Loading...
HomeMy WebLinkAbout185-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-20 File Number: 2020-0-515 CISNEROS FAMILY CONSTRUCTION CORP: A RESOLUTION TO AWARD BID # 20-46 AND APPROVE A CONTRACT WITH CISNEROS FAMILY CONSTRUCTION CORP. IN THE AMOUNT OF $892,403.60 FOR THE CONSTRUCTION OF WATERLINE TO FACILITATE IMPROVEMENTS TO HIGHWAY 170, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $89,240.36, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-46 and authorizes Mayor Jordan to sign a contract with Cisneros Family Construction Corp. in the amount of $892,403.60 for the construction of waterline to facilitate Farmington's improvements to Highway 170 (ARDOT Project No. 040683), and further approves a project contingency in the amount of $89,240.36. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 7/7/2020 Page 1 Printed on 718120 Resolution. 185-20 File Number: 2020-0515 Attest: �41' x",�"� Kara Paxton, City Clerk Treasurer Page 2 Printed on 718120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 — ` (479) 575-8323 1 Text File File Number: 2020-0515 Agenda Date: 7/7/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A 13 CISNEROS FAMILY CONSTRUCTION CORP: A RESOLUTION TO AWARD BID # 20-46 AND APPROVE A CONTRACT WITH CISNEROS FAMILY CONSTRUCTION CORP. IN THE AMOUNT OF $892,403.60 FOR THE CONSTRUCTION OF WATERLINE TO FACILITATE IMPROVEMENTS TO HIGHWAY 170, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $89,240.36, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-46 and authorizes Mayor Jordan to sign a contract with Cisneros Family Construction Corp. in the amount of $892,403.60 for the construction of waterline to facilitate Farmington's improvements to Highway 170 (ARDOT Project No. 040683), and further approves a project contingency in the amount of $89,240.36. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 71812020 Tim Nyander City of Fayetteville Staff Review Form 2020-0515 Legistar File ID 7/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: 6/17/2020 Staff recommends awarding Bid #20-46 and approving a construction contract with Cisneros Family Construction Corp. in the amount of $892,403.60 for construction of approximately 3,600 linear feet (LF) of 8-inch waterline and 240 LF of 12-inch waterline to facilitate Farmington's improvements to Highway 170 (ARDOT Project No. 040683), approving a contingency in the amount of $89,240.36, and approving a Budget Adjustment. 5400.720.5600-5808.00 Account Number 11011.2002 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Water and Sewer Fund Water/Sewer Relocations - Bond Projects "Hwy 170 Farmington Utility Relocates" Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 14,911,496.00 $ 8,727,921.75 $ 6,183,574.25 $ 981,643.96 $ 846,865.00 $ 6,048,795.29 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS W MEETING OF JULY 7, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: June 17, 2020 CITY COUNCIL MEMO SUBJECT: Bid 20-46, Cisneros Family Construction Corp — Construction Contract for Utility Relocations along Highway 170 in Farmington (ARDOT 040683) and approving a budget adjustment RECOMMENDATION: Staff recommends awarding Bid #20-46 and approving a construction contract with Cisneros Family Construction Corp. in the amount of $892,403.60 for construction of approximately 3,600 linear feet (LF) of 8-inch waterline and 240 LF of 12-inch waterline to facilitate Farmington's improvements to Highway 170 (ARDOT Project No. 040683), approving a contingency in the amount of $89,240.36, and approving a budget adjustment. BACKGROUND: On June 3rd, 2020 the City of Fayetteville accepted sealed competitive bids for the Highway 170 Utility Relocations project. Cisneros Family Construction Corp submitted the lowest bid. All bids are shown here: Boyles Construction, Inc. $912,944.00 Cisneros Family Construction Corp. $892,403.60 Goins Enterprises, Inc. $897,201.00 Goodwin & Goodwin, Inc. $944,960.00 KAJACS Contractors, Inc. $999,200.00 Tri Star Contractors, LLC $1,328,252.78 DISCUSSION: The City has completed engineering design and permitting through Garver, LLC. The project spans from Highway 62, south along Highway 170 to the Farmington High School. Farmington and ArDOT plan to construct roadway and pedestrian improvements once utilities have been relocated along this corridor. This project is 72% reimbursable by ArDOT. In addition to the construction costs presented here, the city has also expended funds on engineering, permitting, easement acquisition, and construction engineering services. The total utility relocation project cost, updated to reflect this bid award, is estimated to be $1,179,425.13. After the project is completed, the city will be Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 reimbursed 72% or approximately $846,864.95. The net cost to the City is approximately $332,560.18. BUDGET/STAFF IMPACT: Funds are available and budgeted for this project in the Water/Sewer Relocations account. Attachments: Project Vicinity Map Certified Bid Tab, Bid #20-27 Agreement Budget Adjustment Highway 170 Utility Relocations Vicinity Map Not to Scale _ CITY Oe ANIu AS Bid Tabulation Bid 20-46, Construction - HWY 170 Utility Relocate Boyles Construction, Inc. -°; Cisneros Family Construction Corp Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Kaiacs Contractors Inc. TO Star Contractors, LLC Total Cost $917,834.00 $892,403.60 $897,201.00 $944,960.00 $999,200.00 $1,328,252.78 SelMed N 0 'x 34 0 0 0 0 Selected (S) $0 5892,40350 50 $0 50 50 Unit Unit TOW r Unit Total Unit Total Unit Total Unit Total Unit Total Is Items Description Item of Measure Quantity Required Prim cost price Cott Price Cost Price Cost Price Cost Price Cost 1-1 Erosion Control WS LS I $21,000.DD 521,000.00 $1b 054.50 $16,054.50 : $10,000.00 $101000.DO ,d 515,000,00 515,000.00 $5,000.00 ,000:08 Y,$14,000.00 $14,000.00 1-2 Traffic Control W2 LS 1 $18,000.00 $18,000.00 $20,000.00 $20,000.OD $20,000.00 $20,000.00 f520,000.00 520,000.00 $5,000.00 $5,00D.00 �53D,OOD.00 $30,000.00 1-3 Mobilization W3 LS 1 $40,000.00 $40,000.00 S25,000.00 -900.iY'.': `) $35,000.00 $35.000.00 535,000.D0 $35,000.00 "Do) 00 $45,000 OD $62,307.28 $62,307.28 1-4 Trench Excavation Safety W4 LS 1 14,010.110 $12,000,00 $12,000.00 -' $20.000.DO 520,000.00 $8,000.DO $8,000.00 114 $3,000.00 $3,000.00 545,000.00 $45,000.00 1-5 Construction Staking W5 LS 1 $10,000.00 $10,000.00 $12,000.00 $12,000.00 $5,000.00 $SAM.00 $12,000.00 $12,000,00 510,000.00 $10)DO.00 $9,500.00 $9,500.00 1-6 Bonds and Insurance W6 LS 1 114,000,00 $16,500.DO $16,500.00 $18,000.00 $18,D00.DO $15,000.D0 $25,000.00 520,000.00 $20,000,00 1$40,700.00 $40,700.00 $36,295.50 $36,29S.50 1-7 Site Restoration W7 LS 1 $36,500.DO $36.500,00 $9,300.00 $9,300.00 $40,000,00 $40,00000 $20,000.00 $20,000.00 $19,000.00 $19,000.00 $100,000.00 $100,000.00 1-8 Material and Acceptance Testing W8 LS 1 $8,500.00 $8,500.00 $13,480.00 $13,480.00 $5000.00 55,000,00 58,00000 $8,000.00 53,000.00 $3,Ooo.00 $15,ODO.00 $15,D00.00 1-9 Flowable Fill Abandoned Water Lines Under Traffic W9 LS 1 59,200.00 $9,200.00 S7,700.00 $7,700.00 510,000.00 $10,000.00 510000.00 $1D,000.00 $16,000.00 $1600D.00 '$25,000.00 $25,000.00 1-10 Site Photos and Audio/Video Recordings W30 LS 1 52,000.00 $2,000.00 $15,000.00 $15,000.W $3,000.DD 53,000.00 53,500.00 $3,500.00 $1,500.00 $1,500.00 $5,00000 $5,000.00 1-11 Dewatering Wll LS 1 :5,000.00 $5,000,00 $9.400.00 $9,400.00 $3,000.00 $3,000.00 510.000,00 $10,000.00 $7D00.00 $7.00D.00 $20,000.00 $20,000,00 1-12 Groundwater Mitigation Dam W72 EA 12 51,800.00 $21,600.00 $1,925.00 $23,100.00 $700 58,400,00 $600 $7,200.00 =_ $1,000.00 $12,000.00 $2,750.00 $33,000.00 1-13 12"PVC Water Line W13 LF 240 $54.10 $12,984.00 $54.93 $13,183.20 $100 $24,000.00 5115 $27,600.00 $1D5 $25,200.OD �$75 $18,000.00 1-14 8"PVC Water Line W14 LF 3600 543 5154,800.00 $37,11 $70 $252,00000 $85 $306,000.00 570 