Loading...
HomeMy WebLinkAbout206-21 RESOLTUION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 206-21 File Number: 2021-0587 BID #21-62 KAJACS CONTRACTORS, INC.: A RESOLUTION TO AWARD BID 421-62 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $748,000.00 FOR CONSTRUCTION OF THE RICHLAND CREEK WATERLINE CROSSING PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $149,600.00 BE IT RESOLVED BV THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 21-62 and authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $748.000.00 for construction of the Richland Creek Waterline Crossing Project, and further approves a project contingency in the amount of $149,600.00. PASSED and APPROVED on 8/17/2021 Attest: `�����rrtrrrr G`ER K-A/fol G' Kara Paxton, City Clerk Treasur'�r ; FqY` r-r` ✓QLE; X "ION`510 C09,N"%% Page 1 Printed on 8118121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0587 Agenda Date: 8/17/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.4 BID #21-62 KAJACS CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #21-62 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS, INC. IN THE AMOUNT OF $748,000.00 FOR CONSTRUCTION OF THE RICHLAND CREEK WATERLINE CROSSING PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $149,600.00 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 # 21-62 and authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of $748,000.00 for construction of the Richland Creek Waterline Crossing Project, and further approves a project contingency in the amount of $149,600.00. City of Fayetteville, Arkansas Page 1 Printed on 812312021 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0587 Legistar File ID 8/17/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/28/2021 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #21-62 and approving a contract with KAJACS Contractors, Inc. in the amount of $748,000.00 for construction of the Richland Creek Waterline Crossing project, and approval of a project contingency in the amount of $149,600.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1801 Water System Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 7,485,004.00 Funds Obligated $ 5,595,864.62 Current Balance $ 1,889,139.38 Does item have a cost? Yes Item Cost $ 897,600.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 991,539.38 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 17, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: July 29, 2021 CITY COUNCIL MEMO SUBJECT: Bid #21-62, KAJACS Contractors, Inc. — Construction Contract for Richland Creek Waterline Crossing RECOMMENDATION: Staff recommends awarding Bid #21-62 and approving a contract with KAJACS Contractors, Inc. in the amount of $748,000.00 for construction of the Richland Creek Waterline Crossing project, and approval of a project contingency in the amount of $149,600.00. BACKGROUND: The City of Fayetteville serves water to customers in Goshen through a waterline that follows Highway 45, crossing "twin bridges" or the White River and Richland Creek. On April 29, 2021 the waterline under Richland Creek was disrupted by streambank erosion during a significant flooding event. City Crews worked swiftly to construct a temporary bypass line over the Highway 45 bridge in this location to ensure customers could be kept in service. A subsequent boil order was coordinated with the Department of Health and all news outlets. To date, the water in Richland Creek has not receded enough to allow city crews to inspect this area to determine the type or scope of failure and make repairs subsurface. The City quickly coordinated with Olsson Engineering to create a stand-alone bid package for this creek crossing area, pulling from the larger East Service Area Improvements project already designed and permitted. This smaller project includes approximately 850 feet of waterline, and a 225 foot bore under the creek. DISCUSSION: On July 28th, 2021 the City of Fayetteville accepted sealed competitive bids for the Richland Creek Crossing project. KAJACS Contractors, Inc. submitted the lowest bid. All bids are shown here: Goodwin & Goodwin, Inc. $902,650.00 KAJACS Contractors, Inc. $748,000.00 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available for this project in the Water System Rehabilitation account within the Water & Sewer fund. Attachments: Project Vicinity Map Agreement Certified Bid Tab Submittal .V ILA hop., i or lk 4-1 10, i. it •`:• n� �i i w 7 :�' Z701' K + J Al L 1. our ����• t-4O :",r 018-0031 SECTION 00 52 00—AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — RICHLAND CREEK WATER LINE CROSSING Contract No.: 2 i-62 , Construction THIS AGREEMENT is dated as of the 7t day of August in the year 20 21 by and between T. The City of Fayetteville, Arkansas and �i c t L11,4MC, -f< (henreinGafter called Contractor). ARTICLE 1 - WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: The construction of 18- and 12-inch ductile iron water lines, bore under Richland Creek with 30-inch steel encasement pipe, combination air release/vacuum valve and vault, leak detection meter and vault, connections to existing system and all improvements as defined in the Contract Documents. 1.2 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 41 43- Bid Form for quantities. 1.3 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. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 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. AGREEMENT 00 52 00 - 1 018-0031 ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 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. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 120 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED 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 Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 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 3.2 for completion and readiness for 2 - 00 52 00 AGREEMENT 018-0031 final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 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. 4.2 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. 4.3 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. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.1 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. 5.2 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 AGREEMENT 00 52 00 - 3 CIIH:1111M 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. B. 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 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: 4 - 00 52 00 AGREEMENT 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(s) 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. AGREEMENT 00 52 00 - 5 018-0031 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. 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 7.1 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 this Agreement and 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. a. The Performance and Payment Bond shall be one hundred percent (100%). 4. General Conditions. 5. Supplementary Conditions. 6 - 00 52 00 AGREEMENT 018-0031 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: East Service Area Improvements — Contract Section III, New Pump Station and Water Line Improvements. 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 8.1 TERMS A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 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. 8.3 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 AGREEMENT 00 52 00 - 7 018-0031 representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 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. 8.5 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. 8.6 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 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 supplierforthis project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 8 - 00 52 00 AGREEMENT 018-0031 IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on August t 7th, 20 2 t , which is the Effective Date of the Agreement. CONTRACTOR: (Type or legibly print) (Signature) Title: Contractor shall attach evidence of authority to sign. CITY OF FAYETTEVILLE Title: Mayor If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document AGREEMENT 00 52 00 - 9 018-0031 that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest Address for giving notices A ie(e/ �+ ala�a� /.. !. a -Tilt � NLIc�/� 7221/ License No. Ci O y f9 i^D 12 Agent for Service of process (Type or legibly print) (Signature) (SEAL) ,��ttutr►►►t, ♦♦♦A K T �i Attest Address for giving notices �'1 ;NGrpN Ct�\\`� 113 W. Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. 