediment controls to minimize the discharge of pollutants. At a minimum the following controls and Best Management Practices (BMPs) shall be designed, installed, implemented and maintained. Therefore, the SWPPP shall address, at a minimum, the following: a. For larger common plans, only streets, drainage, utility areas, areas needed for initial construction of streets (e.g., borrow pits, parking areas, etc.) and areas needed for stormwater structures may be disturbed initially. Upon stabilization of the initial areas, additional areas may be disturbed. b. The construction -phase erosion (such as site stabilization) and sediment controls (such as check dams) should be designed to retain sediment on-site to the extent practicable. c. All control measures shall be properly selected, installed, and maintained in accordance with the manufacturer's specifications, good engineering, and construction practices. If periodic inspections or other information indicates a control has been used inappropriately or incorrectly, the permittee shall replace or modify the control for site situations. d. If sediment escapes the construction site, off-site accumulations of sediment shall be removed at a frequency sufficient to minimize off-site impacts (e.g., fugitive sediment in a street could be washed into storm sewers by the next rain or pose a safety hazard to users of public streets). This permit does not give the authority to trespass onto other property; therefore this condition should be carried out along with the permission of neighboring land owners to remove sediment e. Sediment shall be removed from sediment traps (if used, please specify what type) or sedimentation ponds when design capacity has been reduced by 50%. f Litter, construction debris, and construction chemicals exposed to stormwater shall be prevented from becoming a pollutant source for stormwater discharges (e.g., screening outfalls picked up daily). g. Off-site material storage areas (also including overburden and stockpiles ofdirt, borrow areas, etc.) used solely by the permitted project are considered a part of the project and shall be addressed in the SWPPP. 2) .Stabilization practice. The SWPPP shall include, at a minimum, the following information: a. Description and Schedule: A description of initial, interim, and permanent stabilization practices, including site-specific scheduling of the implementation of the practices. Site plans should ensure that existing vegetation is preserved where attainable and that disturbed areas are stabilized. Stabilization practices may include: mulching, temporary seeding, permanent seeding, geotextiles, sod stabilization, natural buffer strips, protection of trees, and preservation of mature vegetation and other appropriate measures. b. Description ofnatural buffer areas: The Department requires that a natural buffer zone be established between the top of stream bank and the disturbed area. The SWPPP shall contain a description of how the site will maintain natural buffer zones. For construction projects where clearing and grading activities will occur, SWPPP shall provide at least twenty-five (25) feet of natural buffer zone from any named or unnamed streams, creeks, rivers, lakes or other water bodies. The plan shall also provide at least fifty (50) feet of natural buffer zone from established TMDL water bodies, streams listed on the 303(d) list, an Extraordinary Resource Water (ERW), Ecologically Sensitive Waterbody (ESW), Natural and Scenic Waterway (NSW), or other uses at the discretion of the Director. If the site will be disturbed within the recommended buffer zone, then the buffer zone area shall be stabilized as soon as possible. Exceptions from this requirement for areas such as water crossings, limited water access, and restoration of the buffer are allowed ifthe permittee fully documents in the SWPPP the circumstances and reasons for the buffer zone encroachment. Additionally, this requirement is not intended to interfere with any other ordinance, rule or regulation, statute or other provision of law. Please note that above -grade clearing that does not disturb the soil in the buffer zone area does not have to comply with buffer zone requirements. c. Records of Stabilization: A record of the dates when grading activities occur, when construction activities Page 6 of Part I1 Permit No. ARR150000 temporarily or permanently cease on a portion ofthe site, and when stabilization measures are initiated shall be included in the plan. d. Deadlines for Stabilization After Constriction Activity Temporarily Ceases: Stabilization measures shall be initiated as soon as practicable in portions of the site where construction activities have temporarily ceased, but in no case more than fourteen (14) days after the construction activity in that portion of the site has temporarily ceased, except: (1) Where the initiation of stabilization measures by the fourteenth (14`x') day after construction activity temporarily ceases is precluded by snow cover, stabilization measures shall be initiated as soon as practicable. (2) In arid, semiarid, and drought -stricken areas where initiating vegetative stabilization measures immediately is infeasible, alternative stabilization measures shall be employed as specified by the permitting authority. e. Deadline for Stabilization After Construction Activity Permanently Ceases: Stabilization measures shall be initiated immediately in portions of the site where construction activities have permanently ceased, except: (1) Where the initiation of stabilization measures immediately after construction activity permanently ceases is precluded by snow cover, stabilization measures shall be initiated as soon as practicable. (2) In arid, semiarid, and drought -stricken areas where initiating vegetative ,stahilization measures immediately is infeasible, alternative stabilization measures shall be employed as specified by the permitting authority. 3) ;Structural .Practices. A description of structural practices to divert flows from exposed soils, store flows, or otherwise limit runoff and the discharge of pollutants from exposed areas of the site to the degree attainable. Structural practices should be placed on upland soils to the degree attainable. The installation of these devices may be subject to Section 404 of the Clean Water Act. Such practices may include but are not limited to: - silt fences (installed and maintained) - earthen dikes to prevent run-on - drainage swales to prevent run-on - check dams - subsurface drains - pipe slope drains - storm drain inlet protection - rock outlet protection - sediment traps - reinforced soil retaining systems - gabions - temporary or permanent sediment basins. A combination of erosion and sediment control measures is encouraged to achieve maximum pollutant removal. Adequate spillway cross-sectional area and re -enforcement shall be provided for check dams, sediment traps, and sediment basins. a. Sediment Basins: (1) For common drainage locations that serve an area with ten (10) or more acres (including run-on from other areas) draining to a common point, a temporary or permanent sediment basin that provides storage based on either the smaller of 3600 cubic feet per acre, or a size based on the runoff volume of 10 year, 24 hour storm, shall be provided where attainable (so as not to adversely impact water quality) until final stabilization of the site. In determining whether installing asediment basin is attainable, the operator may Page 7 of Part II Permit No. ARR 150000 consider factors such as site soils, slope, available area on site, etc. Proper hydraulic design of the outlet is critical to achieving the desired performance of the basin. The outlet should be designed to drain the basin within twenty-four (24) to seventy-two (72) hours. (A rule of thumb is one square foot per acre for a spillway design.) The 24-hour limit is specified to provide adequate settling time; the seventy-two (72) hour limit is specified to mitigate vector control concerns. If a pipe outlet design is chosen for the outfall, then an emergency spillway is required. If "non -attainability" is claimed, then an explanation of non - attainability shall be included in the S WPPP. Where a sediment basin is not attainable, smaller sediment basins or sediment traps shall be used. Where a sediment basin is un -attainable, natural buffer strips or other suitable controls which are effective are required for al I side slopes and down slope boundaries ofthe constriction area. The plans for removal of the sediment basin should also be included with the description of the basin in the SWPPP. (2) For drainage locations serving an area less than ten (10) acres, sediment traps, silt fences, or equivalent sediment controls are required for all side slope and down slope boundaries ofthe construction area unless a sediment basin providing storage based on either the smaller of 3600 cubic feet per acre, or a size based on the run off volume of a 10 year, 24 hour storm is provided. (A rule of thumb is one square foot per acre for a spillway.) However, in order to protect the Waters of the State, the Director, at their discretion, may require a sediment basin for any drainage areas draining to a common point. b. Velocity Dissipation Devices: Velocity dissipation devices shall be plan cl at discharge locations, within concentrated flow areas serving two or more acres, and along the length of any outfall channel to provide a non-erosive flow velocity from the stricture to a water course so that the natural physical and biological characteristics and functions are maintained and protected (i.e., no significant changes in the hydrological regime of the receiving water). Please note that the use of hay -bales is not recommended in areas of concentrated flow. H..:Other Controls. 1) No solid materials, including building materials, shall be discharged to Waters of the State or offsite. 2) Off-site vehicle tracking of sediments and the generation of dust shall be minimized through the use ofa stabilized construction entrance and exit or vehicle tire washing. 3) For lots that are less than one (1) acre in size an alternative method may be used in addition to a stabilized constriction entrance. An example of an alternative method could be daily street sweeping. This could allow for the shortening of the construction entrance. 4) The plan shall ensure and demonstrate compliance with applicable State or local waste disposal, temporary and permanent sanitary sewer or septic system regulations. 5) No liquid concrete waste shall be discharged to Waters of the State. Appropriate controls to prevent the discharge of concrete washout waters shall be implemented if concrete washout will occur on-site. 6) No contaminants from fuel storage areas, hazardous waste storage and truck wash areas shall be discharged to waters ofthe State or offsite. Methods for protecting these areas shall be identified and implemented. These areas should not be located near a water body, if there is a water body on or near the project. 