5252,00000 $65 $234,000,00 1-1S 2" Water Line W15 LF 110 $85 $9,350,00 $74,59 $82D490 550 55,500.00 Sty $3,850.00 S50 $5,500.00 $40 $4,400.00 1-16 Water Service Line W16 LF 12SO 553 $66,250.00 $30.62 $38275.00 520 $25,000.00 $25 $31,250001. IS15,000,00 $55,D00.00 $35 $43,750,00 1-17 Water Meter Setting W17 EA 20 $1,750.00 $35,000.00 $1,330.68 u6613.60 51,600,00 $32,000.00 $1,600.00 532,00000$1,600.DO $32,000.00 $1,750.00 $3S,000.00 1-11 12x12' Tapping Sleeve and Valve W18 EA 2 59,850.00 $17,700.00 $9,646.60 $19.293.20 $5,800,00 $1LIKID.00 $8,000.00 $16,000.00 $30,000.00 $9,500.00 $19,000.00 1-19 8"z8"Tapping Sleeve and Valve W19 EA 1 55,680,00 $5,680.DO $9,343.60 $9,343.60 $4,000.00 $4,000.00 56,000.00 56,000.00 55,00D.00 $S,0D0.00 $6,500.00 $6,500.00 1-20 6'46" Tapping Sleeve and Valve W20 EA 5 $4,400,00 $22,000.00 $5,098.10 $25,490.50 S3,500.00 $17,i90.00 $S,Ot10.00 $25,000.00 54,500.00 $22,500,00 :$5,500.00 $27,500,00 1-21 Cut and Plug Existing 12"Water Line W21 EA 2 $5,500.00 511,000,00 '$4,238,40 $8,476.80 $4,000.00 $8,000.DO $2,000.00 $4,000.00 S3,000.00 $6,000.00 $7,000.00 $14,000,00 1-22 Cut and Plug Existing 8" Water Line W22 EA 1 $4,900.00 $4,900.00 $4,949.00 $4,948.00 $3,500.00 $3,500.00 $1.750.00 $1,750.00 " $1,500.00 $1,500.00 $6,500.00 $6,500.00 1-23 Cut and Plug Existing 6"Water Line W23 EA 5 $3,500.00 $17,500.00 $3,207.96 $16,039.80 $3,000.00 $15,000.00 51, 500.00 $7,500.00 $1,500.00 $7,500.00 55,500.00 $27,SD0.00 1.24 Cut and Plug Existing 2" Water Line W24 EA 4 $2,000.00 $8,000.00 $2242.00 $8,968.00 $2,000.00 $8,000.OD 5800 $3,200.00 $800 $3,200.DO 54:000.00 $16,D00.00 1-25 8"Gate Valve W25 EA 11 $1,850.00 $20,350.00 $2,860,40 $31,464.40 $L80U.00 $19,800.00 52,000.00 52,000.00 $22,OOD.00 $5,000,00 S55,000A0 1-26 ;"gall Valve and Connection to Existing 2" Water Line W26 EA 4 51,500.00 $6,000.00 $2,805.70 $11,222.80 $1,000.00 $4,000.00 $2,500.00 :22A0000 10,00D.00 $1,000.00 $4AN.00 $6,500.00 $26,DDO.00 1-27 Fire Hydrant Assembly W27 EA 5 54,800.00 $24,000.00 $7,079.22 $35,396,10 54,500.00 $22,500.00 $6,800.00 514000.00 $5,000.00 $25,000.00 '57,500.00 S37,500.D0 1-28 Ductile Iron Fittings W28 LB 13000 S10.50 511550000 $8,86 $97,460.00 510 $110,000.00 5001 $110.00 $12 $132,000.00 r$8 $88,0D0.00 1-29 24" Open Cut Steel Encasement W29 LF 100 $245 $24,500.00 5178.16 ¢¢.�. $350 $35.000.00 5375 $37,500.00 $450 $45,000.00 ;::'$575 557,500.00 1-30 16" Open Cut Steel Encasement W30 LF 440 $103 $4S,320.00 $171.08 $75,275.20 5160 $70,4D0.00 S275 $121,000.00 $215 $94,600.00 5350 $154,000.00 1-31 Undercut and Backfill W31 Cy 100 $32 $3,200.00 $82.52 $8,252.00 $20 $2,000.00 $65 $6.500.D0 $70 $7,000.00 $30 $3,DOD.00 1-32 Rock Excavation W32 Cy 100 575 $7,500.00 $120 $12,000.D0 $001 $1.00 S250 $25,000.00 5100 $10,000.00 $50 $5,000.00 1-33 Solid Sod W33 Sy 5000 518 $90,000,00 $11.05 $55,250.00 $s $2SAW.00 $6 $30,000.DO 57 535,00000 55 $25,000.00 1-34 Temporary Cold Mix Pavement Repair W34 Sy 400 $60 $24,000.00 $137 $54,800.00 S10 S28,000.00 565 S26,000.00 530 S32,000.OD 575 $30,00000 AltlE AAKRK ANSASMSAI Bid 20-46, Construction - HWY 170 Utility Relocate - Bid 20-46, Construction - HWY 170 Utility Relocate Project Overview Project Details Reference ID Bid 20-46, Construction - HWY 170 Utility Relocate Project Name Bid 20-46, Construction - HWY 170 Utility Relocate Project Owner Les McGaugh Project Type ITB Department Purchasing Budget $0.00 - $0.00 Project Description The City is seeking bids from qualified vendors for the relocation of utilities along HWY 170. Open Date Apr 30, 2020 8:00 AM CDT Close Date Jun 03, 2020 2:00 PM CDT Highest Scoring Supplier Score Cisneros Family Construction Corp 100 pts c,�w or .� 'ATITTIVILLE MAKS �QauKaws Seal status Requested Information Citys Required Forms Unsealed on Jun 03, 2020 2:01 PM CDT Jun 03. 2020 2:01 PM CDT Bid 20-46. Bid Form (BT-89EK) Jun 03, 2020 2:01 PM CDT AR Contractor's License Number AR Secretary of State Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest Jun 03, 2020 2:01 PM CDT Jun 03. 2020 2:01 PM CDT Jun 03, 2020 2:01 PM CDT Unsealed by Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, ARKAMFAYETTIVILL5 AYI[AKSAS or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Jun 03, 2020 2:02 PM CDT No C:— or RKAKFAYRTTIVILLE Aolulun r,s Public Notices Addendum 1 issued for Bid 20-46, Construction - HYW 170 Utility Relocate Les McGaugh, May 22, 2020 3:51 PM CDT Addendum 1 issued for Bid 20-46, Construction - HYW 170 Utility Relocate Clarification on W34 Les McGaugh, Jun 02, 2020 12:10 PM CDT Clarification for bid item W34, Temporary Cold Mix Pavement Repair. Specifically, the unit is SY. and the quantity is 400. Addendum 1 was incorrect, but the Electronic bid form is correct. Bid Opening Link Les McGaugh, Jun 03, 2020 1:02 PM CDT https://www.youtube.com/user/cityoffayetteviIIear CITY Qi �. FAYETTEVILLE IA&NANSAS Submissions Supplier Date Submitted Kajacs Contractors Inc. Jun 03, 2020 1:46 PM CDT Goins Enterprises, Inc. Jun 03, 2020 1:00 PM CDT Cisneros Family Jun 03, 2020 1:22 PM Construction Corp CDT Goodwin & Goodwin, Jun 03, 2020 9:22 AM Inc. CDT Tri Star Contractors, Jun 03, 2020 12:37 PM LLC CDT Boyles Construction, Jun 03, 2020 4:46 PM Inc. CDT Name Michael Titsworth Jerry Goins Email mtitsworth@kajacs.com contact@goinsent.com Santago Cisneros cisneros_construction05@hotmail.com David Garcia docryde@yahoo.com Nick Goedereis tristarcontractors@yahoo.com Randy Boyles boylesconstruction@hotmail.com Confirmation Code ODQ1 NTc= ODQ1 NDc= ODQ1NTM= ODQ1MDM= ODQ 1 Mzk= ODQ2MDA= CITY OF FAVETTEVILLE •RKANSAS Scoring Summary Active Submissions Total Within Certified Amount Total Base Bid Supplier / 100 pts Pass/Fail / 100 pts Cisneros Family Construction Corp 100 pts Pass 100 pts ($892,403.60) Goins Enterprises, Inc. 99.47 pts Pass 99.47 pts ($897,201.00) Boyles Construction, Inc. 97.23 pts Pass 97.23 pts ($917,834.00) Goodwin & Goodwin, Inc. 94.44 pts Pass 94.44 pts ($944,960.00) Kajacs Contractors Inc. 89.31 pts Pass 89.31 pts ($999,200.00) Tri Star Contractors, LLC 67.19 pts Pass 67.19 pts ($1,328,252.78) r. pc Ap"Ns erILLe XMKAKIXf Signatures Name Les McGaugh (Project Owner) Les McGaugh (Evaluator) Signatures Digitally signed by Adonis Bwashi O ' cn=Adonis Bwashi, em email=abwashi@fayetteville-ar.gov, c=US Date: 2020.06.05 11:14:31-05'00' Les McGaugh Digitally signed by Les McGaugh Date: 2020.06.05 08:42:58-05'00' www.GarverUSA.com June 8, 2020 Corey Granderson, P.E., Utilities Engineer City of Fayetteville 2435 South Industrial Drive Fayetteville, AR 72701 Re: City of Fayetteville Highway 170 Water Relocations — Bid 20-46 (ARDOT Job #040683) Recommendation of Award Dear Mr. Granderson: Bids were received for the referenced project on June 3, 2020. The bids have been checked for accuracy and for compliance with the contract documents. As summarized below, a total of six bids were received on the project, and the low bid for the project was submitted by Cisneros Family Construction in the amount of $892,403.60. The Engineer's Opinion of Probable Cost was $1,114,150. Project costs are approximately 72-percent reimbursable. Cisneros Family Construction Corp. $892,403.60 Goins Enterprises, Inc. $897,201.00 Boyles Construction, Inc. $917,834.00 Goodwin & Goodwin, Inc. $944,960.00 Kajacs Contractors, Inc. $999,200.00 Tri Star Contractors, LLC $1,328,252.78 Cisneros Family Construction is located in Jacksonville, Arkansas, and Garver has checked references. Specifically, they have recently performed satisfactory work for other utilities including Rogers Water Utilities, Central Arkansas Water, and Jacksonville Water Works. Representatives from other utilities did not report any issues, and they would not hesitate on working with them again. We believe that the bid submitted by Cisneros Family Construction Corporation represents a good value for the City of Fayetteville. We recommend that the construction contract for the Highway 170 Water Line Relocations be awarded to Cisneros Family Construction. Mr. Granderson June 8, 2020 Page 2 of 2 Please call me if you have any questions. Sincerely, GARVER, LLC Chris Buntin. P.E. Senior Project Manager Cc: Tim Nyander, City of Fayetteville Utilities Director Keith Mashburn, Arkansas Department of Transportation Utility Coordinator L:\2018\18048010 - Highway 170 Water and Sewer Relocations\Bidding\Recommendation of Award\Granderson 2020-06-08 Bid 20-46 HWY 170 Recommendation of Award.docm CISNEROS FAMILY CONSTRUCTION 40 Caddo Trail Jacksonville, Arkansas 72076 June 12, 2020 Corey W. Granderson, P.E. City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 RE: Highway 170 Utility Relocation Dear Mr. Granderson, I have enclosed the signed agreement for the Highway 170 Utility Relocation project located in Fayetteville, Arkansas. We are looking forward to working with you. Please let me know if you should have any questions or concerns. Sincerely, Sharon Baxter IWA CITY OF FAYETTEVIiLLE ARKANSAS June 10. 