10 - 00 52 00 AGREEMENT (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF SECTION 00 52 00 Approved as to Form: By: Attorney py 018-0031 AGREEMENT 00 52 00 - 11 .iI1I-sco cal THIS PAGE LEFT BLANK INTENTIONALLY 12 - 00 52 00 AGREEMENT PO Box 969 Poplar Buff, MO 63902 November 2, 2018 Letter of Resolution I, Aron Persons, President of Manager/Estimator the aAK Aron Persons, President MyLynn Gargac, Corporate Secretary 573-785-1745 1FaxJ 573-785-6237 www.kajw-s.com Contractors, Inc. do hereby give Michael Titsworth, Project sign contracts on behalf of KAlACS Contractors, Inc. Of AYEB���' Equal Opportunity Employer CITY OF FAYEARKA SAID LL E APlFLA N �A� BID TABULATION Bid 21-62, Construction - Richland Creek Crossing Deadline: Wednesday, July 18, 1021 at 2:00 PM Certification of Funds : $1, 800, 000. 00 Total Allowed: $2,250,000.00 Goodwin & Goodwin, Inc. Kajacs Contractors Inc. Total Cost $ 902,650.00 $ 748,000.00 Quantity Unit of Unit Total Unit Total # Items Required Measurement Price Cost Price Cos[ #1-1 Mobilization- shall not exceed 5% of total base bid 1 LS $ 30,000.00 $ 30,000.00 $ 37,000.00 $ 37,000.00 #1-2 Bonds & Insurance 1 LS $ 25,000.00 $ 25,000.00 $ 15,000.00 $ 15,000.00 #1-3 Tie to Existing 12-Inch Waterline at Station 0+00, complete in place 1 Lump Sum $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 #14 18-Inch Ductile Iron Pipe, complete in place 50 Linear Feet $ 145.00 $ 7,250.00 $ 140.00 $ 7,000.00 #1-5 18-Inch Ductile Iron Restrained Joint Pipe, complete in place 675 Linear Feet $ 180.00 $ 121,500.00 $ 160.00 $ 108,000.00 #1-6 12-Inch C900 PVC Pipe, complete in place 140 Linear Feet $ 100.00 $ 14,000.00 $ 110.00 $ 15,400.00 #1-7 Compact Ductile Iron Fittings (C353), complete in place 2800 Pounds $ 18.00 $ 50,400.00 $ 30.00 $ 84,000.00 #1-8 18-inch Butterfly Valve, complete in place 3 Each $ 21,000.00 $ 63,000.00 $ 12,000.00 $ 36,000.00 #1-9 12-inch Butterfly Valve, complete in place 2 Each $ 30,000.00 $ 20,000.00 $ 6,000.00 $ 12,000.00 #1-10 3-Inch Combination Air Release and Vacuum Valve Assembly, complete in place 1 Each $ 18,000.00 $ 18,000.00 $ 25,000.00 $ 25,000.00 #1-11 Richland Creek Bore & Steel Encasement Pipe, complete in place 1 Lump Sum $ 460,000.00 $ 460,000.00 $ 325,000.00 $ 325,000.00 #1-12 Tie to Existing 6-inch Waterline at Station 7+85+/-, complete in place 1 Lump Sum $ 4,500.00 $ 4,500.00 $ 10,000.00 $ 10,000.00 #1-13 Leak Detection Meter and Vault, complete in place 1 Lump Sum $ 14,000.00 $ 24,000.00 $ 25,000.00 $ 25,000.00 #1-14 Sediment and Erosion Control 1 Lump Sum $ 50,000.00 $ 50,000.00 $ 23,600.00 = 23,600.00 #1-15 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly 1 Lump Sum $ 20,000.00 $ 20,000.00 $ 10,000.00 rs 10,000.00 "NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CITY OF FAYETTEVILLE ARKARSAS Bid 21-62, Construction - Richland Creek Crossing Project Overview Project Details Project Name Project Owner Project Type Department Certification of Funds 25% Allowance Total Allowance Project Description Open Date Close Date Bid 21-62, Construction - Richland Creek Crossing Amanda Beilfuss ITB Purchasing $1,800,000.00 $450,000.00 $2,250,000.00 The City of Fayetteville, AR invites qualified vendors to bid on the construction of 18- and 12-inch ductile iron and PVC water lines and a bore under Richland Creek with 36-inch steel encasement pipe. Work also includes a combination air release/vacuum valve and vault, leak detection meter and vault, connections to existing system and all improvements as defined in the Contract Documents. The Contract also includes interior tank mixing and minor site work. All questions during the bidding process shall be addressed to Andrea Foren, City Purchasing Manager. Jul 09, 2021 8:00 AM CDT Jul 28, 2021 2:00 PM CDT GI Tv OF FAYETTEVILLE ARKANSAS Highest Scoring Supplier Score Kajacs Contractors Inc. 100 pts Seal status Requested Information Unsealed on Unsealed by Bid Bond Jul 28, 2021 2:03 PM CDT Amanda Beilfuss Required Completed Forms Jul 28, 2021 2:03 PM CDT Amanda Beilfuss AR Secretary of State Filing # Jul 28, 2021 2:03 PM CDT Amanda Beilfuss Arkansas Contractor's License Jul 28, 2021 2:03 PM CDT Amanda Beilfuss 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 Jul 28, 2021 2:03 PM CDT Amanda Beilfuss 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. Bid 21-62, Bid Table (BT-48DY) Jul 28, 2021 2:03 PM CDT Amanda Beilfuss CI Ty OF FAYETTEVILLE ARKANBAB Conflict of Interest # 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, 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? Amanda Beilfuss Jul 28, 2021 2:04 PM CDT No CITY OF FAYETTEVILLE ARKARSAS Questions and Answers Standard Materials Group Start Date April Jackson, Jul 21, 2021 10:06 AM CDT What is the estimated start and end date for this project? Generated on Jul 29, 2021 8:57 AM CDT - Amanda Beilfuss Page 5 of 11 CITY OF FAYETTEVILLE ARKARSAS Public Notices Addendum 1 issued to Bid 21-62, Construction — Richland Creek Crossing Andrea Foren, Jul 19, 2021 3:08 PM CDT Addendum 1 has been issued to Bid 21-62, Construction — Richland Creek Crossing and is available in the public files as "Bid 21-62, File 03 - Addendum 1 ". Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville- ar.gov/bids. - Bid Table has been modified - Public Files have changed Addendum 2 issued to Bid 21-62, Construction — Richland Creek Crossing Andrea Foren, Jul 21, 2021 11:26 AM CDT Addendum 2 has been issued to Bid 21-62, Construction — Richland Creek Crossing and is available in the public files as 'Bid 21-62, File 04 - Addendum 2". Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville- ar.gov/bids. - Public Files have changed CITY OP .� FAYETTEVILLE ANRANtAt Submissions Supplier Date Submitted Name Goodwin & Goodwin, Inc. Jul 28, 2021 8:21 AM CDT David Garcia rKajacs Contractors Inc. Jul 28, 2021 CDT 2:32 PM Michael Titsworth Email Confirmation Code docryde@yahoo.com MTUONDE3 mtitsworth@kajacs.com TUONTI1 CITY OP .� FAYETTEVILLE ANRANtAt Project Criteria Criteria I Points I Description Total Lump Sum Bid Price 1 100 pts I Total Lump Sum Bid Within Certified Funds Pass/Fail I Total base bid must be within 125% of certified funds. Total 100 pts CITY OP .'S FAYETTEVILLE ANRANtAt Scoring Summary Active Submissions Total Total Lump Sum Bid Price Within Certified Funds Supplier 1100 pts / 100 pts Pass/Fail Kajacs Contractors Inc. 100 pts 100 pts ($748,000.00) Pass Goodwin & Goodwin, Inc. 1 82.87 pts 1 82.87 pts ($902,650.00) 1 Pass .� �AYETTEVILLE ARKAKfA9 Proposal Score Comments Goodwin & Goodwin, Inc. - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss 82.87 pts ($902,650.00) Within Certified Amount. Highest Bid. Within Certified Funds - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss Pass Meets the requirement(s) Within Certified Amount. Highest Bid. CITY OP .'S FAYETTEVILLE ANRANtAt Kajacs Contractors Inc. - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss 100 pts ($748,000.00) Within Certified Amount. Lowest Bid. Within Certified Funds - Reviewer Scores Reviewer Reasonj1W: Comments -JU Amanda Beilfuss Pass Meets the requirement(s) Within Certified Amount. Lowest Bid. CI Ty OF FAYETTEVILLE ARKAKSAS Signatures Name Amanda Beilfuss (Project Owner) Amanda Beilfuss (Evaluator) Andrea Foren (Evaluator) Signatures Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.07.29 09:01:30-05'00' Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.07.29 09:01:50-05'00' Andrea Digitally signed by Andrea Foren Foren Date: 2021.07.29 11:10:17-05'00' 018-0031 SECTION 00 4143 — BID FORM Contract Name: EAST SERVICE AREA IMPROVEMENTS — RICHLAND CREEK WATER LINE CROSSING Owner: FAYETTEVILLE WATER & SEWER, CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville Bid Number: 21-62, Construction. OLSSON PROJECT NO.018-0031 Dated: June 2021 BID FORM 00 4143 - i 018-0031 TABLE OF CONTENTS Page Article1— Bid Recipient................................................................................................................................1 Article 2 — Bidder's Acknowledgements.......................................................................................................1 Article 3 — Bidder's Representations.............................................................................................................1 Article 4 — Bidder's Certification................................................................................................................... 2 Article5 — Basis of Bid................................................................................................................................... 3 Article6 —Time of Completion..................................................................................................................... 7 Article7 —Attachments to this Bid............................................................................................................... 7 Article8 — Defined Terms.............................................................................................................................. 