1. iyon=stor>innwulvl- ilischalyes. Sources of non-stormwater listed in Part I.B.10 of this permit that are combined with stormwater discharges associated with construction activity shall be identified in the plan. This list should be site specific non-stormwater discharges. J. The operator is required to provide a description of measures that will be installed during the construction process to control pollutants in stormwater discharges that will occur after construction operations have been completed. Structural measures should be placed on upland soils to the degree attainable. The installation of these devices may be subject to Section 404 (Corps of Engineers) of the Clean Water Act. This permit only addresses the installation of stormwater management measures, and not the ultimate operation and maintenance of such structures after the constriction activities have been completed and the site has undergone final stabilization. Page 8 of Part 11 Permit No. ARR150000 However, post -construction stormwater BMPs that discharge pollutants from a point source once construction is completed may need authorization under a separate ADEQ NPDES permit. Such practices may include but are not limited to: infiltration of runoff onsite flow attenuation by use of open vegetated swales and natural depressions - stormwater retention structures stormwater detention structures (including wet ponds) sequential systems, which combine several practices A goal of at least 80 % removal of total suspended solids from these flows which exceed predevelopment levels should be used in designing and installing stormwater management controls (where practicable). Where this goal is not met, the operator shall provide justification for rejecting each practice listed above based on site conditions. K. 41VIlvablu Slate orLocath-o4anrs. The SWPPP shall be updated as necessary to reflect any revisions to applicable federal, state, or local requirements that affect the stormwater controls implemented at the site. Insgeal ns. Inspections should conducted by qualified personnel (provided by the operator). Inspections shall include all areas of the site disturbed by constriction activity and areas used for storage of materials that are exposed to precipitation. Inspectors shall look for evidence of, or the potential for, pollutants entering the stormwater conveyance system. Erosion and sedimentation control measures shall be observed to ensure proper operation. Discharge locations shall be inspected to determine whether erosion control measures are effective in preventing significant impacts to Waters of the State or offsite, where accessible. Where discharge locations are inaccessible, nearby downstream locations shall be inspected to the extent that such inspections are practicable. Locations where vehicles enter or exit the site shall be inspected for evidence of off-site sediment tracking. Inspections may not be required ifthe lot(s) within a larger common plan is/are sufficiently stabilized. In addition, inspections may not be required on acompleted section of a linear project if that section has been sufficiently stabilized. Stabilized areas of the project should be indicated in the SWPPP and site map and show what date they were stabilized. The operator shall ensure that no sediment will leave the lot(s) that are stabilized. These lots shall be identified within the SWPPP and show what date they were stabilized. If the operator is unable to ensure this, then inspections shall continue. 1) Inspection Frequency. Inspections shall be conducted in accordance with one of the following schedules listed below. The schedule must be specified in the Stormwater Pollution Prevention Plan (SWPPP). a. At least once every 7 calendar days, or b. At least once every 14 calendar days and within 24 hours of the end of a storm event of 0.25 inches or greater (a rain gauge must be maintained on-site). 2) Inspection Forr i. The ADEQ inspection form should be used for all inspections. The inspection form should include any erosion/sediment controls that are being used on the site. The form is available on the Department's website wvvw:adeq.state,anus. If a different form is used, it shall at a minimum contain the following information: a. Inspector Name and Title b. Date of Inspection c. Amount of Rainfall and Days Since Last Rain Event (only applicable to Part II.A.4.L.l.b) d. Approximate beginning and duration of the storm event e. Description of any discharges during inspection f. Locations of discharges of sediment/other pollutants g. Locations of BMPs in need of maintenance or where maintenance was performed h. If the BMPs are in working order and if maintenance is required (including when scheduled and completed) i. Locations that are in need of additional controls j. Location and Dates When Major Construction Activities Begin, Occur or Cease k. Signature of qualified signatory official, in accordance with Part II.B.9 Page 9 of Part 11 Permit No. ARR 150000 Additional information may be added to the inspection report at the perumittee's discretion. 3) Inspection Records,, The report shall be retained as part of the SWPPP for at least three (3) years from the date the site is finally stabilized. The report shall be signed and have a certification statement in accordance with the requirements of this permit. 4) Winter Conditions. Inspections will not be required at construction sites where snow cover exists over the entire site for an extended period, and melting conditions do not exist. If there is any runoff from the site at any time during snow cover, melting conditions would be considered to be existent at the site and this inspection waiver would not apply. Regular inspections, as required by this permit, are required at all other times as specified in this permit. If winter conditions prevent compliance with the permit, documentation of the beginning and ending date of winter conditions should be included in the SWPPP. 5) Adverse. Weather Conditions- Adverse conditions are those that are dangerous or create inaccessibility for personnel, such as local flooding, high winds, or electrical storms, or situations that otherwise make inspections impractical, such as extended frozen conditions. When adverse weather conditions prevent the inspection of the site, an inspection should be completed as soon as is safe and feasible. If adverse weather conditions prevent compliance with the permit, documentation of the beginning and endingdate of adverse weather conditions should be included in the SWPPP. M. tlkintengii e. A description of procedures to maintain vegetation, ernsion and sediment control measures and other protective measures in good, effective operating condition shall be outlined in the plan. Any repairs that are needed based on an inspection shall be completed, when practicable, before the next storm event, but not to exceed a period of three (3) business days of discovery, or as otherwise directed by state or local officials. However, if conditions do not permit large equipment to be used, a longer time frame is allowed if the condition is thoroughly documented on the inspection form. Maintenance for manufactured controls shall be done at a minimum of the manufacturer's specifications. Maintenance for non -manufactured controls, i.e. check dams and sediment traps, shall be done upon 50% capacity. N. ern gayee 7)-vL 7r;. The permittee/operator is responsible for training personnel who are responsible for implementing activities identified in the SWPPP on the components and goals of the SWPPP and the requirements of the general permit. This includes contractors and subcontractors. Training should be given by a knowledgeable and qualified trainer. The SWPPP shall identify periodic dates for such training and records of training shall be maintained with the SWPPP. Training records that are maintained electronically (i.e. database, etc.) do not need to be maintained with the SWPPP, but shall be accessible upon request. Formal training classes given by Universities or other third -party organizations are not required but recommended for qualified trainers; the permittee is responsible for the content of the training being adequate for personnel to implement the requirements of the permit. 5. PlairCertificition. The SWPPP Certification shall be signed by either the operator or the cognizant official identified on the Notice of Intent. All documents required by the permit and other information requested by the Director shall be signed by operator or by a duly. authorized representative of the operator (Please see Part II.B.10 below for certification). Page 10 of Part I I Pert -nit No. ARR150000 SECTION B: STANDARD PERMIT CONDITIONS 1. Retention of Records. A. The operator shall retain records of all Stormwater Pollution Prevention Plans, all inspection reports required by this permit, and records of all data used to complete the Notice of Intent (NOI) to be covered by this permit for a period of at least three years from the date the Notice of Termination letter is signed by the Department. This period may be extended by request of the Director at any time. B. The operator shall retain a signed copy of the Stormwater Pollution Prevention Plan (S WPPP) and inspection reports required by this permit at the construction site from the date of project initiation to the date of final stabilization. Z.`.Diit-y to -gmulV The operator shall comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the federal Clean Water Act and the Arkansas Water and Air Pollution Control Act and is grounds for: enforcement action; permit termination, revocation and re -issuance, or modification; or denial of a permit renewal application. 3. Penalties:for V oliititin 'of Permit Conditions: The Arkansas Water and Air Pollution Control Act (Ark. Code Ann. 8-4- 101 et seq.) provides that any person who violates any provisions of a permit issued under the Act shall be guilty of a misdemeanor and upon conviction thereof shall be subject to imprisonment for not more than one (I) year, or a criminal penalty of not more than twenty five thousand dollars ($25,000) or by both such fine and imprisonment for each day of such violation. Any person who violates any provision of a permit issued under the Act may also be subject to civil penalty in such amount as the court shall find appropriate, not to exceed ten thousand dollars ($10,000) for each day of such violation. The fact that any such violation may constitute a misdemeanor shall not be a bar to the maintenance of such civil action. 4. Confighfince of the Ceneral'Pcrmit, Permittees wishing to continue coverage under this general permit shall submit a Renewal NOI (see Part I.B.4 for where to submit documentation) up to 180 days prior to the expiration date, but no later than 30 days prior to the expiration date. No additional fee is required to be submitted along with the Renewal NOI. An expired general permit continues in force and effect until a new general permit is issued. If this permit is not re -issued or replaced prior to the expiration date, it will be administratively continued in accordance with Ark. Code Ann. § 8-4- 203(rm) and remain in force and effect. If a permittee was granted permit coverage prior to the expiration date, the permittee will automatically remain covered by the continued permit until the earliest of.