2020 Sent via email: cisneros construction05(ftotmail.com Ray Hickerson Cisneros Family Construction Corp. 402 Caddo Trail Jacksonville, AR 72076 Re: City of Fayetteville, Arkansas; Bid 20-46, Construction - HWY 170 Utility Relocations Dear Sir, The City of Fayetteville Arkansas publicly opened bids received on June 3, 2020 for Bid 20-46, Construction - HWY 170 Utility Relocations. Your company is the low bidder. Your bid is $892,403.60 The City of Fayetteville's contract review process requires that you sign the proposed "Agreement" (DOCUMENT 00500) and provide all required attachments and documents prior to City staff review. The staff review process is an internal pdf review by many departments including budget, accounting, legal, purchasing, City Clerk and Chief of Staff. In addition to the City staff review, the Fayetteville City Council Water and Sewer Committee, and then the Fayetteville City Council, will review the proposed contract. Please complete/fill in and sign, but do not date, the attached copy of DOCUMENT 00500 —AGREEMENT pages 1-11 and return to me (pdf preferred). Please note that this request and your signing of the proposed Agreement does not guarantee that the City of Fayetteville City Council will approve the contract. This request does not obligate the City of Fayetteville in any manner, but this request is the start of the review process for the proposed contract. You will not have an Agreement/Contract until the City of Fayetteville City Council has approved the proposed contract and both you and the Mayor of Fayetteville have executed the approved Agreement/Contract. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The review schedule is proposed as: Water and Sewer Committee June 9, 2020 City Council Agenda Session June 30, 2020 City Council Meeting July 7, 2020 If possible, I need your signed Agreement and attachments by Tuesday June 16t' PDFs are preferred. Again, please do not date this form. I appreciate your help to start the City's contract review process. Please call me and/or email if you have any questions, or if I can assist in any way. Sincerely, Corey Granderson, P.E. Fayetteville Utilities Engineer C: 479-301-4801 O: 479-444-3452 cgranderson(cfavetteville-ar.00v Attachments: Certified Bid Tabulation DOCUMENT 00500 — AGREEMENT pages 1-11 Letter of Recommendation from Garver, LLC Contractor's Bid Submittal Rid I ahulation Bid 20-46, Construction - HWY 170 Utility Relocate 9rfln fr�wrwPwM (.wlrr llrnAr�rMwMn[rp a ,M. rIW.NAek�M-. N. ar(.n GM.a(en N. trrf(Nfwevns..,(I WI<en dH Jo $b9..WJM rftlij0lm 19949%m 59r9.1mm SSITlSa 71 skm.er o 0 0 0 0 frk...e 151 w Se92. of sa 30 w w w Ur Ism �O.Wn(tn w r` •.•" ewe TaN UWe 'rd U� fry W Id M... _. tqulM rrb ..� ,.u. fan rFn Cen MSx Cqr f�a, eaar <M W] 1.f MaMIiaN.mN W$ Iw rch I-- I�S Canuu:ronSrne WS I., 141rrinelil,pfane le.uM we Is t• r ,Sk Fw.b.�m-.a •x.,rr L.w. �•e.. p.0 w9 Is ISO Sk }nera,r,ueWwero MrrenP w10 I$ bJl d-Meng Wll Ls It: 4rwnr.N«Wy�en Dam WI) FA Ill 1TP-'(WNII Lne 1, 1' WC W11rr Lnr W11 LF WSI LF 2t a•wrn Lne .e WNN Srm:r Unr WI, IF Wli LF We Meter SenN 13'.la'TNpnSWweW Vatw WI] I. WIs G 119 e'M'TaiPN Llwr aM V.kr W19 G I.)0 i'.b'T,p}IN Yuen VrW Wm G Iti (ul>m Xp F.nlMe ll'Wrer lwr wn G <uI W Pq Frinee• WNn Unr Wa) M cww Pne F.:.Ime cwrN Ln was u re 1. F.nun, a'wNrr Urlr wl, EA '1 :7 e'ONr VNre WIS G 'lt T WVYw me Cannrm u t.-A a'WNrr Une Wlb EA -:! Rre MTe.,m 4umJN W ll G xl OV[�k lwr:•Olnp Wle LIN .71 11'gen [ur Lrelin(remmt W19 IF 10 1,' OIT WI Yrr tnr.lrmenl wA 11 FI UrrrM,r er-bll W31 (Y -n bx-E...- w1a CY -ll So-1 S-e WIl SI ::I.tiOm SrLmb.m 5%.051 �.'. ', f19,1100m $IO.000m Sl S.0oom '.1 . fO.n $11,0o0m S1e0mm SmAom $i0,00o0. $)9.mom fl0,mom 520.OWm flO.000m 1 s,oJgpm $Nmom SaSAom fL4.0005 SltmOm S35Amm SJS.00DW S]S mom S-W wMW 53IAOm Sli.Omm S.M- Sl -. 9.-. M.M. 3 f10,ObOm SIO.Omm $II.Omm $11 J00A SSMW $E%IM W.M. $a.m000 I t3i.SAm :.t. A SleAmm sm mm SISMW $15imm U..-. Sm- { f36.5mm $]b.Smm S9Amm st mm SOMW S.M. $mAmm $M-. 1 $e,5mm w,soom sl f.%O.OD fll.M0.00 SS mom SS.mom WMW Sf.Omm i 59.2mm Se1mm Sl,xmm Sl.lmm fwAmm S1OMW SIO.mom Sw.Omm I PM III SI.O00.m SKMOI slsmam SJ.m . S3MW SI.S0O00 S31Smm t K=m $SM. SJAmm S9Amm $JAmm S1.9Mff SIO.Mm SIO W 1) SJAmm Sal.$mm SIA'Sm Sl].Imm S)m S..Imm SFm i7j" 110 $.w smy sw$3 $Ss,leJ 30 $1. W mm SIB Sal - aim Hl 5151,emm S11.11 Sm $151,mom US $J%,mom llo %5 Se.Jwm $11N %.101m Yw $11- $1, "Am" law $51 SFb11wm 5- Sle,]ISm $10 $a)-AMM Sly sn- :O 51.1SOm SISmOm s- �W, Sl.w. . Sll.mOm SI.- $R-. I wAwm $1).]mm _ $9AJAm SIO193m $S,imm SLUeckAf s- $a.-. $,,e%m $s,imm w.3"w $91Jum S.,Omm f ell" AM. $- S1AOJm S)lAmm $S Ll0 115.,9ow fJ,Smm WAIKM $S.-w f.=. $S.Smm S31,Omm K]1A.10 S.Ale.% s.Amm s.,-. $aA m summ 51,900m $1.- S,,wm $1,9%W se.smm 5l.smm $I.,%. Sl./wm $3,5mm SI I,SOOm $e.ml.% Slu"w S3.m0A0 S15.mOW f1.MW SLffIM SJAmm %.moW SL111m m.94m 51.Mw w-m SSm SWIM II SIASOm sm,]5om Sa,Iww S31,aYM SUYOm f PAM $).mom Sal mom $lwOM %mOW f11oSm SI I.a)},m Slamm SIMAM S],smm sm- SJAmm S)I.mOm $I ,la S1S,1%10 $Lwow $7 sow fiJmm SII,mOm tlm0 Slow sm'a,,m %% S9r,,Wm $I- f110,Je0.m 59.91 13mm Im S),S Sx1,wOm S1IA :e $llAfealf $lw $aS.00OW $J]5 f1l,Smm IW 5301 $S>.Wi SSIl% SlS.II$.:0 Slm $m.Imm Sals $1llAmm 100 531 Slemm 56151 $e.25;I S10 fLM$M S65 56,smm Im f]S S1.Smm Slm SIaAOm w.ol fLm $aw 5l$.mOm Sm0 $38 SJOmom 113m S11a.. $s sISANA Si swm w ru0 al .. � SII,a0om SJAmm SS.MA, SWOmm SJa-. :$'S.-. $,SNOm Su.lol le %iwale SAmom SSAOAi S.M. SIS.mOm SfO=(O S9.SOOm 59.Smm SlO,1mm $10.�00W SK.Sw S19,]9Sw SI.M. Stv.Cmm SI.-- SlmAom SS.omm Sk- Sal.- SISOWm SSSAmm SIb.00um 511.Omm SlSAmm $I.Smm WIND&" SSemm SSMW S-m SJAmm s»,m . $I.-. SIM. S..9oom $21Iwm "I.- 51a5 SlStmm $IS SIe.mOm Sm $2S1.Mm $0 $)l1.WOm $w SS.Smm SIO SI.Imm SII SSt,mom $IS S,JISOm $1Ao9.m SI).0[Om S:- flSADA ;lxmnm WOW= Sl,lmm sltAOm SS:AW 9SbSom $4Sm OD %.Smm S+VO00 :!smm sl ]Om SxI,SWm $1AWr10 HAmm Sl,om.m SIlmom tl.>mm LLm9l It- SJ.Smm SLSW. P Mft It-W P7,Smm I- SSAfGM 11.m0A0 SISOmm SIMI. 111mom VI-. SSS.o00m SI.amW f4%Im -54:A9.m �It SIiAOm $SAmA i-m III f11.S00m $la SIl)Amm S. sm-. SIw SJAAmm ,SSII Ss. - Sall S".