8 Article9 — Bid Submittal................................................................................................................................8 ii - 00 4143 BID FORM 018-0031 ARTICLE 1— BID RECIPIENT 1.1 This Bid is submitted to: City of Fayetteville, AR 113 W. Mountain Fayetteville, Arkansas 72701 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the Contract Times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Advertisement 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 Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 The Successful Bidder will sign and submit the Contract Agreement with the Bonds and other documents required by the bidding requirements within 30 days after the date of Owner's Notice of Award. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum Date `T/l4 A B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: 1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or adjacent to the Site (except Underground Facilities) that have been identified in BID FORM 0041 43 - 1 018-0031 the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and 2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. F. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 — BIDDER'S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.1): 2 - 00 41 43 BID FORM 018-0031 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the a execution of the Contract. ARTICLE 5 — BASIS OF BID 5.1 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejections. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the even all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder will complete the Work in accordance with the Contract Documents for the following price(s) (Bid Form on page 4): REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING ELECTRONICALLY. CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A PHYSICAL SEALED BID. BID FORM 00 41 43 - 3 Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to submit a physical sealed bid. 018-0031 5.2 Bidder acknowledges that: A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by the City of Fayetteville, Arkansas. D. Unit process have been computed in accordance with paragraph 13.03 of the General Conditions. E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. G. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. ARTICLE 6—TIME OF COMPLETION 6.1 Bidder agrees that the Work will be substantially complete within 90 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 calendar days after the date when the Contract Times commence to run. 6.2 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 —ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: 0 A. Required Bid Security in the form of bid bond for 1% (Dollar Amount Written in Words) B. Required Bid Bond (Section 00 43 13). C. List of Proposed Subcontractors. ($ 1 (Total in Figures) BID FORM 0041 43 - 7 018-0031 D. List of Proposed Suppliers. E. List of Project References (see Section of Bidders Qualification Statement). F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids. G. Contractor's License No.: D00ff fb z 2L or Evidence of Bidder's ability to obtain a State Contractor's License and a covenant by Bidder to obtain said license within the time for acceptance of Bids. H. Required Bidder Qualification Statement with supporting data (see Section 00 2113 Instructions to Bidders). ARTICLE 8 — DEFINED TERMS 8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 9.2 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract Documents, including all Addenda, and the Comprehensive Best Management Practices Plan included with the Bid Documents. Submitted this fA day of Jk ?D Z/ Respectfully submitted, I-I)A ]a CS' �n 1rcGlo�s�s� (Firm Name) By (Signature) 'A �,"/ I /,6,A (Printed Name) 8 - 00 41 43 BID FORM 018-0031 Attest: (Seal, if bid is by r ion.) Arkansas License No. OD OgysD 32 Z Address for giving notices: Tax ID/EIN Number: Telephone Number: t/3-i� �tlo Title t-cr `�' //9�✓iC� .1 / iwgd del ,. S,h 2/e, L,, £64 (Business Address & Zip Code) ,4 yZ2/ / f ' 1 I,.�. p71:1�DCt, Fax Number: rip- %8' 'G Z3/ 7 Contact Name and e-mail address: 14AI +lI / 11.✓v✓�L �Aif�O✓/L /L 4/d4 1 l IcI-J� BID FORM 004143-9 018-0031 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricated and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address /g/,,L1.L /�'.� '5�- P D, B8 ir2 ln,�iny//c, �iC 727/Z 2. �s/oo�r.son — •Slir.�t� a S/ 2 rro .,L ,.*.. mac ,¢.z y Zs o 3 3. 4. 5. 6. 7. Note: Attach additional sheets if required. 10-004143 BID FORM 018-0031 NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. EQUIPMENT / MATERIAL 56e/ Le.tina SPEC SECTION SUPPLIER 33 D s s� 7, 2 / r j2 A a r , 33 p-__/9 Zfd-; &/ 5/ !� 91- __________ BID FORM 004143-11 018-0031 END OF SECTION 00 4143 This document is a MODIFIED version of EJCDCC-410, Copyright © 2013 by the National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. 12-004143 BID FORM License No. 0049950322 ID State of Arkansas Commercial Contractors Licensing Board KAJACS CONTRACTORS, INC., DB/A SEMPIPE PO BOX 969 POPLAR BLUFF, MO 63902 This is to Certify That KAJACS CONTRACTORS, INC., D/BIA SEMPIPE is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION This contractor has an unlimited suggested bid limit. from April 9, 2021 until March 31, 2022 when this Certificate expires. Witness our hands of the Board dated at North Little Rock, Arkansas. CHAIRMAN SECRETARY April 9, 2021 - dsa PO Box 969 Poplar Bluff, MO 63902 November 2, 2018 Letter of Resolution I, Aron Persons, President of Manager/Estimator the aul$ Aron Persons, President L� MyLynn Gargac, Corporate Secretary Equal Opportunity Employer 573-785-1745 (Fax) 573-785-6237 www kajacs.com ;r _lntractors, Inc. do hereby give Michael Titsworth, Project sign contracts on behalf of KAJACS Contractors, Inc. Arkansas Secretary of State Mark Martin State Capitol Building • Little Rock, Arkansas 72201-1094 • 501-682-3409 Certificate of Good Standing I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show KAJACS CONTRACTORS, INC. formed under the laws of the state of Missouri, and authorized to transact business in the State of Arkansas as a Foreign For Profit Corporation, was granted a Application for Certificate of Authority by this office March 8, 1995. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 25th day of January 2018. Mark Martin Secretary of State Online Certificate Authorization Code: 41 a1456278586a9 To verify the Authorization Code, visit sos.arkansas.gov 018-0031 SECTION 00 11 53 - BIDDER'S QUALIFICATION STATEMENT Contract Name: EAST SERVICE AREA IMPROVEMENTS — RICHLAND CREEK WATER LINE CROSSING City of Fayetteville Bid Number: 21-62, Construction Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company �act K-rtra dorc Name rte t Address I (1 J , pro %/0. I., /t4, d 4? 722// Principal Office JAZ Cvi le.,s £f 4i 7/di' 010 to fVp 1 Corporation, LLC, partnership, individual, joint venture, othera✓Aord ,�ro✓� Arkansas State General Contractor's License Number tf4- 2Z (Type or legibly print) For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years of experience under the current Contractor name in the installation of water and sewer facilities. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted operations with a minimum of three (3) projects exceeding five hundred thousand ($500,000) dollars for similar work as described in the Contract Documents. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the requirements, or the combined experience of the key personnel that will be responsible for satisfying the experience requirement. BIDDER QUALIFICATIONS 00 11 53 - 1 018-0031 EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 28 years and has performed work of the nature and magnitude of this Contract for 1J years. Bidder has been in business under its present name for 2 8 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) ,4-d ,4 W 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4f4kcX�/ 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. /1/v 5. Bidder normally performs the following work with his own forces: — $4a.!/ -7;-S Cana i'?e ✓a I/o•+ 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 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: 6/I:t 1OW44" �A _u,A/! rlrot1 , £'f D/o/g3 Bidder's Workmen's Compensation Experience Modifier Factor is: 9G 2-00 11 53 BIDDER QUALIFICATIONS 018-0031 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: O 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). 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. /v $ b. $ 3. Debarred Contractors: As a bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form: Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded form participation in the transaction by any federal department or agency from doing business with the Federal Government. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. BIDDER QUALIFICATIONS 00 11 53 -3 018-0031 Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: _�2A1 , 20 Z/ Name of Organization: /'1A)ALG [,pn.