- A. f:A. The effective date of the re -issuance or replacement of this permit and a timely submittal of a renewal NOI by the operator; or B. The operator's submittal of a Notice of Termination (NOT); or C. Issuance of an individual permit for the project's discharges (see Part I.B.24); or D. A formal permit decision by the A DEQ to not re -issue this general permit, at which time operators must seek coverage under an alternative permit (see Part I.B.24). Small site operators are responsible for ensuring that the site is in compliance with any changes or updates of this general permit by reviewing the ADEQ website at: https://www <ulecl,tate ir.us/watcr/perin ils/n pdes/stormwaler/ Page 1 I of Part II Permit No. ARR150000 5. Need to Haylt.or Reduce Activity'Not a ©efense. It shall not be a defense for an operator in an enforcement action that it would have been necessary to halt or reduce the permitted activity in order to maintain compliance with the conditions of this permit. 6. Duty to Mitip-ate. The operator shall take all reasonable steps to minimize or prevent any discharge or sludge use or disposal in violation ofthis permit which has reasonable likelihood ofadversely affectinghuman health orthe environment. 7. Diuty to Provide n:formation. The operator shall furnish to the Director, an authorized representative of the Director, the EPA, a State or local agency reviewing sediment and erosion plans, grading plans, or storrnwater management plans, or in the case of a storrnwater discharge associated with industrial activity which discharges through a Municipal Separate Storrs Sewer System (MS4) with an NPDES permit, to the municipal operator of the system, within a reasonable time, any information which is requested to determine compliance with this permit. 8. Other Ilnfoi`.tnation:: When the operator becomes aware that he or she failed to submit any relevant facts or submitted incorrect information in the Notice of Intent or in any other report to the Director, he or she shall promptly submit such facts or information. 9. Signatory wqulrenitents. All Notices of Intent (NOIs), reports, or information submitted to the Director shall be signed and certified by the operator. A. All Notices of Intent shall be signed as follows: 1) For a corpdratian: by a responsible corporate officer. For purposes of this section, a responsible corporate officer means: a. A president, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation; or b. The manager of one or more manufacturing, production, or operating facilities, provided, the manager is authorized to make management decisions which govern the operation of the regulated facility including having the explicit or implicit duty of making major capital investment recommendations, and initiating and directing other comprehensive measures to ensure long term environmental compliance with environmental laws and regulations; the manager can ensure that the necessary systems are established or actions taken to gather complete and accurate information for permit application requirements; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2) For a partnership or sale prQpt.ietarsfiip`. by a general partner or the proprietor, respectively; 3) For a municipality. State, Federal orether public agency: By either a principal executive or ranking elected official. For purposes of this section, a principal executive officer of a Federal agency includes: a. The chief executive officer of the agency; or b. A senior executive officer having responsibility for the overall operations of principal geographic unit of the agency. B. All reports required by the permit and other information requested by the Director shall be signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only if: 1) The authorization is made in writing by a person described above and submitted to the Director; 2) The authorization specifies either an individual or a person having responsibility for the overall operation of the Page 12 of Part 11 Permit No. ARR 150000 regulated facility or activity, such as the position of plant manager, operator of a well or a well field, Superintendent, or position of equivalent responsibility, or position of equivalent responsibility for environmental matters for the company. (A duty authorized representative may thus be either a named individual or any individual occupying a named position); and 3) .ChahRes to AU1I1Ori7.atiOn. If an authorization under this Part is no longer accurate because a different individual or position has responsibility for the overall operation of the facility, a new authorization satisfying the above requirements shall be submitted to the Director prior to or together with any reports, information, or applications to be signed by an authorized representative. 10.:Certificntio'n. Any person signing a document under this section shall make the following certification: "I certify under penalty of law that this document and all attachments such as Inspection Form were prepared under ►ny direction or supervision in accordance with a system designed to ensure that qualified personnel property gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Note: For this permit only, "this document' refers to the Stormwater Pollution Prevention Plan, "attachments" refers to the site map and inspection forms, and "system" is referencing the project site. 11. P'halties'for Falsification. of Reports The Arkansas Water and Air Pollution Control Act provides that any person who knowingly makes any false statement, representation, or certification in any application, record, report, plan or other document filed or required to be maintained under this permit shall be subject to civil penalties specified in Part II.B.3 of this permit and/or criminal penalties under the authority of the Arkansas Water and Air Pollution Control Act (Ark. Code Ann. 8-4-101 et seq.). 12. Penalties for Tampering. The Arkansas Water and Air Pollution Control act provides that any person who falsifies, tampers with, or knowingly renders inaccurate any monitoring device or method required to be maintained under the Act shall be guilty of a misdemeanor and upon conviction thereof shall be subject to imprisonment for not more than one (1) year or a fine of not more than twenty five thousand dollars ($25,000) or by both such fine and imprisonment. 13. Oil anti llaxar loos Substance 1Liabi(s'ty: Nothing in this permit shall be construed to preclude the institution of any legal action or relieve the operator from any responsibilities, liabilities, or penalties to which the operator is or may be subject under Section 311 of the Clean Water Act or Section 106 of CERCLA. 14. Proverty Riahts. The issuance of this permit does not convey any property rights of any sort or any exclusive privileges, nor does it authorize any injury to private property, any invasion of personal rights, or any infringement of Federal, State, or local laws or regulations. 15. _Severability. The provisions of this permit are severable. If any provisions of this permit or the application of any provision of this permit to any circumstance is held invalid, the application of such provisions to other circumstances and the remainder of this permit shall not be affected thereby. 16. Transfers. This permit is not transferable to any person except after notice to the Director. A transfer form shall be submitted to the ADEQ as required by this permit. 17. ProUer Operation and Maintenance. The operator shall at all times: A. Properly operate and maintain all systems of treatment and control (and related appurtenances) which are installed or used by the operator to achieve compliance with the conditions of this permit. This provision requires the operation of Page 13 of Part II Permit No. ARR150000 backup or auxiliary facilities or similar systems which are installed by an operator only when the operation is necessary to achieve compliance with the conditions of the permit. B. Provide an adequate operating staff which is duly qualified to carry out operation, inspection, maintenance, and testing functions required to ensure compliance with the conditions of this permit. 18. i'nspecti6n unci Entry: The operator shall allow the Director, the EPA, or an authorized representative, or, in the case ofa construction site which discharges to a municipal separate storm sewer, an authorized representative of the municipal operator of the separate sewer system receiving the discharge, upon the presentation of credentials and other documents as may be required by law, to: A. Enter upon the operator's premises where a regulated facility or activity is located or conducted, or where records shall be kept under the conditions of this permit; B. Have access to and copy, at reasonable times, any records that shall be kept under the conditions of this permit; C. Inspect at reasonable times any facilities or equipment, including monitoring and control equipment and practices or operations regulated or required by the permit; D. Sample or monitor at reasonable times, for the purposes of assuring permit compliance or as otherwise authorized by the CWA, any substances or parameters at any location on the permitted property. 19.,1Permif actions: This permit maybe modified, revoked and reissued, or terminated for any cause including, but not limited to, the following; A. Violation of any terms or conditions of this permit; B. Obtaining this permit by misrepresentation or failure to frilly disclose all relevant facts; C. A change in any conditions that requires either a temporary or permanent reduction or elimination of the authorized discharge; D. A determination that the permitted activity endangers human health or the environment and can only be regulated to acceptable levels by permit modification or termination; or E. Failure of the operator to comply with the provisions of ADEQ Regulation No. 9 (Fee Regulation). Failure to promptly remit all required fees shall be grounds for the Director to initiate action to terminate this permit under the provisions of 40 CFR 122.64 and 124.5(d), as adopted by reference in ADEQ Regulation No. 6, and the provisions of ADEQ Regulation No. 8. 20. Re -Opener Clause. A. If there is evidence indicating potential or realized impacts on water quality due to any stormwater discharge associated with industrial activity covered by this permit, the operator of such discharge may be required to obtain an individual permit or an alternative general permit in accordance with Part I.B.23 of this permit, or the permit may be modified to include different limitations and/or requirements. B. Permit modification or revocation will be conducted in accordance with the provisions of 40 CFR 122.62, 122.63, 122.64 and 124.5, as adopted by reference in ADEQ Regulation No. 6. 