- SJw SJSImo00 SA 11"W Sw 51OOO1 51m Sl.Amm Sw SS mom SI sm mm $5 Sz'IefIM C1+ OI ��MTRTtVILL! wturtaa! Bid 20-46, Construction - HWY 170 Utility Relocate - Bid 20-46, Construction - HWY 170 Utility Relocate Project Overview Project Details Reference ID Bid 20-46, Construction - HWY 170 Utility Relocate Project Name Bid 20-46, Construction - HWY 170 Utility Relocate Project Owner Les McGaugh Project Type ITB Department Purchasing Budget $0.00 - $0.00 Project Description The City is seeking bids from qualified vendors for the relocation of utilities along HWY 170. Open Date Apr 30, 2020 8:00 AM CDT Close Date Jun 03, 2020 2:00 PM CDT Highest Scoring Supplier Cisneros Family Construction Corp Score 100 pts IWO PA7ETTEYILLE ANKARS" Seal status Requested Information Citys Required Forms Bid Bond Unsealed on Jun 03, 2020 2:01 PM CDT Jun 03, 2020 2:01 PM CDT Bid 20-46, Bid Form (BT-89EK) Jun 03, 2020 2:01 PM CDT AR Contractor's License Number AR Secretary of State Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest Jun 03, 2020 2:01 PM CDT Jun 03, 2020 2:01 PM CDT Jun 03, 2020 2:01 PM CDT Unsealed by Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent, * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, SAMIK KT@tlILLE A/RAlai or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Jun 03, 2020 2:02 PM CDT No _['•OF FATKTTOTILLQ ANKAWL" Public Notices Addendum 1 issued for Bid 20-46, Construction - HYW 170 Utility Relocate Les McGaugh, May 22, 2020 3:51 PM CDT Addendum 1 issued for Bid 20-46, Construction - HYW 170 Utility Relocate Clarification on W34 Les McGaugh, Jun 02, 2020 12:10 PM CDT Clarification for bid item W34, Temporary Cold Mix Pavement Repair. Specifically, the unit is SY, and the quantity is 400. Addendum 1 was incorrect, but the Electronic bid form is correct. Bid Opening Link Les McGaugh, Jun 03, 2020 1:02 PM CDT https://www.youtube.com/user/cityoffayefteviIlear .-1 [.'7Yil.,t 1W Submissions Supplier Date Submitted Kajacs Contractors Inc. Jun 03, 2020 1:46 PM CDT Goins Enterprises, Inc. Jun 03, 2020 1:00 PM CDT Cisneros Family Jun 03, 2020 1:22 PM Construction Corp CDT Goodwin & Goodwin, Jun 03, 2020 9:22 AM Inc. CDT Tri Star Contractors, Jun 03, 2020 12:37 PM LLC CDT Boyles Construction, Jun 03, 2020 4:46 PM Inc. CDT Name Email Confirmation Code Michael Titsworth mtitsworth@kajacs corn ODQ1 NTc= Jerry Goins contact@goinsenl.com ODQ1NDc= Santago Cisneros cisneros_construction05@hotmail com ODQ1 NTM= David Garcia docryde@yahoo.com ODQIMDM= Nick Goedereis tristarcontractors@yahoo.com ODQ1Mzk= Randy Boyles boylesconstruction@hotmail.com ODQ2MDA= Scoring Summary Active Submissions Total Within Certified Amount Supplier 1100 pts Pass/Fall Cisneros Family Construction Corp 100 pts Pass Goins Enterprises, Inc. 99.47 pts Pass Boyles Construction, Inc. 97.23 pts Pass Goodwin & Goodwin, Inc. 94.44 pts Pass Kajacs Contractors Inc. 89.31 pts Pass Tri Star Contractors. LLC 67.19 pts Pass Total Base Bid 100 pts 100 pts ($892,403.60) 99.47 pts ($897,201.00) 97.23 pts ($917,834.00) 94 44 pts ($944,960.00) 89.31 pts ($999,200.00) 67.19 pts ($1,328,252.78) a PATR FATT[YILL[ A[RA RfAi Signatures Name Les McGaugh (Project Owner) Les McGaugh (Evaluator) Original signatures on file @ City of Fayetteville Signatures DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Highway 170 Water Relocations (Farmington) (South) Washington County THIS AGREEMENT is dated as of the �_ day of J �,1r L( in the year 20iay and between The City of Fayetteville, Arkansas and L4&VZV 6aj161 L]&I (hereinafter tailed Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The Contract includes, but is not limited to, approximately, 4,200 linear feet of water line relocations (12 inch and smaller) as required to accommodate future roadway improvements by others. The construction contract time is 120 calendar days as further defined in the Contract Documents. The Contract includes work in AHTD Right-of-way and easements. Refer to Section 00400-Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Garver, LLC. Garver, LLC. assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Utility and/or Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500- 1 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. 3.03 LIQL1lDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven 00500 Agreement 00500-2 Project No. 18048010 DOCUMENT 00500— AGREEMENT (continued) Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price 00500 Agreement 00500 - 3 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. I . 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. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement 00500-4 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500-5 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. 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. Contractor has given Engineer written notice of all conflicts. errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500-6 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) 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. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Highway 170 Water Relocations (Farmington) (South) Washington County 8. Addenda numbers 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 00500 Agreement 00500-8 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for 00500 Agreement 00500-9 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) 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. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on . 2(X, which is the Effective Date of the Agreement. CONTRACTOR: • - ��- Attest SEAL) Title: Mayor (SEAL) ``���tttit►►rri��i ���\�.l•CLER/f Attest .� } 1 T F9yF 0.�•;y) '� c •.SAS �` �ii.'N COU'�``�� 00500 Agreement 00500- 10 Project No. 18048010 DOCUMENT 00500 — AGREEMENT (continued) Address for eivin =, nrotices.-�--� D 1 Vw License No. Address for giving notices 113 W. Mountain St. Favetteville AR 72701 (attach evidence of authority to sign and resolution or other documents Agent for Service of process, authorizing execution of Agreement) 4� (if Contractor is a corporation, attach evidence of authority to sign.) Approved As to Form: By: / Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500- 11 Project No. 18048010 www.GarverUSA.com June 8, 2020 Corey Granderson, P.E., Utilities Engineer City of Fayetteville 2435 South Industrial Drive Fayetteville, AR 72701 Re City of Fayetteville Highway 170 Water Relocations — Bid 20-46 (ARDOT Job #040683) Recommendation of Award Dear Mr. Granderson: Bids were received for the referenced project on June 3, 2020. The bids have been checked for accuracy and for compliance with the contract documents. As summarized below, a total of six bids were received on the project, and the low bid for the project was submitted by Cisneros Family Construction in the amount of $892,403.60. The Engineer's Opinion of Probable Cost was $1,114,150. Project costs are approximately 72-percent reimbursable. Cisneros Family Construction Corp. $892,403.60 Goins Enterprises, Inc. $897,201.00 Boyles Construction, Inc. $917,834.00 Goodwin & Goodwin, Inc. $944,960.00 Kajacs Contractors, Inc. $999,200.00 Tri Star Contractors, LLC $1,328,252.78 Cisneros Family Construction is located in Jacksonville, Arkansas, and Garver has checked references. Specifically, they have recently performed satisfactory work for other utilities including Rogers Water Utilities, Central Arkansas Water, and Jacksonville Water Works. Representatives from other utilities did not report any issues, and they would not hesitate on working with them again. We believe that the bid submitted by Cisneros Family Construction Corporation represents a good value for the City of Fayetteville. We recommend that the construction contract for the Highway 170 Water Line Relocations be awarded to Cisneros Family Construction. Mr. Granderson June 8, 2020 Page 2 of 2 Please call me if you have any questions. Sincerely, GARVER, LLC Chris Buntin, P.E. Senior Project Manager Cc Tim Nyander, City of Fayetteville Utilities Director Keith Mashburn, Arkansas Department of Transportation Utility Coordinator L: 2018\18048010 - Highway 170 Water and Sewer Relocations\Bidding\Recommendation of Award\Granderson 2020-06-08 Bid 20-46 HWY 170 Recommendation of Award.docm THE AMERICAN INSTITUTE OF A ;rr,y A0 Document A310 KNOW ALL MEN BY THESE PRESENTS, that we Cisneros Family Construction Corp., 402 Caddo Trail, Jacksonville, AR 72076 as Principal, hereinafter called the Principal, and FCCI Insurance Company a corporation d IY organized under the laws of the State of Florida as Surety. hereafter called the Sure held Surety, are and firmly hound unto City of Fayetteville, 113 