�-AC4If .1HG By 4flLh.G/ Z%C�.loM. (Type or legibly print By (Signature) Title c.J /1���� ✓ (Type or legibly print) (OFFICIAL SEAL) / 1 / 1 -1f -; °l�r 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 11 53 4-00 11 53 BIDDER QUALIFICATIONS KAJACS CONTRACTORS ORGANIZATIONAL CHART MICHAEL F. PERSONS 14104 Oak Ln, Poplar Bluff MO 63901 573-785-1745 - mpersons@kajacs.com PROFESSIONAL SUMMARY Many years of field experience on top of 26 years' experience running a successful construction company. SKILLS WORK HISTORY 2017- Current 1994-2017 6/1993-11/1993 1986-1993 1974-1986 EDUCATION 1974 • Project building and managing • Managing employees • Cost analysis and reports • Financial analysis CEO KAJACS Contractors, Inc President KAJACS Contractors, Inc Boring Contractor Self employed Project Manager Robertson, Inc Project Manager Branson Contractors • Company organization • Overseeing and organizing day to day operations Poplar Bluff Senior High School - Poplar Bluff, MO REFERENCES _-_ .._._ --- —_—_- • John Berglin, Homer & Shifrin- 573-778-6393 • William Cobb, P.E., Smith & Company- 573-727-4663 • Larry Wells, Pike Creek Sewer District, 573-718-7772 ARON M. PERSONS 5 Loria Ct., Little Rock, AR 72212 501-772-7149 - apersons@kajacs.com PROFESSIONAL SUMMARY As a President, my goal is to be an efficient, effective, and organizational leader to whom I'm affiliated with. SKILLS • Project building and managing • Managing employees • Cost analysis and reports • Financial analysis WORK HISTORY 2017 -Current President KAJACS Contractors, Inc 2010-2017 Vice President KAJACS Contractors, Inc 2004-2010 Laborer KAJACS Contractors Inc • Company organization • Overseeing and organizing 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 AFFILIATIONS • ASCE- American Society of Civil Engineers • AGC- Associated General Contractors of America REFERENCES • Matt Dunn, Crist Engineers, Inc.- 501-831-5071 • Mike Marlar, Marlar + Half Engineering- 501-753-1987 • Brett Peters, Hawkins Weir Engineers, Inc: 479-651-3366 • Adam Triche, McClelland Consulting Engineers, Inc.- 225-266-6546 RODGER G. WILLIAMS, II Poplar Bluff, MO 63901 (573) 718-8182 - rwilliams@kajacs.com PROFESSIONAL SUMMARY Eight years of professional experience in civil engineering design and nine years of construction management and project estimating. Broad range of project experience including: water treatment, supply, distribution, and storage design; wastewater collection, pumping, and treatment design; wastewater disinfection; site development and planning; traffic design including, streets, roads, and bridges; preliminary engineering reports for various projects; construction inspection of various projects; airport ramp, runway and taxiway and fuel facilities. Experienced in project and construction management, contract administration, and cost control on projects with engineering and construction costs over $9 million. Experienced in MDNR, NPDES, 404 and other permitting. SKILLS • Estimating • Project management • Supervision • Wastewater treatment • Storage design WORK HISTORY • Site development and Planning • Preliminary engineering reports • Construction inspection • MDNR, NPDES, 404 2010 to Current Vice President; Project Manager! Estimator KAJACS Contractors, Inc — Poplar Bluff, Missouri • Construction project management and project estimating. 2002 to 2010 Project Manager / Design Engineer S.H. Smith & Company — Poplar Bluff, Missouri • Responsible for client contact and supervision of project engineers in the design of municipal water and wastewater treatment facilities, commercial and residential developments and airport improvements. Summer 2001 Laboratory Technician/Inspector Associated Engineering And Testing 1998-2000 Laboratory Technician S.H. Smith & Company EDUCATION B.S: Civil Engineering Arkansas State University - Jonesboro, Arkansas Twin Rivers High School - Broseley, Missouri CERTIFICATIONS • Registered Professional Engineer: Missouri (2007002855) • OSHA 10 and 30 hour certified • Contractor's License Qualifying agent in AR, AL, MS, LA & TN • Competent Person Certification • AC! Certified Concrete Field Testing Technician • Nuclear Gauge Safety Training Course AFFILIATIONS • American Society of Civil Engineers (ASCE): Associate Member • National Society of Professional Engineers (NSPE): Member • Missouri Society of Professional Engineers (MSPE): Member 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 MICHAEL TITS WORTH 3505 Forge Drive, Benton, AR 72015 501/249/0665 - mtitsworth@kajacs.com PROFESSIONAL SUMMARY Project Manager/Superintendent with 25 years of experience in the underground utility installation industry. Aiming to utilize drive, determination and character to effectively impact this company. Maintaining safe productive projects that will leave a lasting relationship with all Clients. SKILLS WORK HISTORY 2018 to Current 2015-2018 2012-2015 1996-2012 1993-1993 EDUCATION • Proficient in all aspects of underground utilities, from inception to closeout. • Estimation -take -offs, production, equipment. • Project Management -cost tracking, billing, client communication. • Project Superintendence -production procedures, milestones. Project Manager/Estimator KAJACS Contractors Inc Owner/Vice President Online Construction Inc Utility Division Manager Redstone Construction Inc Superintendent Diamond Construction Company, Inc Foreman/Heavy Equipment Operator Sanders Excavation Inc Cedarville High School- Cedarville, AR Army National Guard- 1992-1995 • Company and Project Safety -safety training, reporting. • Computer -Excel, Microsoft -Project, Word. • Class A CDL-experienced in heavy haul equipment transport. • Finish Equipment Operator CERTIFICATIONS . OSHA • Competent Person • Confined Space REFERENCES • Mark Ragland, Engineering, Central Arkansas Water- 501-680-0170 • Chris Green, Engineering, Central Arkansas Water- 501-912-6687 • Vern Stubbs, Engineering, Little Rock Wastewater- 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 MYLYNN GARGAC Route 61, Box 3559, Naylor MO 63953 573-772-2009 — mylynn@kajacs.com PROFESSIONAL SUMMARYMore 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 • Entering and reporting data into various programs • Report Writing, data analysis, communication • Ordering and purchasing company materials and supplies WORK HISTORY 2015 to Current Corporate Secretary/Office Manager KAJACS Contractors, Inc. • Daily monitoring of bank accounts • Interactions with vendors, CPA, payroll specialist, and auditors • Implementing new billing procedures • Supervision of personnel 1996-2015 Chief Financial Officer/ Office Manager Ozark Medical Management Company (formerly Home Medical Supply) 1993-1996 Customer Services Walmart- Poplar Bluff, 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 KARA WRIGHT 499 County Rd 221, Qulin, MO 63962 573-429-8010 - kwright@kajacs.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 programs • Customer service • Cognos query software • Data analysis • Report Writing, data analysis, • Internal Audit communication • Desire to learn, self -motivation, ability to adapt WORK HISTORY2017 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 Administration: General Management Southeast Missouri State University - Cape Girardeau, MO 12/2013 Bachelor of Science: Business Administration, Accounting University of Arkansas - Fayetteville, AR • Pi Beta Phi Fraternity 2010-2013 • Gamma Chi Counselor • Leadership Walton • Gamma Beta Phi Academic Fraternity 2011-2013 • Campus Wide Scholarship 2012 05/2010 Poplar Bluff Senior High School - Poplar Bluff, MO • Perfect Attendance K- 12 • 29th of 398 Students in Class REFERENCES • Allison Bell, 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 6/1/21 Kajacs Contractors Incorporated Superintendent Experience • Chris Willis -Superintendent -26 Years with Company, Water, Sewer, Plant Work. • Curt Caringer-Superintendent-19 Years with Company, Water, Sewer, Plant Work. • Charles Parish -Superintendent -18 Years with Company, Water, Sewer, Plant Work. • Josh Wells -Superintendent -17 Years with Company, Water, Sewer, Plant Work. • Curtis Fowler -Superintendent -15 Years with Company, Water, Sewer, Plant Work. • Bucky Albright -Superintendent -14 Years with Company, Water, Sewer, Plant Work. • Matt Allison -Superintendent -14 Years with Company, Water, Sewer, Plant Work. • Steve Lapar-Superintendent-14 Years with Company, Water, Sewer, Plant Work. • Ryan Swafford-Superintendent-11 Years with Company, Water, Sewer, Plant Work. • Shane Bishop -Superintendent -10 Years with Company, Water, Sewer. • Paul Wallace -Superintendent -6 Years with Company, Water, Sewer, Plant Work. • Dustin Sanders -Superintendent -3 Years with Company, Water, Sewer. • Phillip Wagner -Superintendent -2 Years with Company, Water, Sewer, Plant Work. • Matt Pingleton-Superintendent-2 Years with Company, Water, Sewer. • Leonard Patterson -Superintendent -1 Year with Company, Water, Sewer. • John Shinn -Superintendent -1 Year with Company, Water, Sewer. • Ronnie Carl -Superintendent -1 Year with Company, Water, Sewer. • Josh Berry -Superintendent -1 Year 