21. Local Requirements. All dischargers shall comply with the lawful requirements of municipalities, counties, drainage districts, and other local agencies regarding any discharges of stormwater to storm drain systems or other water sources under their jurisdiction, including applicable requirements in municipal stormwater management programs developed to comply with the ADEQ permits. Dischargers shall comply with local stormwater management requirements, policies, or guidelines including erosion and sediment control. 22. Atinlicable Federal, State Requirements. Permittees are responsible for compliance with all applicable terms and conditions ofthis permit. Receipt of this permit does not relieve any operator of the responsibility to comply with any other applicable federal, state or local statute, ordinance policy, or regulation. 00a; City of Fayetteville, Arkansas Attendance Sheet C17Y OF FAYETTEVILLE ta: StI ARKANSAS RFP/RFQk: Description:. tel - -.rc=7`^-� Function (circle one): 81d Opening, Selection Committee Meetin , re -Bi interview Date: it Sot -t Time' Z -L-P LM Ck, nH emai i.Madee'@6yeuenPem rw' Name Company Title Phone Email 1 L`' h'LG +- .._C1i ,ryC' i1 .o'ltt i�wrc►. (:5r�+:_ _ Sa�S• 72;u 1�" ar«A 4�O r ID 311'cG lii�trTor1«i-i_SAZd��K—aiiLt�u_ai=�1C:�?'�Ss1dX�?,=r�r"`. 4 \\ li: c% �im{k4r -Le-•asf}-Ltt�" 1119 �4�-�1rb _ �x=_ / - S{%ettb"��..flLi,Ai�c�Ml1i�S4-�i�4+'P_'JZ'il:�%e"`+� 6't,:eil z- i ; _�• �' i" . rt x l '1'_ '� 4' , ur4► + i. r l r; i.. A -e M — g 1tY�iiJ %�>.yi 1„_,t/�V,,./'�'l�,/ ��'.l/r,� � ,ri fd'1tr+rT+f` 'i�11� t/1116 _ �.JliyiT�yt.+�rY^+✓,�/15y,�'.lil1 9 10 11 -1A (� �� �� God Is�£�tlr� �- � '� js�� iz 4H t�- rft• w►tsstad W'JTx.kcrns g5�;w...fos y� t�3-1s�6�9� 3�a-2,5 . ,� r. ,�r ' 4.� ww cc.. ZL`La Opened By. Checked Ry. .fi?rllriCCLELLANa ,E,C0NSULT1NG ENGINEERS IN ADDENDUM NO.2 December 9, 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. Ductile iron fittings shall be compact type, in compliance with AWWA C153. 2. Tapping sleeves shall be stainless steel or cast-iron and shall be 100% domestic made in the USA. Tapping sleeves shall have mechanical joint (MJ) or flanged (FL) outlet and shall be designed for a minimum 250 psi working pressure. 3. Tapping valves shall be MJ x MJ or FL x M1 and match the outlet of the tapping sleeve. Tapping valves shall be 100% domestic made in the USA and be designed for a minimum 250 psi working pressure. 4. Solid sleeves shall be full body type, in compliance with AWWA C110r1 SPECIFICATIONS: 1. Section 00 1413 — Bidder Qualifications a. Delete and replace with attached document. i. Revise Part: EXPERIENCE STATEMENT (MANDATORY).2.a 1. Delete: '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.' 2. Section 00 4113— Bid Form a. Delete and replace with attached document. L Revise: Bid Items scope and or quantity including 1. 24 -Inch Class 350 Ductile Iron Water Main 2. 24 -Inch Class 350 Restrained Joint Ductile Iron Water Main 3. 24" Line Stop 4. 30" Line Stop 5. Ductile Iron or Cast -Iron Water Main Fittings 17-2162 Morningside 24" Water Main Relocation Addendum No. 1 Page 1 of 3 6. Polyethylene Encasement for 24" DIP - Vbio ii. Add: Bid Items including 1. Clearing & Grubbing 2. 24" Anchor Collar 3. 30" Anchor Collar 4. Encasement Tie -Down 5. Polyethylene Encasement for 24" DIP -Sheet iii. Rename: Bid Item 'Guard Posts' to be 'Bollards'. 3. Section 0120 00 — Price and Payment Procedures a. Delete and replace with attached document. I. Update Pay Items. 4. Section 33 11 16 —Water Distribution Systems a. Delete: Part 2.7.13—'All ductile iron fittings for PVC pipe shall be full body, 350 PSI rating and shall conform to the requirements of ANSI/AWWA C110/A21.10, latest revision, for Ductile Iron and Gray Iron Fittings. b. Revise: Part 2.7.D — Add, 'Solids sleeves shall conform to AWWA C110.' DRAWINGS: 1. Sheet— C0.3 —QUANTITIES a. Delete and replace with attached Drawing. i. Updates to Bid Items and Quantities. 2. Sheet— C7.1—WATER MAIN P&P STA 0+00 THRU STA 5+00, Profile View a: Delete and replace with attached Drawing. i. Delete note 'REINFORCED CONCRETE ANCHOR COLLAR. SEE DETAIL'. Replace with note, 'ENCASEMENT TIE -DOWN. SEE DETAIL.' ii. Delete note, 'BACKFILL BETWEEN ANCHOR COLLARS WITH FLOWABLE FILL'. Replace with note, 'BACKFILL ENTIRE LENGTH OF ENCASEMENT WITH FLOWABLE FILL.' 3. Sheet— C7.7— WATER MAIN P&P STA 30+00 THRU 32+94, Plan Views a. Delete and replace with attached Drawing. - i. Delete two notes '24" LINE STOP AND ANCHOR COLLAR SEE DETAILS FOR LAYOUT'. Replace with two notes,'24" REINFORCED CONCRETE ANCHOR COLLAR. SEE DETAILS FOR LAYOUT. 4. Sheet — C8.6 — DETAILS -6 a. Delete and replace with attached Drawing. i. Add detail 'STEEL ENCASEMENT PIPE TIE -DOWN:,. 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: 12/9/19 Date END OF ADDENDUM NO.1 17-2162 Morningside 24" Water Main Relocation Addendum No.1 Page 3 of 3 Bid 19-54, Addendum 2 Date: Tuesday December 10, 2019 To: All Prospective Vendors From: Les McGaugh — 479.575.8220 — Irncpaukh@fayetteville-ar.gov. RE: Bid 19-54, Construction — Morningside Waterline Relocate CITY OF FAYSTTEVILLE 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 THIS ADDENDUM QN,THE DESIGNATED LOCATION ON THE BID FORM. The deadline to submit a bid for this project is extended. All bids shall be submitted by Thursday, December 19, 2019 before 2:00:00 PM local time. All bids shall be submitted to the City of Fayetteville, Purchasing Division, located in City Hall at 113 W. Mountain, Room 306, Fayetteville, AR 72701. Late submittals will not be accepted. 2. This Addendum includes a revised bid form which shall be used by all bidders. Failure to submit the correct revised bid form in a printed sealed format shall result in bid rejection. a. Bidders shall submit a printed physical copy of the enclosed revised bid form, this addendum, and all other required documents b. Bids shall be submitted in a sealed envelope prior to deadline according to submittal procedures outlined in the Project Manual. NO ELECTRONIC COPIES WILL BE ACCEPTED. 3.; No impact fees are associated with the taps or connections on this project. 4, Attached is Engineer's Addendum No. 2 E r , . , . . i l' t, • . 1 .j A n fsn(, i 11 Telecommunications Device rot the Deaf TDD (479) 52 t - 1316 113 West Mountain -Fayetteville, AR 72701 SECTION.01.20 00 --PRICE AND PAYMENT_PROCEDURES, PART 1 - GENERAL 1.1 RELATED SECTIONS A. Document 004113 — Bid Form B. Section 007213 — General Conditions 1.2 SECTION INCLUDES 1. Schedule of Values. 2. Application for Payment. 3. Change procedures. 4. Defect assessment. S. Unit prices. 1.3 SCHEDULE OF VALUES A. Prepare a separate Schedule of Values for each schedule of the Work under the Agreement. B. Upon request of Engineer, provide support documentation to support the accuracy of the Schedule of Values. C, Unit Price Work- Reflect unit price quantity and price breakdown from conformed Bid Form. D. Lump Sum Work: 1. Reflect Schedule of Values format included in conformed Bid Form, specified allowances, alternates, and equipment selected by Owner, as applicable. 2. List bonds and insurance premiums, mobilization, demobilization, preliminary and detailed progress schedule preparation, facility startup, and contract closeout separately. 3. Break down by Division 2 through 44 with appropriate subdivision of each Specification for each Project facility. The apparent "low bidder" is required to deliver a Bid breakdown by specification within 3 working days after Bid opening. E.. An unbalanced or front-end loaded schedule will not be acceptable. F. Summation of the complete Schedule of Values representing all the Work shalt equal the Contract Price. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-1 G. Submit Schedule of Values in a portable document format (pdf) in a spreadsheet format compatible with latest version of Excel. H,. Revise schedule to list approved Change Orders with each Application for Payment. 1.4 APPLICATION FOR PAYMENT A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment for each schedule and include Request for Payment of Materials and Equipment on Hand as applicable. Execute certification by authorized officer of Contractor. B. Use detailed Application for Payment Form suitable to Engineer. C. Provide separate form for each schedule as applicable:. D. Include accepted Schedule of Values for each schedule or portion of Work, the unit price breakdown for the Work to be paid on unit price basis, a listing of Owner - selected equipment, if applicable, and allowances, as appropriate. E. Preparation: 1. Round values to nearest dollar. 2. List each Change Order executed prior to date of submission as separate line item. The totals will equal those shown on the Transmittal Summary Form for each schedule as applicable. 3. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form(s) for each schedule as applicable, a listing of materials on hand for each schedule as applicable, and such supporting data as may be requested by Engineer. 4. Prior to submitting each request for progress payment, request Engineer's review and approval of current status of record documents as required by GC - 6.11.13 Failure to properly maintain, update, and submit record documents may result in a deferral by Engineer to recommend whole or any part of Contractor's Application for Payment, either partial or final. F:: Content and Format: Use Schedule of Values for listing items in Application for Payment. G. Submit updated construction schedule with each Application for Payment. H. Payment Period: Submit at intervals stipulated in the Agreement. I. Submit submittals with transmittal letter as specified in Section 01 33 00 - Submittal Procedures. J. Submit three copies of special waivers requested by Owner. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-2 K. Substantiating Data: When Engineer requires substantiating information, submit data justifying dollar amounts in question. Include the following with Application for Payment: 1. Current construction photographs specified in Section 01 33 00 - Submittal Procedures 2. Partial release of liens from major Subcontractors and vendors. 3. Record Documents as specified in Section 01 70 00 - Execution and Closeout Requirements, for review by Owner, which will be returned to Contractor. 4. Affidavits attesting to off -Site stored products. 5. Construction Progress Schedule revised and current as specified in Section 0133 00 - Submittal Procedures. 1.5 CHANGE PROCEDURES A. Submittals: Submit name of individual who is authorized to receive change documents and is responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Carefully study and compare Contract Documents before proceeding with fabrication and installation of Work. Promptly advise Engineer of any error, inconsistency, omission, or apparent discrepancy. C. Requests for Interpretation (RFI) and Clarifications: Allot time in construction scheduling for liaison with Engineer; establish procedures for handling queries and clarifications. 1. Use CSI Form 13.2A - Request for Interpretation for requesting interpretations. 