Weet Mountain Street, Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of amount bid for the payment of which sum well and truly to be made, the said Principal and the said Dollars Surety, bind ourselves, our heirs, executors, administrators. successors and assigns, jointly and severally, firmly by these presents. WHEREAS, th' Principal has submitted a bid for Highway 170 Water Relocation (Farmington) (South) Washington aunty. NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee 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 the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount Specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect - Signed and sealed this 3�d ay of June c 2020. r Cisneros Fafnily Construction Corp L , (P»ncipal) ISea, (Title) — ---- FCCI Insurance Company (Surety) Melton I (Title) AIA DOCUMENT A310i--BID BOND - AIA, • . F EBRUARY 1970 ED . THE AMERICAN INSTITUTE OF ARCHJ' CTS 1735 N Y AVE , N W , ',VAS"1NG T ON D.C. 20Q0E Michael A Daniel, Attomev-in-Fact FCcr,,,,UPL More than a policy. [A promite. GENERAL POWER OF ATTORNEY Know ali men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the 'Corporation") does make, constitute and appoint; Michael A. McDaniel; Richard H. Whitley; Louis G Morgan III; James S. Brown Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as:u�ty, and as its act and de d in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authz shall exceed the sum of (not to exceed $10,000,000.00): $10,000,000.00 This P r of Attorney is made and executed by authority of a Resolution adopted by the Board of Dire*rs. That resolution also a thorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or fadsimile seal shall be binding upon the Corporation when so affixed and In the future with regard to any bond, urcertaking or contract of surety to which It Is attached In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate seal to be hereunto affixed, this 31st day of January 2019. Vic" IIi / e Attest: id: -�o". '�.�.• ,LLG.L� - y SEAL :<; ---------- - John n. President Cina Welch, EVP, General Counsel, FCCI Insurance Company +w+ *: Chief Audit & Compliance Officer, Secretary tpp�9. ; ri FCCI Insurance Company State of Florida County of Sarasota Before n ie this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing docu nt for the purposes expressed therein. 00- My commission xpires 9/25/2020 . N.r �� � e c w.cn firm "Ar F WMA - Notary Public State of Florida County of Sarasota Before me this day personally appeared Cina Welch, who is foregoing document for the purposes expressed therein. I My commission expires AAAe Alamo 9/25/2020 .,Q• �•,hhkLa~.tn... t�Ncoa Irm CERTIFICATE Personally known to me and who executed the Notary Putty 1, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains In full force and has not been revoked; and furthermore that the February 4, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this day of J t l h.[ 7,0 Z-V Cina WeICh. EVP, Genere(dounteL owo6ez-Nnw. +n:,.o Chief Audh & Compliance offioer, Secretory uviU. ! N 1 00140 — BIDDER'S QUALIFICATION STATEMENT Contract N me: Ifighway 170 Water Relocations (Farmington) (South) Washington County Date: 1 SUBMITTD TO: City of Fayetteville, Arkansas 1131 West Mountain Street For a Cont insurance, f least 5 (rive the product roadway im water/sewer projects ex commercial ille, Arkansas 72701 BY: any Cisneros Family Construction Corp Santiago Cisneros Garcia ys 402 Caddo Trail, Jacksonville, AR 72076 Office 402 Caddo Trall, Jacksonville, AR 72076 Lion, partnership, individual, joint other Corporation ; State General Contractor's License Number 70321 actor to be considered as Commercially Proven, the Contractor must satisfy nancial, and bonding requirements of the City of Fayetteville, and must have ha years active experience under the current Contractor name in the installatio )id, included relocation of water lines along an existing roadway to accommo, irovements. The Contractor shall have executed work for municipalities opera facilities or water/sewer contracted operations with a minimum of three eeding five hundred thousand dollars ($500,000). Work for developers site work will not be considered as permissible work experience. Accept ,n of these minimum installations must be submitted to the City of Fayetteville. 00140-Bidder 11"ifications.doc 00140 — 1 II Project No. 18048010 all I at of (3) able .r ■� r� t tViV J l A l �111�(\ h' (CONTINUE 1. Bidder has been engaged as a General Contractor in construction for 5 ye and has performed work of the nature and magnitude of this Contract for 5 ye Bidder has been in business under its present name for 5 years. 2. Bidder now has the following bonded projects under contract: (On a separate list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completie date.) Bidder has completed the following (list minimum of 3) contracts consisting of I ork 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 th cost of the Work perfonned with Bidder's own forces.) Has Bidder ever failed to complete any project? If so, state when, where, and w Bidder normally performs the following work with his own forces: Water, Sewer, Drainage, Concrete Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): Santiago Cisneros Garcia - 20 years experience in the utility construction industry. Last 5 years as a business owner In the construction industry. Ray Hickerson - 30 years with Marlar Engineering working as a inspector and layout crew. Last 5 years working as estimator for Cisneros. 00140-13idder I unlifications-doc 00140 — 2 Project No. 18048 10 •111 UU14U — KIDDER'S QUALIFICATION STATEMENT (CONTINUE): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will b furnished by the following surety company and name and address of agent: FCCI Suriety - 6300 University Parkway Sarasota, FL 34240 t• Bidder's Workmen's Compensation Experience Modifier Factor is: '93 Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, in Bidder's latest balance sheet and income statements showing the following a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, p for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof. 00140-Bidder Jualiflj;ations.doc 00140 — 3 1 Project No. 18048010 1.rW%—U1vn t'N t t111141) — KIDDER'S QUALIFICATION' STATEMENT (CONTI If financial statement is not for identical organization named herein, explain relationship and responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. $ b. Bidder here y represents and warrants that all statements set forth herein are true and correct. Date: Ju ie 3, 2020 20 (OFFICIAL SEAL) Name of Or anization: Cisnero Family Construction Corr, By Title Pre ident (if Bidder is I partnership, the partnership name shall be signed, followed by the signature of at least of the panne . If Bidder is a corporation, the corporate name shall be signed, followed by the signal of a duly -au orized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140-Bidder I Ualifications.doc 00140 - 4 Project No. 18048 10 Contract Name: Highway 170 Water Relocations (Farmington) (South) Washington iCounty Bid Number: 2046 BID To: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Cisneros Family Construction Corp 402 Caddo Trail Jacksonville, Arkansas 72076 Axric LE 1 - INTENT 1.01 The undersigned Bidder proposes and 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. wrc i iLIlt: Z - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400-Bid Form 00400 — 1 ( Project No. 18048010 3.01 00400-Bids (continued) BIDDER'S REPRESENTATIONS 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 1 5/19/20 B. Bidder has visited the Site and become familiar with and is satisfied as to general, local, and Site conditions that may affect cost, progress, Performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 00400 — 2 Project No. 18048010 —BID FORM (continued) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the 5 or otherwise which may affect cost, progress, performance, or furnishing c the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of t Bid for performing and furnishing of the Work in accordance with the tim price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identifii in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 00400-Bid corm 00400 - 3 Project No. 18048010 AT 00400 —BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage ov any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench saf standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. M. Bidder will Buy America Requirements, see attached information in supplementary conditions. 