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. Michael Titsworth Project Manager ■ A JAS KAJACS Contractors, Inc 3026 Cravens Rd PO Box 969 Poplar Bluff MO 63902 573-785-1745 Owner: Heber Springs Water and Sewer Address: 1108 W. Front Street, Heber Springs, AR 72543 Contact Name: Clint Bell Telephone Number: 501-362-3744 Job Name: HSWS Outfall Improvements Location: Heber Springs Arkansas Contract Amount: $4,694,000.00 Started: 8/1/2021 Complete: In Progress Owners Representation: Clint Bell Bidders Representation: Leon Spencer, Estimator Funding Agency: Heber Springs Arkansas Scope: 15,000 LF of 24"-30" Sewer Job Number: 525 Owner: City of Hot Springs Arkansas Address: 133 Convention Boulevard, Hot Springs, AR 71901 Contact Name: Matt Dunn Telephone Number: (501) 664-1552 Job Name: Contract 5: US Hwy 70 to New Water Treatment Plant Location: Hot Springs, Arkansas Contract Amount: $9,325,000.00 Started: 8/1/2021 Complete: In Progress Owners Representation: Matt Dunn. P.E Bidders Representation: Michael Titsworth. Estimator Funding Agency: City of Hot Springs Arkansas Scope: 24,000 LF of 42" Steel Raw Water Line Job Number: 524 Owner: Malvern Waterworks Address: 506 Overman Street, Malvern, Arkansas 72104 Contact Name: David Coston Telephone Number: 501-332-3634 Job Name: Malvern Sewer System Rehab Contract 1 Location: Malvern, Arkansas Contract Amount: $1,398,000.00 Started: 8/1/2021 Complete: In Progress Owners Representation: Les Price, P.E Bidders Representation: Leon Spencer, Estimator Funding Agency: City Of Malvern, Arkansas Scope: 7500 LF of Pipe Burst, 1130 LF of CIPP, 725 LF of Open Cut Job Number: 523 Owner: Redstone Construction Group Address: 505 W Dixon Rd, Little Rock, AR 72206 Contact Name: Andy Rose Telephone Number: (501) 374-1557 Job Name: PROJECT RUNNER - AMAZON FACILITY Location: North Little Rock, Arkansas Contract Amount: $2,300,890.00 Started: 1/15/2021 Complete: 7/23/2021 Owners Representation: Andy Rose. P.E Bidders Representation: Michael Titsworth. Estimator Funding Agency: Amazon Corporation Scope: Site Water & Sewer Packages Job Number: 522 Owner: Central Arkansas Water Address: 221 E Capitol Ave, Little Rock, AR 72202 Contact Name: Joe O'hara Telephone Number: (501) 372-5161 Job Name: North Rodney Paraham Rd 8" Water Relocation Location: North Little Rock, Arkansas Contract Amount: $744,570.00 Started: 2/1/2021 Complete: In Progress Owners Representation: Joe O'hara. P.E Bidders Representation: Kyle Persons. Estimator Funding Agency: Central Arkansas Water Scope: Relocate 4,400LF of 8" D.I Waterlines Job Number: 521 Owner: Benton Washington Regional Public Water Authority Address: 15531 Woods Lodge Rd, Rogers, AR 72756 Contact Name: Matt Dunn Telephone Number: (501)664-1552 Job Name: South Transmission System Parallel Line Project - Westville Water Location: Washington County, Arkansas Contract Amount: $1,133,500.00 Started: 2/1/2021 Complete: In Progress Owners Representation: Matt Dunn. P.E Bidders Representation: Kyle Persons. Estimator Funding Agency: Benton Washington Regional Public Water Authority Scope: 12,000LF of 12" D.I Water Line Job Number: 520 Owner: Benton Washington Regional Public Water Authority Address: 15531 Woods Lodge Rd, Rogers, AR 72756 Contact Name: Matt Dunn Telephone Number: (501)664-1552 Job Name: South Transmission System Parallel Line Project - Contract 2 Location: Washington County, Arkansas Contract Amount: $5,617,000.00 Started: 2/1/2021 Complete: In Progress Owners Representation: Matt Dunn. P.E Bidders Representation: Rodger Williams. Esimator Funding Agency: Benton Washington Regional Public Water Authority Scope: 36,000LF of 24" D.I Water Line Job Number: 519 Owner: I Benton Washington Regional Public Water Authority Address: 15531 Woods Lodge Rd, Rogers, AR 72756 Contact Name: Matt Dunn Telephone Number: (501)664-1552 Job Name: South Transmission System Parallel Line Project - Contract 1 Location: Benton County, Arkansas Contract Amount: $5,795,000.00 Started: 3/1/2021 Complete: In Progress Owners Representation: Matt Dunn. P.E Bidders Representation: Michael Titsworth. Estimator Funding Agency: Benton Washington Regional Public Water Authority Scope: 40,000LF of 24" D.I Water Line Job Number: 518 Owner: City of Hot Springs Arkansas Address: 133 Convention Boulevard, Hot Springs, AR 71901 Contact Name: Matt Dunn Telephone Number: (501) 664-1552 Job Name: Water Tranmission Pipeline Contract A: New Water Treatment Plant to HWY. 7 Location: Hot Springs, Arkansas Contract Amount: $4,431,775.00 Started: 12/1/2020 Complete: In Progress Owners Representation: Matt Dunn. P.E Bidders Representation: Michael Titsworth. Estimator Funding Agency: City of Hot Springs Arkansas Scope: 12,500LF of 36" DI, 4,100LF of 24" D.I & 850LF of 12" D.I Water Lines Job Number: 517 Owner: Pike Creek Reorganized Common Sewer District Address: 4878 Hwy PP, Poplar Bluff, MO 63901 Contact Name: Ron Keeney Telephone Number: (573)996-6003 Job Name: Wastewater System Improvement Project - Phase 4 Location: Poplar Bluff, Missouri Contract Amount: $2,414,000.00 Started: 8/14/2020 Complete: In Progress Owners Representation: Ron Keeney Bidders Representation: Roder Williams. Estimator Funding Agency: United States Department of Agriculture Scope: Rehab Lift Stations, New 12" Force Main, Misc. Gravity Lines, Manhole Lining, Lateral Testing & Grounting, Sludge Removal Job Number: 516 Owner: City of New Madrid Missouri Address: 105 Howard St, New Madrid, MO 63869 Contact Name: Billy Cobb Telephone Number: (573) 785-9621 Job Name: Sewer Line Replacement Location: New Madrid Missouri Contract Amount: $984,550.00 Started: 8/1/2020 Complete: 6/1/2021 Owners Representation: Billy Cobb. P.E Bidders Representation: Roder Williams, Estimator Funding Agency: City of New Madrid Missouri Scope: 1,839LF of 8" Sewer Replacement Job Number: 515 Owner: I Redstone Construction Group Address: 505 W Dixon Rd, Little Rock, AR 72206 Contact Name: Andy Rose Telephone Number: (501) 374-1557 Job Name: PROJECT DIAMOND - AMAZON FACILITY Location: North Little Rock, Arkansas Contract Amount: $1,150,000.00 Started: 6/29/2020 Complete: 12/15/2020 Owners Representation: Andy Rose. P.E Bidders Representation: Michael Titsworth, Estimator Funding Agency: Amazon Corporation Scope: Dewater & Install Fiber Glass Wet Well - Valve Vault W/ Gravity Sewer Job Number: 514 Owner: City Of Russelville Arkansas Address: 205 WEST 3RD PLACE, Russellville, AR 72801 Contact Name: Richard Harris Telephone Number: (479) 968-2098 Job Name: 1-40 SOUTH GRAVITY SEWER INTERCEPTOR Location: RUSSELLVILLE, ARKANSAS Contract Amount: $3,399,000.00 Started: 6/22/2020 Complete: 7/1/2021 Owners Representation: Jerry Martin. P.E Bidders Representation: Michael Titsworth, Estimator Funding Agency: US Department of Commerce Economic Devolopment Scope: 2,200LF of 30 -inch, 7,400LF of 24 -inch sewer pipe & manholes Job Number: 513 Owner: Arkansas Department of Transportation Address: 221 East Capitol Ave Little Rock, AR 72203 Contact Name: Rob Broderick P.E Telephone Number: Job Name: CANTRELL RD./ 1-430 WEST TO PLEASANT RIDGE Location: Little Rock, Arkansas Contract Amount: $3,300,000.00 Started: 6/1/2020 Complete: 6/1/2021 Owners Representation: Rob Broderick P.E Bidders Representation: Michael Titsworth, Estimator Funding Agency: Arkansas Department of Transportation Scope: 3515LF of 12" D.I.P, 1760LFt of 8" D.I.P, 750LF of 30" DIP, 500LFt of 16" D.I.P Job Number: 512 Owner: Malvern Waterworks Address: 506 Overman Street, Malvern, Arkansas 72104 Contact Name: David Coston Telephone Number: 501-332-3634 Job Name: Malvern WWTF Improvements Location: Malvern, Arkansas Contract Amount: Started: Complete: $5,525,000.00 4/20/2020 In Progress Owners Representation: Bidders Representation: Les Price, P.E Michael Titsworth, Estimator Funding Agency: City Of Malvern, Arkansas Scope: WTFF Renovations and 3500LF of 36" Ductile Sewer Outfall Job Number: 511 i ne state of Missouri Office of Administration Address: Jefferson City, Missouri Contact Name: Kelly Hammock Telephone Number: 573-751-3339 Job Name: Water & Wastewater Systems Upgrade W. E. Sears Youth Center Location: Poplar Bluff, Missouri Contract Amount: $1,025,000.00 Started: 2/21/2020 Complete: 11/25/2020 Owners Representation: Dominic Thompson, P.E Bidders Representation: Rodger Williams, Estimator Funding Agency: The State of Missouri Office of Administration Scope: Lagoon Renovations, Pump Station, Force Main, Land Application of Effluent Job Number: 510 Owner: City of Fayetteville, Arkansas Address: 113 West Mountain Street Fayetteville, AR 72701 Contact Name: Corey Granderson Telephone Number: 479-575-8220 Job Name: Morningside Waterline Relocate Location: Fayetteville, Arkansas Contract Amount: $1,595,000.00 Started: 2/24/2020 Complete: 10/9/2020 Owners Representation: Zane Lewis, P.E Bidders Representation: Michael Titsworth, Estimator Funding Agency: City of Fayetteville, Arkansas Scope: 3,300LF of 24" Water and