2. Engineer may respond with a direct answer on the Request for Interpretation form, CSI Form 13.3A Clarification Notice, EJCDC C-942 - Field Order, or CSI Form 13/6A - Change Order Request (Proposal). D. Engineer will advise of minor changes in the Work not involving adjustment to Contract Sum/Price or Contract Time by issuing supplemental instructions on AIA G710 or EJCDC C-942. E:; Engineer may issue Proposal Request, AIA G709, CSI Form 13/6A, or Notice of Change including a detailed description of proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with stipulation of overtime work required and with the period of time during which the requested price will be considered valid. Contractor will prepare and submit estimate within 30 days. F. Contractor may propose changes by submitting a request for change to Engineer, describing proposed change and its full effect on the Work. Include a statement describing reason for the change and the effect on Contract Sum/Price and Contract 172162 Morningside 24 Inch Water Main — Addendum 2 012000-3 Time with full documentation and a statement describing effect on the Work by separate or other Contractors. G. Stipulated Sum/Price Change Order: Based on Proposal Request, AIA G709, CSI Form 13/6A, or Notice of Change and Contractor's fixed, estimated, or maximum price quotation or Contractor's request for Change Order as approved by Engineer. HlUnit Price Change Order: For Contract unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of that which are not predetermined, execute Work under Construction Change Directive or Work Directive Change. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material or Force Account Change Order. 1. Construction Change Directive or Work Directive Change: Engineer may issue directive, on AIA G714 - Construction Change Directive, AIA G714CMa - Construction Change Directive, Construction Manager -Adviser Edition, or EJCDC C-940 - Work Change Directive signed by Owner, instructing Contractor to proceed with change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. J. Time and Material and Force Account Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. Engineer will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. K. Maintain detailed records of Work done on time and material or force account basis. Provide full information required for evaluation of proposed changes and to substantiate costs for changes in the Work. L. Document each quotation for change in Project Cost or Time with sufficient data to allow evaluation of quotation. M. Change Order Forms: AIA G701 - Change Order, AIA G701/CMa - Change Order, Construction Manager - Adviser Edition, or EJCDC C-941 - Change Order. N. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. O: Correlation of Contractor Submittals: I. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Sum/Price, 172162 Morningside 24 Inch Water Main —Addendum 2 012000-4 2. Promptly revise Progress Schedules to reflect change in Contract Time, revise sub -schedules to adjust times for other items of Work affected by the change, and resubmit. 3. Promptly enter changes in Record Documents. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer wilt direct appropriate remedy or adjust payment. C. The defective Work may remain, but unit sum/price will be adjusted to new sum/price at discretion of Engineer. D. Defective Work will be partially repaired according to instructions of Engineer, and unit sum/price will be adjusted to new sum/price at discretion of Engineer. E. Individual Specification Sections may modify these options or may identify specific formula or percentage sum/price reduction. Fi• Authority of Engineer to assess defects and identify payment adjustments is final. G.: Nonpayment for Rejected Products: Payment will not be made for rejected products for any of the following reasons: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from transporting vehicle. 4. Products placed beyond lines and levels of the required Work. S. Products remaining on hand after completion of the Work. 6. Loading, hauling, and disposing of rejected products. 1.7 UNIT PRICES A. Authority: Measurement methods are delineated in individual Specification Sections. Br.. Measurement methods delineated in individual Specification Sections complement criteria of this Section. In event of conflict, requirements of individual Specification Section govern. C. Take measurements and compute quantities. Engineer will verify measurements and quantities. D. Unit Quantities: Quantities and measurements indicated on Bid Form are for Contract purposes only. Quantities and measurements supplied or placed in the Work shall determine payment. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-5 When actual Work requires more or fewer quantities than those quantities indicated, provide required quantities at contracted unit sum/prices. 2. When actual Work requires 25 percent or greater change in quantity than those quantities indicated, Owner or Contractor may claim a Contract Price adjustment. E.. Payment Includes: Full compensation for required labor, products, tools, equipment, plant and facilities, transportation, services and incidentals; erection, application, or installation of item of the Work; overhead and profit. F.: Final payment for Work governed by unit prices will be made on basis of actual measurements and quantities accepted by Engineer multiplied by unit sum/price for Work incorporated in or made necessary by the Work. G. Measurement of Quantities: 1.. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measure or the International System of Units. 2. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. 3. Measurement by Volume: Measured by cubic dimension using mean length, width, and height or thickness. 4. Measurement by Area: Measured by square dimension using mean length and width or radius. 5. Linear Measurement: Measured by linear dimension, at item centerline or mean chord. 6. Stipulated Sum/Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as completed item or unit of the Work. H. SCOPE OF PAYMENT 1. Payment for the work described in this Section will be included as part of the unit price or pump sum bid amounts stated in the Bid Form. 2. The Amount for Work listed in the Bid, whether lump sum or unit price, shall include all costs specified on the Bid Form, including all miscellaneous amounts (mobilization, demobilization, bonds, insurance, as built record drawings, traffic control, erosion control plans and any items not covered elsewhere) to complete the project in accordance with the Contract Documents. a. Unit prices for pipe shall include trenching, trace wire, pipe zone material, backfill above the pipe zone, topsoil replacement, rough and finish grading, seeding, mulching, fertilizing, watering and final clean-up. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-6 1) Payment for pipe shall be made at 85% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment shall be increased to 90% upon completion of testing. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. b. Unit prices for polyethylene encasement shall be based on the linear feet authorized and properly installed. C. Unit prices for mechanical joint cast or ductile iron fittings shall be made at the unit price bid in the Bid Form per pound, based on the weight of the fittings installed. 1) Weight values will be taken from the current Ductile Iron Pipe Research Association handbook for mechanical joint fittings and for AWWA C-110 fittings. 2) If compact fittings are used, fitting weights shall be taken from the applicable tables in AWWA C-153. 3) Glands, bolts, gaskets and polyethylene wrap for fittings shall be included in the unit price payments; however, the weight of these items will not be added to the handbook's fitting weight. 4) All buried pipe fittings 4" and larger in size shall be cast or ductile iron, mechanical joint 5) Pipe fittings 30 -inch and larger may also be Flex -Ring, Lok -Ring or other approved equal restrained joint fittings. d. Unit Prices for Fire Hydrant assembly shall include polyethylene wrap of all ductile iron components back to connection to Water Main. 3. The quantities listed in these documents are approximate, for information only, and should be verified by each bidder prior to bidding 4. Payments for lump sum items shall be made in proportion to the amount of Work accomplished, as determined by the Engineer, as of the period ending date of each Application for Payment. 5. Payment for unit price items shall be made as the work progresses. Said payments will be based upon the work performed and materials complete in place in accordance with the contract, plans, and specifications, approved by the Engineer, as of the period ending date of each Application for Payment. 6. It is understood and agreed that the Contractor shall not be entitled to partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. 7. No partial payments shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-7 8. The Contractor has sole responsibility for providing materials, equipment and work which meet the specifications. In the event inspection or testing reveals that materials/equipment furnished or work performed by the Contractor does not meet the specifications, payment for said materials/equipment/work will be withheld until compliance with the specifications is demonstrated by the Contractor. 1:. SCHEDULE 1 UNIT PRICE ITEMS 1. Item No. 1.01— Mobilization a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment necessary to fully mobilize to the project site to begin work. 2. Item No. 1.02 — Bonds and Insurance a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and maintain required bonds and insurance throughout the duration of the project. 3. Item No. 1.03 — Act 291,1993 Trench and Excavation Safety System a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment as necessary to conform to Act 291, as appended hereto. 4. Item No. 1.04— Erosion and Sediment Control a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide compliance with ADEQ Construction Stormwater Permit and ADEQ Short Term Activity Authorization Permit. 5. Item No. 1.05 — Clearing & Grubbing a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment to clear and grub work areas and prepare work areas for the project work, including demolition and disposal of trees, fencing, and existing vegetation and all other demolition and disposal items not covered under other pay items, in accordance with the Drawings and Specifications. 6. Item No. 1.06 — 6 -Inch PVC C900 DR14 Restrained Joint Water Main a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 6 -inch Water Main in accordance with the Drawings and Specifications. 7. Item No. 1.07 — 8 -Inch PVC C900 DR14 Restrained Joint Water Main a. Unit of Measure: Linear Foot 172162 Morningside 24 Inch Water Main — Addendum 2 012000-8 b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 8 -inch Water Main in accordance with the Drawings and Specifications. 8. Item No. 1.08 —12 -Inch PVC C900 DR14 Restrained Joint Water Main a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 12 -inch Water Main in accordance with the Drawings and Specifications. 