00400-Bid corm 00400 - 4 Project No. 18448010 5.01 5.02 7.01 —BID FORM (continued) TOTAL AMOUNT BID $ 892,403.60 _ CONTRACT TIMES Bidder agrees that the Work will be substantially completed and completed and rea for final payment within the number of calendar days indicated in the Agreement. Bidder accepts the provisions of the Agreement as to liquidated damages in the of failure to complete the Work within the times specified in the Agreement. BID CONTENT 'Me following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of 5% of bid amount Dollars ($5% of bid amount B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. _ COMMUNICATIONS Communications concerning this Bid shall be addressed to the Bidder as follows: Cisneros Family Construction Attn: Ray Nickerson 402 Caddo Trail, Jacksonville, AR 72076 Email. cisneros—constructionO5@hotmaii.com Phone No. 501-596-1155 FAX No. n/a 00400-Bid corm 00400 — 7 Project No. 18048010 (continued) _ 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. AKI I LE 9 - CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (herein] referred to as the company) bidding on or participating in the project, I certify that I have and understand the requirements of the General and/or Supplemental Conditions and that principl s, agents and employees of the company will comply with these requirements incluc all relei ant statutes and regulations issued pursuant thereto. I further certify as the author agent o the company that: EQUA OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 Executive Orders 11246 and 11375, including inclusion of all required equal opportunity cla in eachsub-contract awarded in excess of $10,000 and I will furnish a similar statement i each proposed subcontractor, when appropriate. I will also comply with all Equal Employr Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Discrim ation Act of 1975; and Section 13 of the Federal Water Pollution Control Amen ents of 1972 regarding sex discrimination. INUINNSE 'REGATED FACILITIES The company that I represent does not and will i maintain any facilities provided for its employees in a segregated manner, or permit its employ, to Perfor m their services at any location under company control where segregated facilities ; maintain d; and that the company will obtain a similar certification prior to the award of a subcontr, ict exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in t Contract Documcnts and furnish weekly payrolls and certifications as may be required by 1 City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted the City f Fayetteville for all subcontracts in excess of $2,000. OSHA FEQUIREMENTS I will comply with the Department of Labor Safety and Heal Regulatic ns promulgated under Section 107 of the Contract Work Hours and Safety Standard A (40 U.S. . 327-333) in the performance of the contract. rx"ILU EMENT PROHIBITIONS As required by Executive Order 11738, Section 306 the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goc and services from persons who have been convicted of violations of either law if the goods services to be produced by the facility that gave rise to the violation. DEBAR ENT AND SUSPENSION I certify that to the best of my knowledge and belief d the corn y that 1 represent and its principals: 00400-Bid �onn 00400 — $ Project No. 18048010 TIE-0 r YOU AID FORM (continued) (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, voluntgrily excluded from covered transactions by any Federal department or agency; (b) Hz ve not within a three year period preceding this proposal been convicted of or had a ci judgerr. ent rendered against them for commission of fraud or a criminal offense in connecti with ot taining, attempting to obtain, or performing a public (Federal, State, or local) transacti, or con ract under a public transaction; violation of Federal or State antitrust statutes commi sion of embezzlement, theft, forgery, bribery, falsification or destruction of recorc making false statements, or receiving stolen property; (c) A not presently indicted for or otherwise criminally or civilly charged by a governmc entity ( ederal, State, or local) with commission of any of the offenses enumerated in paragral (b) of tJ is certification; and (d) H e not within a three-year period preceding this application/ proposal had one or public t actions (Federal, State, or local) terminated for cause or default. I under d that a false statement on this certification regarding debarment and suspension be grou ds for rejection of this proposal or termination of the award. In addition, tinder 18 Sec. 10 1, a false statement may result in a fine. I further certify that I will obtain a sil certifica 'on for each subcontract awarded in excess of $25,000. 9.02 xecution/Signatures for Contractors Assurances above, Bid and total Bid Form, SUBMITTED on June 3, 2020 20 Arkansas State Contractor License No. 035527032 If Bidder is: (type or printed): (Individual's Signature) business as: address: No.: FAX No.: 00400-Bid corm 00400 9 Project Na. 18048010 or RM (continued) Partnership Name: __(SEAL) (Signature of general partner — attach evidence of authority to sign) (type or printed): ness address: No.: FAX No.: 'orporation Name: Cisneros Family Construction Corp (SEAL) tateoflncorporation: Arkansas ype (General Business, Professional, Service, Limited Liability): 3eneral Business (Signature — attach evidence of authority to sign) ne (type or printed):Santiago Cisneros Garcia e: President (CORPOR E SEAL) � J' r�t. (Signature of Corporate Secretary) mess address: 402 Caddo Trail, Jacksonville, AR 72076 No.: 501-596-1155 FAX No.. n/a END OF DOCUMENT 00400 00400-Bid �onn 00400 - I 0 Project No. 18048010 — BI ALL MEN BY THESE PRESENTS. that we as Principal, hereinafter called the Principal, and a corpo lion duly organized under the laws of the State of as Surety, hereina er called Surety, are held and firmly bound unto of Fayetteville, Arkansas 13 West Mountain Street ayetteville, Arkansas 72701 as Oblig e, hereinafter called Owner, in the sum of Dollars (S ), for the payment of whict sum, wel and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administi ators, successors and assigns, jointly and severally, firmly by these presents. WHERE , Principal has submitted a Bid for: Highway 170 Water Relocations (Farmington) (South) Washington County NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Coi itract 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 fai hful 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 d give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed he penalty hereof between the amount specified in said Bid and such larger amount for 00410-Bid ond doc 00410 — 1 Project No. 18048010 DOCUMENT 00410 — BID BOND (continued) which �e Owner may in good faith contract with another party to perform the Work covered b said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect.; Signed nd sealed this day of 20 i PRINCIPAL (CORPORATE SEAL) By SURETY By ATTORNEY -IN -FACT (CORPORATE SEAL) (This Boi id shall be accompanied with Attorney in-Fact's authority from Surety) END OF DOCUMENT 004110 00410-Bid 3ond.doc 00410 — 2 Project No. 18048010 DOCUMENT nna-An In complial ice with the Instructions to Bidders and other Contract Documents, the undersigned subr, the following names of Subcontractors to be used in performing the Work for: Highway 170 Water Relocations (Farmington) (South) Washington County Bidder certi ies that all Subcontractors listed are eligible to perform the Work. Subcontrac is Work Subcontractor's Name Expected Perce Aid Address or Value Clearing/D olition SWPPP/Er ion Control {� Water line " Sewer line CL Other (desig ate) NOTE: This must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 00430-List of S�bcontractors.doc 00430 — 1 Project No. isw4olo Bidder's Qualificakion Statement: 2. Robinwood Dr' inage — City of Bryant, AR — McClelland Engineers - $187,376.00 — 7/1/20 Heights Meter Replacement — Central AR Water — Central AR Water - $628,430.19 — 8/15/20 Blossom Way ewer — City of Rogers, AR — City of Rogers, AR - $57425.81— 9/20/20 Janmar Draina e — Little Rock Public Works — Little Rock Public Works - $192,570.13 — 9/10/2 3. 