appurtenances Job Number: 509 Owner: CITY OF NEW ALBANY Address: 101 W BANKHEAD ST, NEW ALBANY, MS 38652 Contact Name: Mike Faultner Telephone Number: (662) 489-1525 Job Name: SEWER SYSTEM IMPROVEMENTS CONTRACT "B" WWTF Location: NEW ALBANY, MS Contract Amount: $10,350,000.00 Started: 3/1/2020 Complete: In Progress Owners Representation: Mike Faultner P.E Bidders Representation: Rodger Williams, Estimator Funding Agency: CITY OF NEW ALBANY Scope: New Construction of WWTF Job Number: 508 Owner: Benton Public Utility Commission Address: 1827 Dale Avenue, Benton, AR 72015 Contact Name: David Vondran Telephone Number: (501) 371-0272 Job Name: UTILITIES BORE ACROSS SALINE RIVER Location: Benton, AR 72015 Contract Amount: $1,055,000.00 Started: 1/6/2020 Complete: 5/1/2020 Owners Representation: Jacob Gillip Bidders Representation: Michael Titsworth, Estimator Funding Agency: City Of Benton, Arkansas Scope: 980LF 12" Ductile River Bore W/valves & Connections Job Number: 507 Owner: I CITY OF ARBYRD ARBYRD, MISSOURI Address: 102 E. Frisco Street, P.O. Box 338, Arbyrd, MO 63821 Contact Name: Jeff Wilson Telephone Number: 573-772-4203 Job Name: WASTEWATER SYSTEM IMPROVEMENT PROJECT Location: ARBYRD, MISSOURI Contract Amount: $673,500.00 Started: 2/2/2020 Complete: 7/1/2021 Owners Representation: Shannon Todd, P.E Bidders Representation: Rodger Williams, Estimator Funding Agency: Rural Development & USDA Scope: lift station, land application system; rehab gravity sewer (CIPP), rehab MH (Epoxy) 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: 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: 11/21/2019 Complete: 6/30/2020 Owners Representation: Charles Sum merford 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: 5/1/2020 Owners Representation: Josh Durham Bidders Representation: Mike Titsworth, Estimator Funding Agency: City of Fayetteville, AR Scope: 8" & 12" Waterline Job Number: 503 Owner: 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: Thomas Wray Bidders Representation: Mike Titsworth, Estimator Funding Agency: CAW Scope: Waterline Replacement Job Number: 502 Owner: City of Fayetteville Address: Fayetteville, AR Contact Name: Josh Durham Telephone Number: 479-474-1227 Job Name: Masters Lift Station Replacement Location: Fayetteville, AR Contract Amount: $1,067,000.00 Started: 3/18/2019 Complete: 9/31/2019 Owners Representation: Josh Durham Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Fayetteville, AR Scope: Sewer Improvements Job Number: 501 Owner: City of Baldwyn Address: Baldwyn, MS Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase 4 - Collection Improvements Location: Baldwyn, MS Contract Amount: $1,030,000.00 Started: 5/20/2019 Complete: 1/4/2020 Owners Representation: Brett Brooks Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Sewer Improvements Job Number: 500 Owner: City of Tupelo Address: Tupelo, MS Contact Name: Jess Wiygul Telephone Number: 662-842-7381 Job Name: SRF FY17 - Wastewater Collection Improvements Location: Tupelo, MS Contract Amount: $2,085,000.00 Started: 2/18/2019 Complete: 3/15/2020 Owners Representation: Jess Wiygul Bidders Representation: Rodger Williams, Estimator Funding Agency: SRF Scope: Sewer Collection Improvements Job Number: 499 Owner: City of Greenwood Address: Hwy 7 & Hwy 82; Greenwood, MS Contact Name: Robert Willis Telephone Number: 662-226-1081 Job Name: MS HWY NO.7 & US HWY NO. 82 Waterline Im rov. Location: Greenwood, MS Contract Amount: $398,485.00 Started: 12/10/2018 Complete: 6/15/2019 Owners Representation: Robert Willis Bidders Representation: Roder Williams, Estimator Funding Agency: Greenwood, MS Scope: Waterline Replacement Job Number: 498 Owner: City of Russellville, AR Address: Russellville, AR Contact Name: Clint Bell Telephone Number: 501-362-3744 Job Name: Basins 9, 15, & 25 Location: Russellville, AR Contract Amount: $2,375,000.00 Started: 12/10/2018 Complete: 9/1/2019 Owners Representation: Clint Bell Bidders Representation: Mike Titsworth, Estimator Funding Agency: City Corporation Scope: 14,000 LF of Pipe Bursting Job Number: 497 Owner: City of Baldwyn, MS Address: Indrustrial Park Drive Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase 3 - Collection Improvements Location: 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/Roder 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 Contact Name: Mike Falkner Telephone Number: (662) 489-1525 Job Name: Wastewater Treatment Facility - Phase 2 Location: Ripley, Mississippi Contract Amount: $7,775,000 Started: 11/1/2017 Complete: 8/31/2019 Owners Representation: Chris Marsalis - Mayor Bidders Representation: Rodger Williams Funding Agency: USDA Scope: New Wastewater Treatment Facility Job Number: 492 Owner: Maumelle, AR Address: Maumelle, AR Contact Name: Jacob 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 Village, AR Contract Amount: $5,450,000 Started: Nov -17 Complete: In Progress Owners Representation: Scott Brown Bidders Representation: Aron Persons Funding Agency: Corps of Engineers Scope: Levee Repair and Outlet Control Structure Job Number: 490 Owner: Ripley, Mississippi Address: Ripley, Mississippi Contact Name: Brett Brooks Telephone Number: (662) 840-9063 Job Name: Phase One Collection Improvements Location: Ripley, Mississippi Contract Amount: $1,757,225 Started: Jul -17 Complete: Complete Owners Representation: Brett Brooks Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 5,400' of 18" GSL, 4,800' of 15" & 12" GSL, 1,200 GPM PS Job Number: 489 Owner: Eudora, Arkansas Address: Eudora, Arkansas Contact Name: Bill Gaunt Telephone Number: (870) 862-4231 Job Name: Eudora Water System Improvements Location: Eudora, Arkansas Contract Amount: $2,829,625 Started: Jun -17 Complete: Complete Owners Representation: Bill Gaunt Bidders Representation: Rodger Williams Funding Agency: USDA Scope: 60,000 LF of 6", 4" and 3" Water Line Job Number: 488 Owner: Central Arkansas Water Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: 30" Maumelle Water Transmission Line Location: Maumelle, Arkansas Contract Amount: $6,125,000 Started: Feb -17 Complete: Complete Owners Representation: Thomas Wray Bidders Representation: Aron Persons Funding Agency: Central Arkansas Water Scope: 30,000 LF of 30" Ductile Iron Pipe 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: $2,400,000 Started: Feb -17 Complete: Completed Owners Representation: John Burglin Bidders Representation: Ethan Ho 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 -Sep Owners Representation: Mike Marlar Bidders Representation: Aron Persons Funding Agency: North Little Rock Wastewater Scope: 10,000 If of 36" DIP & HOBAS, 5,000LF of 18" DIP & HOBAS Job Number: 483 Owner: Benton Washington County Water Transmission lines Address: Siloam Springs, AR Contact Name: Maft Dunn Telephone Number: (501) 664-1552 Job Name: Benton Washington County Water Transmission lines Location: Siloam Springs, AR Contract Amount: $6,099,250 Started: May -16 Complete: AUG. - 17 Owners Representation: BWRPWA Bidders Representation: Crist Engineers Funding Agency: Scope: 60,000' - 24" water transmission line Job Number: 482 Owner: Bloomfield, Missouri Address: Bloomfield, Mo Contact Name: Greg Bell Telephone Number: 573-785-9621 Telephone Number: 662-456-2398 Job Name: Houston Industrial Park Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Complete Owners Representation: Mayor Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: Houston, MO Scope: Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR Address: 1631 Rock St Sheridan AR 72150 Contact Name: Gary Easterling Telephone Number: 870-942-3921 Job Name: Houston Industrial Park Water System Improvements Job Name: Center Grove Water System Improvements Location: Houston, MO Contract Amount: $1,589,925.00 Started: 4/18/2016 Complete: Complete Owners Representation: Mayor Stacy Parker Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: Houston, MO Scope: Installation of a 12" Water Main Job Number: 480 Owner: Center Grove, AR Address: 1631 Rock St Sheridan AR 72150 Contact Name: Gary Easterling Telephone Number: 870-942-3921 Location: Center Grove, AR Contract Amount: $1,139,925 Started: Nov -15 Complete: Complete Owners Representation: CEA Associates Bidders Representation: Rodger Williams, Estimator, VP Funding Agency: USDA Scope: Water Improvements Job Number: 479 Owner: City of Fort Smith Address: Riverview Drive Contact Name: Neal Morrison Telephone Number: 479-452-1933 Job Name: Fort Smith Ar Liftstation Location: Fort Smith, AR Contract Amount: $1,507,605.00 Started: 9/12/2015 Complete: Complete Owners Representation: Neal Morrison Bidders Representation: Rodger Williams, Estimator Funding Agency: Fort Smith Scope: Demo and replace Pump Stations, sewer line Job Number: 478 Owner: City of Wardell, Mo Address: Wardell, Mo Contact Name: Mayor Byrd Telephone Number: 573-628-3500 Job Name: Wardell Water Improvements Location: Wardell, Mo Contract Amount: $2,156,664 Started: 