9. Item No. 1.09 — 24 -Inch Class 350 Ductile Iron Water Main a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment, and all other items not included in other pay items, to provide and install 24 -inch Water Main in accordance with the Drawings and Specifications. 10. Item No. 1.10 — 24 -Inch Class 350 Restrained Joint Ductile Iron Water Main a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment, and all other items not Included in other pay items, to provide and install restrained joint 24 -inch Water Main in accordance with the Drawings and Specifications. 11. Item No. 1.11— Class 7 Aggregate Base Course a. Unit of Measure: Linear Feet b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install compacted class 7 aggregate base course in accordance with the Drawings and Specifications. 12. Item No. 1.12 —Three Way Fire Hydrant a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install fire hydrants in accordance with the Drawings and Specifications. 13. Item No. 1.13 — Abandon and Salvage Existing Fire Hydrant a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to abandon, salvage and return to Owner existing fire hydrants in accordance with the Drawings and Specifications. 14. Item No. 1.14 — 6 -Inch Gate Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install valve with box in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-9 15. Item No. 1.15 — 8 -Inch Gate Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install valve with box in accordance with the Drawings and Specifications. 16. Item No. 1.16 —12 -Inch Butterfly Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install valve with box in accordance with the Drawings and Specifications. 17. Item No. 1.17 — 24 -Inch Butterfly Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, toots and equipment to provide and install valve with box in accordance with the Drawings and Specifications. 18. Item No. 1.18 — Abandon Existing Valve a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to abandon existing valve in accordance with the Drawings and Specifications. 19. Item No. 1.19 — Ductile Iron or Cast -Iron Water Main Fittings a. Unit of Measure: Pounds b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install water main fittings in accordance with the Drawings and Specifications. 20. Item No. 1.20 — 6 -Inch x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install tapping sleeve and valve with box in accordance with the Drawings and Specifications. 21. Item No. 1.21 -12 -Inch x 12 -Inch Tapping Sleeve, 12 -Inch Tapping Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install tapping sleeve and valve with box in accordance with the Drawings and Specifications. 22. Item No. 1.22— 24 -Inch x 24 -Inch Tapping Sleeve, 24 -Inch Tapping Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, toots and equipment to provide and install tapping sleeve and valve with box in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main —Addendum 2 012000-10 23. Item No. 1.23 —30 -Inch x 24 -Inch Tapping Sleeve, 24 -Inch Tapping Valve with Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install tapping sleeve and valve with box in accordance with the Drawings and Specifications. 24. Item No. 1.24 — 24 -Inch Line Stop a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, toots and equipment to provide and install line stop in accordance with the Drawings and Specifications. 25. Item No.1,25 — 30 -Inch Line Stop � a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install line stop in accordance with the Drawings and Specifications. 26. Item No. 1.26 —12 -Inch Anchor Collar a. Unit of Measure: Each b. Thls Item shall compensate the Contractor for materlals, labor, tools and equipment to provide and install anchor collar in accordance with the Drawings and Specifications. 27. Item No. 1.27 — 24 -Inch Anchor Collar a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install anchor collar in accordance with the Drawings and Specifications. 28. Item No. 1.28 — 30 -Inch Anchor Collar a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install anchor collar in accordance with the Drawings and Specifications. 29. Item No. 1.29 — Encasement Tie -Down a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install encasement tie -down in accordance with the Drawings and Specifications. 30. Item No. 1.30 — 36 -Inch Min. Dia. Bored Steel Casing a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install bored casing in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-11 31. Item No. 1.31— 36 -inch Min. Dia. Direct Bury Steel Casing a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install direct bury casing in accordance with the Drawings and Specifications. 32. Item No. 1.32 — Polyethylene Encasement for 24 -Inch DIP - VBio a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install VBio style polyethylene encasement in accordance with the Drawings and Specifications. 33. Item No. 1.33 — Polyethylene Encasement for 24 -Inch DIP - Sheet a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install sheet style polyethylene encasement in accordance with the Drawings and Specifications. 34. Item No. 1.34 — Double Cut and Cap Existing 6 -Inch Water Main a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to cut and cap water main in accordance with the Drawings and Specifications. 35. Item No. 1.35 — Double Cut and Cap Existing 8 -Inch Water Main a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to cut and cap water main in accordance with the Drawings and Specifications. 36. Item No. 1.36 — Double Cut and Cap Existing 12 -Inch Water Main a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to cut and cap water main in accordance with the Drawings and Specifications. 37. Item No. 1.37 — Double Cut and Cap Existing 24 -Inch Water Main a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to cut and cap water main in accordance with the Drawings and Specifications. 38. Item No. 1.38 — Double Cut and Cap Existing 30 -Inch Water Main a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to cut and cap water main in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-12 39. Item No. 1.39 — Flowable Fill a. Unit of Measure: Cubic Yard b. This item shall compensate the Contractor for providing and installing flowable fill in locations directed by the Owner, in accordance with the Drawings and Specifications. 40.. Item No. 1.40 — Concrete Sidewalk Repair a. Unit of Measure: Linear Feet b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install concrete surface restoration in accordance with the Drawings and Specifications. 41:. Item No. 1.41— Asphalt Pavement Repair a. Unit of Measure: Linear Feet b. This item shall compensate the Contractor for materials, -labor, tools and equipment to provide and install surface restoration in accordance with the Drawings and Specifications. 42. Item No. 1.42 — Fence Crossing Repair/Replace a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install sidewalk restoration in accordance with the Drawings and Specifications. 43.. Item No.1.43 — Curb and Gutter Repair a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install curb and gutter restoration in accordance with the Drawings and Specifications. 44. Item No. 1.44 — Tracer Wire Connection a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to furnish and install a tracer wire connection in accordance with the Drawings and Specification Sections. 45. Item No. 1.45 — Temporary Construction Fence a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install temporary construction fence in accordance with the Drawings and Specifications. 46. Item No. 1.46 — Pre -Construction Video a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide pre -construction video in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-13 47. Item No. 1.47 —Traffic Control a. Unit of Measure: Lump Sum b. This item shall compensate the Contractor for providing, installing and maintaining traffic control facilities, in accordance with the Drawings and Specifications. 48. Item No. 1.48 —Set of four (4) Bollards at Fire Hydrant a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install bollard style guard posts at fire hydrant locations in accordance with the Drawings and Specifications. 49. Item No. 1.49 —36 -Inch Class III Reinforced Concrete Pipe a. Unit of Measure: Linear Foot b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 36 -inch RCP in accordance with the Drawings and Specifications. 50, Item No. 1.50 —4'X4' Precast Concrete Storm Grate Inlet/Junction Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 4'X4' precast concrete storm grate inlet and junction box in accordance with the Drawings and Specifications. 51. Item No. 1.51 -36 -Inch Class III RCP Flared End Section a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to provide and install 36 -inch RCP flared end section in accordance with the Drawings and Specifications. 52. Item No. 1.52 —Remove and Dispose Existing Storm Junction Box a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, tools and equipment to remove and dispose of existing storm junction box in accordance with the Drawings and Specifications. 53. Item No. 1.53 — Remove and Salvage Existing Storm Pipe a. Unit of Measure: Linear Feet b. This item shall compensate the Contractor for materials, labor, tools and equipment to remove and salvage existing storm pipe in accordance with the Drawings and Specifications. 54. Item No. 1.54 — Blow -Off Assembly a. Unit of Measure: Each b. This item shall compensate the Contractor for materials, labor, toots and equipment to provide and install blow -off assembly in accordance with the Drawings and Specifications. 172162 Morningside 24 Inch Water Main — Addendum 2 012000-14 PART 2 - PRODUCTS - Not Used. PART 3 - EXECUTION - Not Used.. END OF SECTION 0120 00 PRICE AND PAYMENT PROCEDURES 172162 Morningside 24 Inch Water Main — Addendum 2 012000-15 :' :. . _ : :.....:._ .. .............. �. ...... ..SO -EMU 1`QUANYO M5... - – e�..e _ 1)n'A.1 1Nt():) PAC" P. c".I ms tat, l7.4 fM C),l 'IRT -VI it 1 tFNiMm1 FNaMft lt'. I »IMiThMll ittli:lJMiM ff ...... U 1 f In fNr .nM Ywirei LS '�, 1 �_ YFIGCfOo flRii •ee411rmR IWn w,n,e )tin IF .� M 41]Ol)R!•i Ri«: NNr%iter tun ir' AS' ri ?M L�ItANIdeMI YrF�i Arlt Ntw '11 N 1iR ]rb )t`C[tF itO erf wnrr flsae is -ISO Std of m ,]YS- 13.a"M —.t" 16. 10 m4 '30 _ _ Is }T] 1159 It 79Y tD <) -111 W i,ndalRNAA+ .IhLr fif W 1'�`••• p W lKu� W � In fG134a131dfiNf tC. Rin:n4)Win wnfi ra. tA1 Y 11 CA '` tpMtl8iltiMiWr♦1 YIrN as .1 OpitfrFM-irlCn Fhn'wwiMnn'X 1 to '1400] Ii^1T.i'S`eT.c X/ atMhMfr ip' 'CA ) )Y+'%•1 SWr'.7t"f Vdw+llL.r CA AA - YJ' bx4Ar rarer 'ra 1 .,] LW,-tm NWkrin.. CA. 2 .}. �i� 51j im 111 ]rl efer:lN.anuYY- wwm - it 4 _w inieHw..Mterst'�L.tvY Lr 9a0 _ LLd_TT .Im _w iYYq Cwawr' fit.—t` -910-P"f 5w •R7 Seri ]Io m] m A'm Ni Cn1AW GD c.a;. iY'wdn Ndb CA 1 -! e Cal Ara f—T ., WA tuk.. Oa+ti+C4)uARtr 4TnanrA'WriR ll® LA- S ) ,aAnw ,rar vnTLAT tf'.. Tp )9. to Iv fMrcT GT. i i, 4- 0 r.)) l0 ,..Y LrPi•. M�nvltln': - 1T 30 ]{ K F•re..tHe 6rw.etgw 'G < s 1 t J ro ':o _ ._.11f. wt is] Q-UMTIT1E5 Ja[Mira/)sOeY h,.t Rani' i'A i '-1 X'Ow PriG 0 .Ci] _ 7):. Pd1e t'Ta•.MrA+t C4+i4re ']uMte•n N. A Y _ ]C [ungACA flenA fna} .ren A J 7 1awNsJNrr llppTVF ir« Su+.n M•eun iHe CA 1 .) .r.rrtV �nV C0:3 Jirrrws rd W.,Ir 4wi.!g kMrtl trews_ �V' IM ]N .7 .t ...:'�'�"==.i•V`.T�3`s`�r..