2" Galvanized Water Main Replacement —Central Arkansas Water —Thomas Wray 501-377-1 $785,584.00 - Completed 6/20 — FCCI Surety —100% completed by Cisneros 2018 Rogers W 3ter & Sewer — City of Rogers, AR — Aaron Short 479-621-1142 - $538,958.00 Completed 3/2 — FCCI Surety —100% completed by Cisneros Kanis Road Wi $554,334.00 — 4. No r Relocation — Central AR Water — Thomas Wray 501-377-1221 impleted 5/20 — FCCI Surety —100% completed by Cisneros CISNEROS FAMILY CONSTRUCTION CORP REVIEWED FINANCIAL STATEMENTS DECEMBER 31, 2019 „H'.- PRZ CPA. & ADVISORS DEC CO In Fi Su ROS FAMILY CONSTRUCTION CORP ER 31, 2019 Jepeni lent Accountant's Review Report..... _ ........................................... . ............... 1-2 tancla I Statements Balan Sheet State i ient of Income and Expenses ......................... Stater ient of Stockholders' Equity .......................... Stater i ent of Cash Flows Notes to the Financial Statements )PIern ontal Information Schec ule of Operating Expenses............ of Contracts in Progress ......... .................................................. 3 ................................................... 4 ................................................... 5 ..................... ........................... . 6 ................................................... 7-12 13 ... 14-1 -&A P ,( ew PR CPAs & ADVISORS Independent Accountant's Review Report To the S ckholder Cisneros Family Construction Corp Jacksonv Ile, AR We have eviewed the accompanying financial statements of Cisneros Family Construction (an S Coi ration), which comprise the balance sheet as of December 31, 2019, and the rel statement of income, changes in stockholder's equity, and cash flows for the year then ended. the related notes to the financial statements. A review includes primarily applying analy procedurts to management's financial data and making inquiries of company managemen review is substantially less in scope than an audit, the objective of which is the expression o Opinion garding the financial statements as a whole. Accordingly, we do not express sucl opinion. rp A an an Manage ent's Responsibility for the Financial Statements Manage nt is responsible for the preparation and fair presentation of this financial statemeni in accordan with accounting principles generally accepted in the United States of America; this includes he design, implementation, and maintenance of internal control relevant to he pre and fair presentation of financial statements that are free from material misstatem nt whether d e to fraud or error. Accounts is Responsibility Our resp< Standards Services ( limited as! should be generally provide a 1 Accounts Based on Eccorr, pan; Accepted it sibility is to conduct the review engagement in accordance with Statements for Accounting and Review Services promulgated by the Accounting and Rev ommittee of the AICPA. Those standards require us to perform procedures to ob trance as a basis for reporting whether we are aware of any material modifications zade to the financial statements for them to be in accordance with accounting princil �cepted in the United States of America. We believe that the results of our procedt :asonable basis for our conclusion. 's Conclusion ur review, we are not aware of any material modifications that should be made to ing balance sheet in order for it to be in accordance with accounting principles genes the United States of America. 2594 E. Joyce Blvd.. Ste. 1 Faycttc0lic. Arkansas 72703 Ph: 479.444.8-100 cmail: matt p -ccicctlanding.com W wu . P R7. a=unt i ng. com Suppler The sup; analysis responsi accounti i n `JiTllat financial supplem, express 1 ry Information lementar% information included on pages 13-15 is presented for purposes of additi )nal and is not a required part of the basic financial statements. Such information is the lility of management and was derived from, and related directly to, the underlying ig and other records used to prepare the financial statements. The suppleme ary on has been subjected to the review procedures applied in our review of the basic statements. We are not aware of any material modifications that should be made te the many information. We have not audited the supplementary information and do not n opinion on such information. PRZ CPAs & Advisors Fayetteville, Arkansas April 6, 2020 FINAOCIAL STATEMENTS CISNEROS FAMILY CONSTRUCTION CORP BALANCE SHEET AS OF DE EMBER 31, 2019 Assets Current ets Cash and sh equivalents Accounts r $ 341 e rabie 330 Retainage : 28 eivable 488 Cost and 18 mated earnin s in excess of billin s O60 Total Cu 11 t Assets 920 798 Property, ant Equipment, Amortization Mac'iinery nd equipment Cffice eaul rant 1$ 101 Leasehold i norovernents 5 269 vehlJes 30250 Less; accur elated de reciation 101 665 Total Pro rty, Plant, Equipment and Amortization 83 524 T s N 240 761 . J, se $ 1,163 59 Liabilities a id Stockholder's Equity Lla iiities Ac.,:junts pe able y-o11 taxe payable $ 231 94 iauungs in a ess of costs and estimated earnings 17, 68 C,-,: rent oort n of lon -term debt 72, 91 Total C1rre t Liabilities 14, 00 335, 53 Long -Term iabilltles ND:es �s b Torai Long- erm Llabilites 25, 89 ! iabiii ias 25, 89 42 $ 361 S'.ocknoide ' Equity Common st x, no par value, 1,000 shares authorized - 03b iss ed and outstanding $ 00 P&JC! in :aoit ea, 5, ID Total Stoc oldar s E ui 796,4 17 17 Total Llabili ac mnA 802. See accompanying notes and accountant's independent review 3 CISNEROS FAMILY CONSTRUCTION CORP STATEMI NT OF INCOME AND EXPENSES FOR THE YEAR ENDED DECEMBER 31. 2019 Revenue r s:r:i revenue T otal Rev nue Cost vt G 0. s Sold Bond expe ise Const:'L,C in payroll payroli taxes .-OASu-cit it suppiies Mla,eria!s Construct! n rentals .�:uei S,:ucontra ors `Gzal Cos or Good Sold ("rocs Pro Dr rting penses �,aeratin x^enses v:oi v .�:t�x 3nSe3 :,M-Re ff n u arai;ons ':)*her rco ne (Expense) :rt=_res; ax nse pair c, .. sal 3assets In �ncom $ 2,577 347, 38, 11, 578, 159. 218,198 1,479, 08 1,097, 41 See accompanying notes and accountant's independent review 7 4 CISNEROS FAMILY CONSTRUCTION CORP STATEMENT OF STOCKHOLDERS' EQUITY FOR THEY R ENDED OCTOBER 31, 2019 — _ Common Stock Paid In Capita! Retained Earnings Baiance, Oec emoer 31, 2018 $ 500 $ 131,899 $ Net income Paid in zapita - - 788,815 Dis:; i::�t ons - 5,000 - Balance,MDec ember 31, 2019 $ 500 $ 5,000 $ 123,897 796,817 $ T See accompanying notes and accountant's independent review 1 2,399 7 8,815 5,000 1 3,897 8 2,317 5 GISN ROS FAMILY CONSTRUCTION CORP STATE ENT OF CASH FLOWS FOR TH YEAR ENDED DECEMBER 31, 2019 Cash Fic iwa From Operating Activities :let loss Adjustments to reconcile net income tc net gj; provided by operating :.ess Gain on sale of assets (Increase) decrease in: A cunts receivable rZ ainaae receivable C t and estimated earnings in excess of billings ;ncr se (decrease) in: Aocunts payable Pa roll taxes payable Bia nos in excess of costs and estimated earning Net Cae' ?