11/7/2015 Complete: Complete Owners Representation: Shultz and Summers Bidders Representation: Rick Prosser, P.E. , Project Manager Funding Agency: USDA Scope: Water line replacement Job Number: 477 Owner: City of Mountain View Address: PO Box 1090 Mountain View, MO 65548 Contact Name: Ryan Lorton Telephone Number: 573-418-1450 Job Name: Mountain View Location: Mountain View Airport Apron Contract Amount: $183,983 Started: 11/7/2015 Complete: Complete Owners Representation: Mike Wake Bidders Representation: Ethan Hoggard, Estimator Funding Agency: City of Mountain View Scope: Airport Apron Expansion/Stormd Job Number: 476 Owner: City of New Madrid Address: Hwy U Contact Name: Jacob Ortega Telephone Number: 573-785-9621 Job Name: New Madrid, Mo State Hwy U Water Improvements Location: New Madrid, Mo Contract Amount: $216,405.00 Started: 9/12/2015 Complete: Complete Owners Representation: Jacob Ortega Bidders Representation: Rodger Williams, Estimator Funding Agency: City of New Madrid Scope: Construction of water line for U Hwy tank Job Number: 475 Owner: City of Cape Address: 401 Independence Cape Girardeau, MO 63703 Contact Name: Nancy Poston, Est. Coordinator Telephone Number: 573-339-6300 Job Name: Water Main Extention- Cape Girardeau Location: Cape Girardeau Contract Amount: $949,925.00 Started: 21 -Jul -15 Complete: Complete Owners Representation: Nancy Poston Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Cape Scope: Water Main Extension Job Number: 474 Owner: CAW Address: 201 E. Capital Ave Contact Name: Thomas Wray Telephone Number: 501-372-5161 Job Name: Arch St Line Relocation Location: Little 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 Separation Waterline Relocation Location: N. Little Rock Contract Amount: $479,725.00 Started: 17 -Aug -IS 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: Minor Location: Minor, MO Contract Amount: $434,925.00 Started: 10 -Aug -15 Complete: Complete Owners Representation: Darren Chapman, Mayor Bidders Representation: Rodger Williams, Estimator Funding Agency: City of Minor Scope: Water mains, fire hydrants, valves Job Number: 470 Owner: City of New Madrid Address: Hwy U CR 732 Contact Name: Donnie Brown, Mayor Telephone Number: 573-748-2866 Job Name: New Madrid Pump Station Location: New Madrid, MO Contract Amount: $1,373,650.98 Started: 11 -Aug -15 Complete: Completed Owners Representation: Jacob Ortega, Smith & Co Engineers Bidders Representation: Rodger Williams, Estimator Funding Agency: City of New Madrid, MO Scope: 2 Stormwater inlets, Pump Station, Wet Well Job Number: 469 Owner: Benton Public Utility Commission Address: 1827 Dale Street, 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: Complete Owners Representation: Cook Coggin Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Funding Agency: USDA Scope: Saniftary Sewer Rehab & Replacement Job Number: I 467 Owner: Corpof Engineers Address: Devalls Bluff, AR Contact Name: Gary Hamlet Telephone Number: 870-351-9121 Job Name: Grand Prairie Discharge Piping Location: Devalls Bluff, AR Contract Amount: $6,058,309 Started: Mar -15 Complete: COMPLETE Owners Representation: Keith Huffman, Huffman Construction Bidders Representation: Rodger Williams, P.E. - KAJACS Contractors Scope: 2500' of 120" Steel Welded Pipe and approx. 85,000 cy of excavation Job Number: 466 Owner: Southern Bank Address: 901 Vine St, Poplar Bluff, MO 63901 Contact Name: Billy Cobb Telephone Number: (573) 785-9621 Job Name: Southern Bank Main Office - Phase I Location: Corner of Shelby Road & Oak Grove Road - Poplar Bluff, MO Contract Amount: $477,867.00 Started: Nov -14 Complete: Complete Owners Representation: Smith & Company Engineers Bidders Representation: Rodger Williams, Estimator Funding Agency: Scope: Site Concrete, Sitework, Site Utilities & Concrete Paving Job Number: 465 Owner: City of Tupelo, MS Address: 703 Crossover Road, Tupelo, MS 38802 Contact Name: John Mark Weeden Telephone Number: (662) 842-7381 Job Name: Area 2 North Indian Hills Water System Improvements Location: Tupelo, MS Cotract Amount: $1,499,410.00 Started: Nov -14 Complete: Complete Owners Representation: Cook Coggin Engineers, Inc. Bidders Representation: Rodger Williams Funding Agency: Scope: Water Line Extension Job Number: 464 Owner: FrazierPike Public Facilities Board of Pulaski County Address: 1 lnnwood 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: Complete 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: Complete Owners Representation: Civil Engineering Associates, LLC Bidders Representation: Rodger Williams Funding Agency: Scope Water Lines Job Number 461 Owner: City of Bryant, AR Address: 1405 North Pierce St, Suite 301, Little Rock, AR 72207 Contact Name: Matthew Dunn Telephone Number: (501) 664-1552 Job Name: Water Transmission Line -Booster Pump Station to C.A.W. Location: Bryant, AR Contract Amount: $740,750.00 Started: 14 -Oct Complete: Complete Owners Representation: Crist Engineers, Inc. Bidders Representation Rodger Williams Funding Agency: Scope Water Lines Job Number 459 Owner: City of Cave Springs Address: 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 Complete: Complete Owners Representation: McClelland Consulting Engineers, Inc. Bidders Representation: Rodger Williams, Estimator Scope: Pump Station Job Number 450 Owner: Benton Utilities Address: 1827 Dale Street, Benton, AR 72015 Contact Name: Dewa ne 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" Gravity Sewer Job Number Owner: Benton Utilities Address: 1827 Dale Street, Benton, AR 72015 Contact Name: Dewayne 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/Pump Station Rehab Owner: City of Poplar Bluff, MO Address: 501 Vine Street, Poplar Bluff, MO Contact Name: John Burgelin Telephone Number: 573-772-4202 Job Name: Oak Grove Road - 5 Lane Phase II Location: Oak Grove Road Contract Amount: $3,100,000.00 Started: 2012 Complete: 2013 Owners Representation: Horner & Shifrin, Inc. Bidders Representation: Rodger Williams, Estimator Scope: Approx. 75,000 cy of excavation and construct 5 -lane concrete road Owner: HMA Job Name: Poplar Bluff Regional Medical Center Address: Poplar Bluff, MO Contact Name: Mike Bertelsmann Telephone Number: 314-220-1121 Location: Poplar Bluff, MO Contract Amount: $11,019,955.00 Started: Oct -1 1 Complete: Jan -13 Owners Representation: MJ Harris - General Contractor Bidders Representation: Rodger Williams - Estimator Scope: Approx. 415,000 cy of earthwork and sitework for new hospital Owner: City of Clarkton Job Name: Clarkton Treatment Plant Improvements Address: Clarkton, MO Contact Name: Telephone Number: Location: Clarkton, MO Contract Amount: $2,453,880.00 Started: February 2012 Complete: February 2013 Owners Representation: Ty Milner, Schultz & Summers Bidders Representation: Rodger Williams, Estimator Scope: Treatment Plant & Line Work Owner: City of Arlington Address: 9180 Crestwyn Hills, Memphis, TN 38125 Contact Name: Telephone Number: (901) 748-1811 Job Name: Clear Creek Interceptor Sewer Location: Arlington, TN Contract Amount: $5,597,704.00 Started: Nov -12 Complete: Nov -13 Owners Representation Fisher & Arnold Inc., Via Architect Bidders Representation Wallace Thomas Funding Agency Scope: 19,000 LF of 42" Hobas Sewer Lines Owner: City of Corinth, MS Job Name: Corinth Raw Water Lines Location: Corinth, MS Contract Amount: $7,485,139.78 Started: A ril2011 Complete: November 2011 Owners Representation: Cook Coggin Engineers, Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Scope: 50,000LF of 36" DI Pipe Owner: City of Corinth, MS Job Name: Corinth Transmission & Dist. Lines Location: Corinth, MS Contract Amount: $9,495,514.00 Started: March 2010 Complete: November 2010 Owners Representation: Cook Coggin Engineers, Brett Brooks Bidders Representation: Wallace Thomas, Estimator, VP Funding Agency: ARRA Scope: 65,000' - 36" Water Transmission Lines .cw:-n,- - .:r ' Q7^ err- :e-.w�,•.r.n -'ix!�: - `,! r -`F ''s:rv�: •;'pT:..,- s:�c_alr,• v`��"• m'F-'e:`.,�:.•'-=";:Cs5�d�,:hj`.----s�`4t+.rd�-i�; . �� �._•.-.. ����:- �` . '�_ .�- � +���-.:- ,.:.. � -... - -. .. _'':°y' -::z... n-'"",�.�u'r.:�`..iS� �3?•i�-sue, .• - . ,���x" � '�.ra� . 018-0031 SECTION 004313 —BID BOND KNOW ALL MEN BY THESE PRESENTS: that we KAJACS Contractors, Inc. 1 Innwood Circle, Suite 210 Little Rock, AR 72211 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square Hartford. CT 06183— a corporation duly organized under the laws of the State of CT as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Amount Bid Dollars ($_5% of Ttl. Amt. Bid ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: CONSTRUCTION — EAST SERVICE AREA WATER IMPROVEMENTS — RICHLAND CREEK WATER LINE CROSSING 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. Signed and sealed this 28th day of July 20 21 BID BOND 0043 13-I , -'f----. _ - � .w ..,.t. , ..... -.- %:. :::2`.' - «h 1"W •".+.� - .'i--°f� S _ v� per. .E- i7-l'��� xfi '.Z'�va.'r, .'a'.