�v�'�'. � .ii �.. 7 ♦i' PI.R SME °�: t :�, !'Y 33 - r •i{a 1V:.A.'wS a R'.. ...3 ..0 w..�. 7� ... .. r '� ( � 5' i♦ /' 1 . 7•. 1 •� !: i - tk SCFE 3 4k oz Po} 44 11t 4 WATER MAIN PAP STA 0+00 I I �y 71M STA Si0 4 C7.1 v[Aii[w rw:..a �,'} � �..> _ •�.+� �,�,.. nom._ C .y�. .* `tit'I`.� ��-T._�..._.-4444_ 1�� �t �..�'� f �.t '�'.1;�` ~� ,J���~� �' It Y. '— I � A �� � �•�, �r.-JL''�,!" � ,. •r• uw:xii'-Mj''r .")jY� �, �.�..r. r•`1.r». �1 , �`rrf( � N(1 ac y ell • r rwl w••'� -�.�.».»i ...I �'^T' i—• •• �' ! I I �- WATER MAIN PNP STA ]0.00 T -V STA 72+94 w. .- �r�w•nA raw A! nt10AN1 fG.IF:!••Jf fK4(%r4r •5 r�rrwre!•nu•MURA VRV Nf V:MI M' 1.f1K4 ![s. f'1'•i' w.r nr.•clKr wvNRW flN}rn� ''H•tY'J. 1CMrf-4 ��•�' 24'& l0' LINE STOP LAYOUT k jZTEEI.ENCASEMEW PIPE 71EdiOYN CONCRETE CRADLE. FOR. LINE STOP &NCHOR C011Aij hitt, a[.M(IYlfr�iiiit�. p MI ,IACY PM tR� rte}_. rte. -r .m _�,}_I•.. ASPHALT HGtMAY REPAIR DETAIL W-TAILS•6 LI 5 71B/S SCHOOL AVE® T M cn &6e�re. S � n S6Aya S College Ave ' S Washington Ave M - o, M .X rt � tT q > �. Morningside Dr n y f� LJ M -JAY b1l'+3 �(z n r �a D 0 sad z en J E J � u' .� I{QnPi Hollow Ro 5t4,r.tYHaaowRd SECTION 00 6113 — PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that KAJACS Contractors, Inc. 1 Innwood Circle, Suite 210 Little Rock, AR 72211 as Principal, hereinafter called Contractor, and Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 Bond No. 107215894 Doc ID: 019051520008 Type:.LIE Kind: PERFORMANCE BOND Recorded: 02/12/2020 at 10:31:29 AM Fee Amt: $50.00 Paqe 1 of 8 Washinqton County, AR Kyle Sylvester Circuit Clerk FileBO36-00000505 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 amount of $1,595,000-00, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20_U , entered into a contract with Owner for Bid 19-54, Construction — Morningside Drive 24" Water Main Relocation which contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 172162 Morningside 24 Inch Water Main 00 61 13 -1 B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this 10th day of February 20 20 CONTRACTOR (CORPORATE SEAL) KAJACS Contractors, Inc. (Type or legibly print) By: �� ���� (`-i� Flo C� (Type or legibly print) (Signature) SURETY Travelers Casualty and Surety Company of America (Type or legibly print) By Vickie J. Nickel, Attorney -in -Fact (Type or legibly print) U (Signature) COUNTERSIGNED: Resident Agent State of Arkansas Non -Resident Agent (Type or legibly print) By Shawn M. Byrne, Non -Resident Agent (Type egibly print) S' ture) 172162 Morningside 24 Inch Water Main 006113-2 (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) ATTORNEY-IN-FACT Vickie J. Nickel, Attorney -in -Fact (Type or legibly print) (Signature) (CORPORATE SEAL) Approved as to Form: (Type or legibly print) (Signature) Attorney for END OF SECTION 00 6113 PERFORMANCE BOND . Y (Type or legibly print) 172162 Morningside 24 Inch Water Main 006113-3 (Type or legibly print) 172162 Morningside 24 Inch Water Main 006113-3 Travelers Casualty and Surety Company of America ASW Travelers Casualty and Surety Company TRAVELERS J 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 their corporate seals to be hereto affixed, this 17th day of January, 2019. kk 1100—Ot6; Y ANO 3 i HAitPOFA K Cowp V State of Connecticut City of Hartford ss. 01 By:4�elv" Robert L. RaneyUsenior Vice President On this the 17th day of January, 2019, 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 said Companies by himself as a duly authorized officer. _ IN WITNESS WHEREOF, I hereunto set my hand and official seal. nar+am My Commission expires the 30th day of June, 2021 * �` PUBLIC Anna P. Nowik, 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 Companys 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 Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company 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 Attomeys-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 day of l Y 4J�,IV Ahpe_ 4 a CONK ql Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attomey, please call us at 1-800-421-3880. Please refer to the above named Attorney -in -Fact and the details of the bond to which this Power of Attomey is attached. Bond No. 107215894 SECTION 00 6116 — LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that KAJACS Contractors, Inc. 1 Innwood Circle, Suite 210 Little Rock, AR 72211 as Principal, hereinafter called Contractor, and Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 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, for the use and benefit of claimants as hereinbelow defined, in the amount of $1.595.000.00 , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20 1-0 , entered into a contract with Owner for: Bid 19-54, Construction — Morningside Drive 24" Water Main Relocation which contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A claimant is defined as one having a direct contract with the Contractor or with a 172162 Morningside 24 Inch Water Main 00 61 16 -1 Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the Last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. 172162 Morningside 24 Inch Water Main 006116-2 Signed and sealed this 10th day of February 2020 CONTRACTOR KAJACS Contractors, Inc. (Type or legibly print) By: as", / (Type or legibly prin (Signature) SURETY (CORPORATE SEAL) Non -Resident COUNTERSIGNED: RX090MAgent State of Arkansas Travelers Casualty and Surety Company of America Non -Resident Agent (Type or legibly print) (Type or legibly print) By Vickie J. Nickel, Attorney -in -Fact (Type or legibly print) v � (Signature By Shawn M. Byrne, Non -Resident Agent 'bl r-iaat�-. gna ure) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) ATTORNEY-IN-FACT Vickie J. Nickel, Attorney -in -Fact (Type or legibly print) U .,��.F (Signature) (CORPORATE SEAL) Approved as to Form: (Signature) Attorney for (Type or legibly print) (Type or legibly print) END OF SECTION 00 6116 LABOR AND MATERIAL PAYMENT BOND 172162 Morningside 24 Inch Water Main 006116-3 Travelers Casualty and Surety Company of America AR Travelers Casualty and Surety Company TRAVELERS J 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 their corporate seals to be hereto affixed, this 17th day of January, 2019. ,fF'o V—%N, Y" COWL Uk y l� IRA �t ,P State of Connecticut City of Hartford ss. By: Robert L. Rane enior Vice President On this the 17th day of January, 2019, 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 said Companies by himself as a duly authorized officer. 7�PA IN WITNESS WHEREOF, I hereunto set my hand and official seal.° X NcrAr+Y �' My Commission expires the 30th day of June, 2021 * si4 .1 f PU%1 Anna P. Nowik, 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 day of io f �r A.V, 4 p e r rwrrw% tx7rGwlrt, �a cam Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the abovenamedAttomey-in-Fact and the details of the bond to which this Power ofAttomey is attached. CHANGE ORDER NO. 2 KAJACS CONTRACTORS, INC City of Fayetteville Staff Review Form 2020-0857 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 10/14/2020 WATER SEWER (720) Submitted By Submitted Date Division/ Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with KAJACS Contractors, Inc. which will increase the contract amount by $51,201.72. 5400.720.5600-5808.00 Account Number 11011.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: 2020-244 2 2020-15 Budget Impact: Water and Sewer Fund Water/Sewer Relocations - Bond Projects Project Title Current Budget $ 15,958,679.00 Funds Obligated $ 10,612,433.52 Current Balance $ 5,346,245.48 Item Cost $ 51,201.72 Budget Adjustment $ - Remaining Budget $ 5,295,043.76 Previous Ordinance or Resolution # 40-20 Approval Date: 10/16/20 V20180321 CITY OF _ FAYETTEV I LLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: October 8, 2020 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the Morningside Dr. 24-inch Waterline Replacement Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with KAJACS Contractors, Inc. which will increase the contract amount by $51,201.72. BACKGROUND: In February 2020, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of approximately 3,300 linear feet of aging 24-inch transmission water line (Res. 40-20). DISCUSSION: This final reconciliation change order will bring all quantities to 100% utilization so that final payment can be made and the Purchase Order closed. Throughout construction, several quantities needed to increase beyond the bid/planned quantities to match actual field conditions such as additional Class 7 base backfill, flowable concrete fill material, abandonment of existing valves, street and sidewalk repairs, among other items. Furthermore, some quantities decreased compared to those estimated during design. The net of these changes is a project cost increase of $51,201.72 which is within the previously approved project contingency. City staff provided detailed field -accounting, oversight, and approval of each change represented here and recommends approval of Change Order No. 2. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $159,500.00. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 W IS t V C 4 CV aJ V C 'O aJ DA E L (d O O O N N a, o ,C U y � cd 3 0 O U O N h o N O � m LL. E- z o � d �- 0 o O U w [� U z Q z_ O W W„ Wei U a cm 4° u LL, Q a Y c W o Z c L? aJ p 0 c � w c c W o U 0 o-Ui U Fc 'fl O O O O O 0 0 vN1. O O O (M 0 0 0 0 CD O d W E y O N T p 0 O p O Cj O CD O 0 O d U O^ op0 N Q°Op" O rpi n N� N 7 eq O LT] 69 69 6q 11 00 69 69 yj yj N 69 6A M— M 69 6r9 — 69 I W) W aJ O O O O C) O O O p O p p 0 O O W y O O O p 0 O O O O O O O p E V O M O vpi O O 00 vt 00 0` O N 0 O 0 O O h Lr] N 69 V'1 69 ell 6M9 a, 69 69 v1 69 ^ 69 64 69 69 6N9 69 Co O O O O O O O O O O O O O O O O of O O O O O O O O O O O O O O O O 9 do y CD vl � vn v, C` O M O h O Vn o0 v, 'r O O 0 — vl M 0 r 0 N 0 N 0 V1 O O .0 v N N vl Go 69 69 6A 69 69 69 69 69 6A 69 69 69 6A 69 66 69 69 9 a+ W R \O M in C> O rn O M V) O Na vl M M W ^ 0 0 0 0 0 0 0 0 0 o C. p 0 0 0 0 0 C. o 0 0 0 0 0 0 0 0 0 0 C. (D 0 0 +• O w) C 0 C. oo vi 7 O O vi O O O O O V vl vl C• M N vl vn N O ^ M C• N N v, N O �n G C � L N e a U 69 6H 69 69 e9 69 69 69 69 69 69 69 69 bn vj 69 69 c w �] ¢ lm m U- Q �- c. cL LL a � asW -3 ., -3 LL] U -1 -3 Lc] Gt] W L •y W E C W �O V'1 01 � � M O O O O O N L '� 7 M M Men M M—cq M M N a � a C C C C !n ♦V., N N ` W 0o .c2s� im c c E cL '� i,: c a c (i .x U 0 > `� En U " 3 E a) U S- m �03o3C> 00 � w V.CW C G iL W 3 cn `�° E v i y R GV,oV,e°, rcn W) CL ° ° `o7 v0 o o m U'-'U U ca y t s v C a U i ° U� a U Q C U O CL T T o �D oo N N U a d [% p [ �D C• 00 O — 00 Q� N M v) p� O N M 7 00 V: r N c N a Do O O � Q\ l� 6n 69 1� 6n bn 6n O O O O O to) 6s � Vj 00 rn o 0 0 P tsa so) fin fin sn — — O %O v ^ 0 0 0 Ifl (;0% En G U U � O O O O O E 2 E Each vv V ,> > Q m a) id CD cc u c K o 3 CA 0+0 3 E 3 `M U�� vl— ° ov � U3 ¢ oin XMma Q C E Li O y 'G W y U � M C � 1'•1 �� U N N 1 X v kn CLl a � e oq a M M en 0 0 O O O a C U L c LW F 0 z c o A v O N KAJACS CONTRACTORS,INC. CHANGE ORDER NO. I City of Fayetteville Staff Review Form 2020-0522 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 6/19/2020 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the contract with KAJACS Contractors, Inc.which will increase the contract amount by$4,931.10. 