•0,11ad 13Y Operating Activities Ci: sn Flo s Fran Investing Activities Purcnasa oro^art and ui ment !`!et C Lsed iY!nv"+Incj Activities Cash Flo s From Financing Activities ?rincipal a;r.,a-ts or: long-term debt ._ine o. C. 0.1it sharenci distributions ivEt Cash jSed By Financing Activities Decrease n Cash and Cash Equivalents wasr. ar,c, ,ast-=,uwalants - Beginning of Year , sr 3r- _nts- n o ear Suppiera ;tai Disclosures of Cash Flow Information: Cesn ca d a::- ng the year for. ,zc;,e 'u E o- Noncash Investing and Financing Activities Total cc.. of fixed assets acquired _esss DI .c= Financing of PP&E _ess: Ae e; Trade in value z ::; aC:;u;re fixed assets S 788,815 52,2 (7,0 51,1 (180,0 (31,8: (225,41 2.9 (91, (20, 114, (20, See accompanying notes and accountant's independent review 1 Responses Success: All data n vaiidl Bid Schedule success: All values provided e1-1 Erosion Control W1 LS 1 $18.054 50 S 15.054 50 Success: All values provided e1-2 Traffic Control W2 LS 1 S2000000 S20,00000 Success: All values provid.d 01.3 Mobilization W3 LS 1 $25.00000 $26.00000 Success: All values provided 414 Trench Excavation Safety W4 LS 1 $ 12.000 co $ 12,001100 Suous.: All valves provided 01.5 Constructlon Staking WS LS 1 $12.00000 $12,00000 Success: All values provided $14 Bonds and Insurance W15 LS 1 S 18,00000 S 16,00000 Success: All vetoes provided a1-7 Site Restoration W7 LS 1 $9,30000 $9.30000 S.--. Ali values P,-.dad 01-8 Material and Acceptance Testing WS LS 1 $13,48000 $13,48000 suttees: AN values provided try-9 Flowable Fill Abandoned Water Lines Under We LS 1 $7.70000 57,70000 Trams Success: Au values p—des! 01-10 Site Photos and AodiofVideo Recordings W10 LS S 15 000 00 S 15,00000 9ucaa:: Au values 9--ded 01-11 Dewatering Wil LS 1 $9,40000 $9,40000 Succes+- All values provided $1.12 Groundwater Mitigation Dam W12 EA 12 S1,92500 S23,100.00 Succ.,,: All-iues wn.Ideo e1-13 12"PVC Water Line W13 LF 240 35493 $13,10320 Success: All values provided 01-14 S-• PVC Plater Line W14 tF 36M $3711 $133,S9600 Succes: All values provided e1-15 2"Water Line W15 LF 110 $7459 $6.20490 S.... es: AS vet uss provided 41-16 Water Service Line W16 LF 1250 S3062 $38.27500 Success: As valve. provided a1-17 Water Meter Setting W17 EA 20 31.330.68 $28.61360 Success: All values provided e11-18 12"02" Tapping Sleeve and Valve W76 EA 2 $9.64660 S 19.293 20 Suet...: All values provided 01-19 8"x8" Tapping Sleeve and Valve W19 EA t $9.34300 $9.34380 Success: All valuas provided 01-20 6"x6" Tapping Sleeve and Valve W20 EA 5 $5,098 10 S 25.490 5C Success: A0 values provided e1-21 Cut and Plug Existing IT'Water Line W21 FA 2 $ 4,23840 $8.476 80 succ.ec: Au vetoes prodded e1-22 Cut and Plug Existing 8" Water Line V422 EA I S4,948fl00 5 4.940 eo 5uccu: All v.1— provided 11043 Cut and Plug Existing 6" Water Line W23 EA 5 $ 3.207.96 S 16.039 80 Success: All values provided N1-24 Cut and Plug Existing 2' Water Line W24 EA 4 $ 2,242 00 511.96e 00 Success: Alt values provided e1-25 8"Gate Valve W25 EA 11 S2,660,40 $31,46440 SYcceeti All a 2" Bell Valve and Connection to Existing 2" Water v.1-1 o—idw 'f Line W2e Successc All v41ws Provided 01-27 Fire Hydrant Assembly W27 SUccros: An sal— Pmv,dw 01 29 Ductile Iron Fittings VV2e SUCCORS: All value, Provided $1-29 24" Open Cut Steel Encasement wts Success: A0 -lu— urovidw e140 16" Open Cut Steel Encasement Wx Success All value• Provided 91-31 Undercut and Bacldlll W31 SUCCesc All whin, Provmw $1.32 Rock Excavation Success: All values Provided e^ -33 Solid Sod W33 success: An VOWS Pruelded e- i4 Temporary Cold Mix Pavement Repair W34 EA 4 $2,805.70 S'1222W EA 5 $7,079.22 S 35,39e.10 LB 11.000 $5 BO $ 97 4e0 DO LF 100 $ 170.10 S 17,01&00 -F 440 e 171.0a $75.27S 20 CY 100 S 02.52 S 0,252.00 Cv 100 S 120.00 S12,00000 sy soon $11.05 S 552W 00 Sv 400 S 137.00 S 54,900.00 Bid 20-46, Construction - HWY 170 Utility Relocate - Proposal Data Supplier All Contractor's AR Secretary of Pursuant Arkansas Code License Number State Filing N Annotated §25-1-503 Boyles Construction, Inc. 85230620 100168413 Yes Cisneros Family Construction Corp 355270321 811088297 Yes Goins Enterprises, Inc. 328430521 811042960 Yes Goodwin & Goodwin, Inc. 16960421 100104752 Yes Kajacs Contractors Inc. 49950321 100120169 Yes Fri Star Contractors, LLC 186220320 800094885 Yes City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division WATER SEWER (720) Adjustment Number 2020 /Org2 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A budget adjustment is needed within the Water/Sewer Reolocations -Bond Project for the construction of approximately 3,600 linear feet of 8-inch and 240 linear feet of 12-inch waterline to facilitate Farmington's improvements to Highway 170 - ARDOT project #040683. This project is 72% reimbursable by ArDOT. Approximately $846,864.95 will be reimbursed to the City. COUNCIL DATE: 7/7/2020 LEGISTAR FILE ID#: 2020-0515 RESOLUTION/ORDINANCE Hally Black 611912020 1:04 PM Budget Director Date TYPE: JOURNAL #: G LDAT E: CHKD/POSTED: TOTAL 846,865 846,865 v.20200528 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5400.720.5600-5808.00 981,644 - 11011 2002 EX Improvements - Water Line 5400.720.5600-4309.00 - 846,865 11011 2002 RE Federal Grants - Capital 5400.720.5600-5808.00 (134,779) - 11011 1 EX Improvements - Water Line H:\Budget Adjustments\2020_Budget\City Council\07-07-2020\2020-0515 Farmington Waterline - Cisneros I of 1 CHANGI; ORI)I;R NO. 1 CISNEROS FAMILY CONSTRUCTION CORP. City of Fayetteville Staff Review Form 2021-0496 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/21/2021 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a reconciliation change order to the contract with Cisneros Family Construction Corp. which will decrease the contract amount by $77,130.38. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 11011.2002 Water/Sewer Relocations - Bond Projects "Hwy 170 Farmington Utility Relocates" Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? No Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 9,404,332.00 $ 6,405,699.13 2,998,632.87 $ 2,998,632.87 V20210527 Purchase Order Number: 2020-618 Previous Ordinance or Resolution # 185-20 Change Order Number: 1 Original Contract Number: 2020-56 Comments: Approval Date: 06/24/21 CITY OF FAYETTEVILLE ARKANSAS Change Order No. To Contractor: Cisneros Family Construction Corp. The Contract is chan¢ed_as follows: RECONCILIATION CHANGE ORDER Contract Title: Bid 20-46, Construction Highway 170 Waterline Relocations Date of Issuance: June 16, 2021 ORDINANCE/RESOLUTION: 185-20 Effective: July 7, 2020 Bid Bid Previous unit Contract Revised Revised Original Revised Item Item Estimated of unit Final Final Estimated Final No. RCO 1.1 Description Remove Temporary Storage Buildin s Quantity 0 Measure EA Price $0.00 Quantity $2.00 Price $650.00 Cost $0.00 Cost $1,300.00 RCOl.2 Remove and Replace unsuitable and loose material and furnish Jersey Barriers 0 LS $0.00 $1.00 $4,480.00 $0.00 $4,480.00 W12 Groundwater Mitigation Dam 12 EA $1,925.00 $2.00 $1,925.00 $23,100.00 $3,850.00 W 13 12" PVC Water Line 240 LF $54.93 $216.00 $54.93 $13,183.20 $11,864.88 W 14 8" PVC Water Line 3,600 LF $37.11 $3,348.00 $37.11 $133,596.00 $124,244.28 W16 Water Service Line 1,250 LF $30.62 $1,550.00 $30.62 $38,275.00 $47,461.00 W17 Water Meter Setting 20 EA $1,330.68 $28.00 $1,330.68 $26,613.60 $37,259.04 W 19 8"x8" Tapping Sleeve and Valve 1 EA $9.34 W20 6"x6" Tapping Sleeve and Valve 5 EA $5,098.10 $4.00 $5,098.10 $25,490.50 $20,392.40 Page 1 of 3 Substantial Completion Final Completion NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been previous Change Orders. Cisneros Family Construction Corp. t IZ1 DATE FA Page 3 of 3 by Work Change Directives not incorporated in this or �- 06/24/21 DATE 11/3/2020 12/3/2020 Resolution 185-20 File Number 2020-0515 Attest: 2 Kara Paxton, City Clerk Treasurer Page 2 Printed on 718120