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 $ 14,911,496.00 Funds Obligated $ 8,862,700.71 Current Balance I $ 6,048,795.29 Does item have a cost? Yes Item Cost $ 4,931.10 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 6,043,864.19 V20180321 Purchase Order Number: 2020-244 Previous Ordinance or Resolution# 40-20 Change Order Number: 1 Approval Date: 6/24/2020 Original Contract Number: 2020-15 Comments: CITY OF FAYETTEVILLE STAFF MEMO Apr ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: June 17, 2020 SUBJECT: Approval of Change Order No. 1 for the Morningside Dr. 24-inch Waterline Replacement Project RECOMMENDATION: Staff recommends approval of Change Order 1 to the contract with KAJACS Contractors, Inc. which will increase the contract amount by $4,931.10. BACKGROUND: In February 2020, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of approximately 3,300 linear feet of aging 24-inch transmission water line (Res. 40-20). DISCUSSION: During the bidding phase of the project, the plans and specifications were confusing regarding the required pressure class for two tapping sleeves needed on the project. The contractor bid the project based on quotes from the supplier for 150-psi sleeves. However, due to high pressures in our system 250-psi sleeves are needed. City staff feels it is appropriate to split the increased material cost 50/50 in this instance since the plans and specifications were not completely clear on this matter. The increased material cost is $9,862.20 so the City's half would equal $4,931.10. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $159,500.00. Attachments: Change Order 1 Contractor Request letter& supplier quotes Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER CITY OF �� FAVETtEViLLE A RKANSAS Contract Title Bid 19-54,Construction,Momingside Drive 24-inch Waterline Replacement Change Order No 1 Date of Issuance June 17,2020 To Contractor ICAJACS Contractors,Inc ORDINANCE/RESOLUTION 40-20 Effective February 4,2020 The Contract is changed as follows. Bid Bid Previous Unit Content Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 1.24 24"Line Stop I EA S 32,000.00 1 S 33,711 50 S32,000 00 S33,711 50 1.25 30"Line Stop 1 EA S 42,000 00 I S 45,219 60 S42,000 00 S45,219 60 Summation of Cost S74,000 00 578,931 10 Net Cost for this Change Order S4,931.10 Not valid until signed by the Owner The original Contract Pricc was S 1,595,000.00 Net change by previously authorized change orders S The Contract Price prior to this Change Order was S 1,595,000.00 The Contract Price will[increase by ) S 4,931.10 The new Contract Price including this Change Order will be _ S 1,599,931.10 The Contract Time(s)will [remain unchanged) _ 0 calendar days Required dates of Completion as of the date of this Change Order therefore are. Substantial Completion 10/31/5020 Final Completion I I1/20/2020 NOTE This summary does not reflect changes in the Contract Pnee or Tune(s)which have been- . • Work Change> _ _ not uK previous Change Orders arporated in this or KAJACS Contractors,Inc. 1 •. FAYEITE td /�1�Ze� i&e.ii//./ MIL` i..-- BY DATE BY dillr DATE Page 1 of 1 P.O. Box 969 573-785-1745 Poplar Bluff, MO 63902 (Fax) 573-785-6237 www.kajacs.com /7c 'z::j (� To: Corey Granderson, P.E. 6/10/20 City of Fayetteville 113 W. Mountain St. Fayetteville,AR 72701 KAJACS Contractors would like to request a change order for tapping sleeve upgrade for 250 psi. It was discovered after securing the project that the line stop saddles were not priced for 250 psi. We feel like the spec was not truly clear on this item. I have attached my sub-contractors original quote along with the price we have to pay now. KAJACS request to share the cost for the upgraded saddle. We feel it fair to split this 50/50. Please let me know if you have any questions or concerns. Thank you, Michael Titsworth Project Manager Equal Opportunity Employer \ar�fip Reliant Pipeline Products Inc. Estimate 13129 Forest Ridge Drive Unit 2D Palos Heights. IL 60463 Date Estimate# Phone# 708-837-4306 12/13/2019 1021 Name/Address Interstate Tapping Brian Boroughs 1717 Swift Drive Jacksonville,AR 72076 Terms Valid Net 30 30 Item Description Qty Rate Total RPPCS32002424-B RPPF,30"X24",CS Epoxy Body,SS Rail 1 8,110.30 8,110.30 Hardware,Pinned Plug RPPCS260016I6P RPPF,24X16,25.80-26.20,SS Rail Hardware, 2 4,321.79 8,643.58- Epoxy Coated 4,321 79 Incorrect quantity, should be 1 New invoice is $22,294.29 (next sheet) Overall increase in material = $9,862.20 KAJACS requests 1/2 split with City City Change Order Cost = $4,931.10 All PRICES ARE F.O.B.SHIPING POINT AND DO NOT INCULDE APPLICABLE Total $12,432 09 TAXES —S4.6 5348- Reliant Pipeline Products Inc. Estimate 13129 Forest Ridge Drive Unit 2D Palos Heights. IL 60463 Date Estimate# Phone# 708-837-4306 4/7/2020 1052 Name/Address Interstate Tapping Brian Boroughs 1717 Swift Drive Jacksonville,AR 72076 Terms Valid Net 30 30 Item Description Qty Rate Total 440-3000X24T14 30"X24"32.00 OD,SS Body,CS Epoxy Coated 1 14,549.50 14,549.50 Flange,Pinned Plug,250 PSI 440-2400x16T14 24"X16"24.00 OD,SS Body,CS Epoxy Coated I 7,744.79 7,744.79 Flange,Pinned Plug,250 PSI Increase = $6,439.20 Bid Item 1.25 City 1/2 = $3,219.60 Increase = $3,423.00 Bid Item 1.24 City 1/2 = $1,711.50 BapirL SoARE?ptnt.rAIPING POINT AND DO NOT INCULDE APPLICABLE Toth TAXES $22,294.29 CHANGE ORDER NO. 2 KAJACS CONTRACTORS, INC City of Fayetteville Staff Review Form 2020-0857 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 10/14/2020 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with KAJACS Contractors, Inc.which will increase the contract amount by$51,201.72. 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 $ 15,958,679.00 Funds Obligated $ 10,612,433.52 Current Balance 5,346,245.48 Does item have a cost? Yes Item Cost $ 51,201.72 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 5,295,043.76 I V20180321 Purchase Order Number: 2020-244 Previous Ordinance or Resolution# 40-20 Change Order Number: 2 Approval Date: 10/16/20 Original Contract Number: 2020-15 Comments: ARCHIVED CITY OF FAYETTEVILLE STAFF MEMO tip ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: October 8, 2020 SUBJECT: Approval of Change Order No. 2 for the Morningside Dr. 24-inch Waterline Replacement Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with KAJACS Contractors, Inc. which will increase the contract amount by $51,201.72. BACKGROUND: In February 2020, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of approximately 3,300 linear feet of aging 24-inch transmission water line (Res. 40-20). DISCUSSION: This final reconciliation change order will bring all quantities to 100% utilization so that final payment can be made and the Purchase Order closed. Throughout construction, several quantities needed to increase beyond the bid/planned quantities to match actual field conditions such as additional Class 7 base backfill, flowable concrete fill material, abandonment of existing valves, street and sidewalk repairs, among other items. Furthermore, some quantities decreased compared to those estimated during design. The net of these changes is a project cost increase of$51,201.72 which is within the previously approved project contingency. City staff provided detailed field-accounting, oversight, and approval of each change represented here and recommends approval of Change Order No. 2. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $159,500.00. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 RECONCILIATION CHANGE ORDER CITY OF- �� FAY E-T T F'M.I LL E A R KA N SAS Contract Title: Bid 19-54,Construction, Morningside Drive 24-inch Waterline Replacement Change Order No. 2 Date of Issuance: June 17,2020 To Contractor: KAJACS Contractors,Inc. ORDINANCE/RESOLUTION: 40-20 Effective: February 4,2020 The Contract is changed as follows: Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 1.06 6" PVC C900 DR14 Restrained 46 LF $ 50.00 48 $ 50.00 $2,300.00 $2,400.00 Joint Water Main 1.07 8"PVC C900 DR14 Restrained 95 LF $ 54.00 63 $ 54.00 $5,130.00 $3,402.00 Joint Water Main 12"PVC C900 DRI4 Restrained 1.08 Joint Water Main 166 LF $ 75.00 159 $ 75.00 $12,450.00 $11,925.00 1 10 24"Class 350 Restrained Joint 1 158 LF $ 230.00 1 163 $ 230.00 $266,340.00 $267,490.00 DIP Water Main 1.11 Class 7 Aggregate Base Course 327 LF $ 150.00 552 $ 150.00 $49,050.00 $82,800.00 1.18 Abandon Existing Valve 6 EA $ 250.00 9 $ 250.00 $1,500.00 $2,250.00 1.19 Ductile Iron or Cast Iron Water 15000 LBS $ 8.00 13602.19 $ 8.00 $120,000.00 $108,817.52 Main Fittings 1.32 Polyethylene Encasement for 24" 3300 LF $ 5.00 3405 $ 5.00 $16,500.00 $17,025.00 DIP-Vbio 1.33 Polyethylene Encasement for 24" 3300 LF $ 4.50 3420 $ 4.50 $14,850.00 $15,390.00 DIP-Sheet 1.35 Double Cut and Cap Existing 8" 2 EA $ 2,700.00 1 $ 2,700.00 $5,400.00 $2,700.00 Water Main 1.39 Flowable Fill 32 CY $ 110.00 143 $ 110.00 $3,520.00 $15,730.00 1.40 Concrete Sidewalk Repair 11 LF $ 35.00 63.5 $ 35.00 $385.00 $2,222.50 _ 1.41 Asphalt Pavement Repair 428 LF $ 70.00 495 $ 70.00 $29,960.00 $34,650.00 1.42 Fence Crossing Repair;Replace 30 LF $ 20.00 70 $ 20.00 $600.00 $1,400.00 1.43 Curb and Gutter Repair 36 LF $ 20.00 37 $ 20.00 $720.00 $740.00 1.44 Tracer Wire Connection 20 EA $ 250.00 5 $ 250.00 $5,000.00 $1,250.00 1.48 Set of 4 Bollards c@ Fire Hydrant 1 EA $ 1,500.00 0 $ 1,500.00 $1,500.00 $0.00 Paae 1 of 2 CO2.1 City Purchase of Extra Material 0 LS $ I $ 7,506.68 $0.00 $7,506.68 - from Contractor CO2.2 Water Use During 30"Linestop 0 LS $ - l $ (1,091.98) $0.00 -$1,091.98 Work RFP-2.l -Concrete Ground Water CO2.3.1 Trench Dam(Paid w/Bid Item 0 CY $ 110.00 68 $ 110.00 $0.00 $7,480.00 1.39-Flowable Fill) RFP-2.2-Adjust 4"Storm CO2.3.2 Junction Box Sta:18+04(Paid 0 CY $ 110.00 17 $ 110.00 $0.00 $1,870.00 w/Bid Item 1.39 Flowable Fill) RFP-2.3 Relay Storm Drain to CO2.3.3 Protect Road(Paid w/Bid Item 0 LF $ 10.00 45 $ 10.00 $0.00 $450.00 1.53-Remove and Salvage Existing Storm Pipe) Summation of Cost $535,205.00 $586,406.72 Net Cost for this Change Order $51,201.72 Not valid until signed by the Owner The original Contract Price was S 1,595,000.00 Net change by previously authorized change orders S 4,931.10 The Contract Price prior to this Change Order was S 1,599,931.10 The Contract Price will[increase by] ] S 51,201.72 The new Contract Price including this Change Order will be $ 1,651,132.82 The Contract Time(s)will [remain unchanged] 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion 10/21/2020 Final Completion 11/20/2020 NOTE:This summary does not reflect changes in the Contract Price or Time(s)which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. KAJACS Contractors,nt Inc. C T F•FAYE EVI E 2u , IO/S/zo zo ,..- 10/16/20 BY DATE BY DATE Page 2 of 2