+-u�-`=-y 018-0031 PRINCIPAL KAJACS Contractors, Inc. By (Signature) Ck0.e. (Type or print) SURETY Travelers Casualty and Surety Company of America By A. Lrio) (Signature) Xerry A. Sherrod Attorney -in -Fact (Type or print) ATTORNEY -IN -FACT sy4niA. lirrfi (Signature) Kerry A. Sherrod (Type or print) This Bond shall be accompanied with Attorney -in -Fact's authority from Surety END Of: SECTION 0043 13 0043 13-2 (CORPORATE SEAL) (CORPORATE SEAL) r tl , BID BOND Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERSJ 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 Kerry A Sherrod of OVERLAND PARK , Kansas , their true and lawful Attomey(s)-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 21st day of April, 2021. O9A O9NN q 2 KARTFOAo, R CONN VA State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, 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. My Commission expires the 30th day of June, 2026 +r Nws ° Pue�,e 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 each of the Companies, 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 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 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 each of the Companies, 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 28th day of July , 2021 q coNN 41� 9 �= Kevin E. Hughes, Ass, tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. Responses Success: All data is valid! Bid 21-62, Total Base Bid Success: All values provided #1-1 Mobilization - shall not exceed 5% of tot: bid Success: All values provided #1-2 Bonds & Insurance Success: All values provided Tie to Existing 12 -Inch Waterline at Static #1-3 complete in place Success: All values provided #1-4 18 -Inch Ductile Iron Pipe, complete in I Success: All values provided #1-5 18 -Inch Ductile Iron Restrained Joint F complete in place Success: All values provided #1-6 12 -Inch C900 PVC Pipe, complete in p Success: All values provided #1-7 Compact Ductile Iron Fittings (C153), con place Success: All values provided #1-8 18 -inch Butterfly Valve, complete in p Success: All values provided #1-9 12 -inch Butterfly Valve, complete in p Success: All values provided #1-10 3 -Inch Combination Air Release and Va Valve Assembly, complete in placc Success: All values provided #1-11 Richland Creek Bore & Steel Encasemer complete in place Success: All values provided #1-12 Tie to Existing 6 -inch Waterline at Station complete in place Success: All values provided #1-13 Leak Detection Meter and Vault, compli place Success: All values provided #1-14 Sediment and Erosion Control Trench and Excavation Safety System Success: All values provided #1-15 required by Act 291 of the 1993 Arkar General Assembly I base 1 LS $ 37,000.00 $ 37,000.00 1 '1 0+00, 1 lace 50 Ipe, 675 LS $ 15,000.00 $ 15,000.00 Lump Sum $ 15,000.00 $ 15,000.00 Linear Feet $ 140.00 $ 7,000.00 Linear Feet $ 160.00 $ 108,000.00 ace 140 Linear Feet $ 110.00 $ 15,400.00 plete in 2800 Pounds $ 30.00 $ 84,000.00 ace 3 Each $ 12,000.00 $ 36,000.00 ace 2 Each $ 6,000.00 $ 12,000.00 uum 1 t Pipe, 1 7+85 +/ 1 ate Irl 1 1 as sas 1 Each $ 25,000.00 $ 25,000.00 Lump Sum $ 325,000.00 Lump Sum $ 10,000.00 Lump Sum $ 25,000.00 $ 325,000.00 $ 10,000.00 $ 25,000.00 $ 23,600.00 Lump Sum $ 23,600.00 Lump Sum $ 10,000.00 $ 10,000.00 7/28/2021 Proposal Data Llt-�pt-`Ia-D Bid 21-62, Construction - Richland Creek Crossing - Proposal Data Show/Hide Search Supplier AR Secretary of State Arkansas Contractor's Pursuant Arkansas Code Annotated §25-1503, the Contractor agrees and certiges that they do not Filing # License carrently 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. Goodwin & Goodwin, Inc. 100104752 0016960422 Yes Scorecard open... Kajacs Contractors Inc. 41a1456278586a9 0049950322 Yes Scorecard Open... 6 https://fayetteville-ar. bonfirehub.com/projects/46698/proposalData 1/1 CHANGE ORDER NO. 1 KAJACS CONTRACTORS, INC City of Fayetteville Staff Review Form 2021-0748 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 9/21/2021 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. to utilize a portion of the contingency in the amount of $27,500.00 for the Richland Creek Waterline Crossing project. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.1801 Water System Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 10,042,504.00 Funds Obligated $ 9,452,044.62 Current Balance $ ----------------------------- 590,459.38 Does item have a cost? Yes Item Cost $ 27,500.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 562,959,38 V20210527 Purchase Order Number: 2021-533 Previous Ordinance or Resolution # 206-21 Change Order Number: 1 Original Contract Number: 2021-48 Comments: Funds are available in the project contingency. Approval Date: 9/22/21 CITY OF FAYETTEVILLE rM ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: September 21, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 1 for the Richland Creek Waterline Replacement Project RECOMMENDATION: Staff recommends approval of Change Order No. 1 to the contract with KAJACS Contractors, Inc. to utilize a portion of the contingency in the amount of $27,500.00 for the Richland Creek Waterline Crossing project. BACKGROUND: In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45, including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21). DISCUSSION: The engineering design attempted to limit the depth of the steel encasement underneath the creek bottom, thereby reducing excavation limits and costs. However, upon visiting the site with the contractor and subcontractor responsible for the directional drilling for this encasement, it became clear that additional depth was necessary to prevent "Frack Out' whereby the creek bottom is compromised during drilling operations and the drilling must be abandoned and relocated. Based on this information, City Staff and Olsson Engineers agree that lowering our bore depth an additional 5-feet is prudent. The costs for additional rock excavation, shoring, and safety are included in this lump sum change order request. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $149,600.00. Attachments: Change Order 1 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 C-UT Y O:F FAYETTEVILLE r� ARKAMS_AS Change Order No. To Contractor: KAJACS Contractors, Inc. The Contract is changed as follows: CHANGE ORDER Contract Title: Date of Issuance: ORDINANCE/RESOLUTION: Bid 21-62, Construction, Richland Creek Waterline Crossing 206-21 Effective: August 17, 2021 September 20, 2021 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 CO1 Add'l excavation for lowering waterline casing 5FT from plan es 0 LS $ - 1 $ 27,500.00 $0.00 $27,500.00 Summation of Cost $0.00 $27,500.00 Net Cost for this Change Order $27,500.00 Not valid until signed by the Owner The original Contract Price was _ $ 748,000.00 Net change by previously authorized change orders $ - The Contract Price prior to this Change Order was $ 748,000.00 The Contract Price will [increase byJ ] $ 27,500.00 The new Contract Price including this Change Order will be S 775.9on.nn The Contract Time(s) will [remain unchanged] Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion Final Completion ----------------- —------ —------ _------- —------ __--------- --------------------- —------------------ 1/13/2022 2/12/2022 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, Inc. 2!�Z BY DATE Page 1 of 1 113 West Mountain Street Fayetteville AR 72701 (479) 575-8323 Resolution: 206-21 File Number: 2021-0587 BID #21-62 KAJACS CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #21-62 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS. INC. IN THE AMOUNT OF S748.000.00 FOR CONSTRUCTION OF THF. RICHLAND CREEK WATERLINE CROSSING PROJECT. AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $149.600.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAVETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville. Arkansas hereby awards Bid a ? 1-62 and authorizes Mayor Jordan to sign a contract with KAJACS Contractors, Inc. in the amount of S748,000.00 for construction of the Richland Creek Waterline Crossing Project, and further approves a project contingency in the amount of S 149.600.00. PASSED and APPROVED on 8/17/2021 Attest: ,`���r�rr►rrrrrr�� C... K • .' V • .uGZ Kara Paxton, City Clerk Treasu&r . z: P+9* I PrhMd on V1841 KAJACS CONTRACTORS, INC. CHANGE ORDER INTO. 2 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2022-0783 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 8/19/2022 WATER SEWER (720) 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 $16,211.01. Budget Impact: 5400.7 2 0.5 600-5 808.00 Account Number 12009.1801 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Purchase Order Number: 2021-533 Change Order Number: 2 Original Contract Number: 2021-48 Comments: Funds are available in the project contingency. Water and Sewer Fund Water System Rehabilitation Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 11,032,445.00 $ 9,521,732.05 $ 1,510,712.95 $ 16, 211.01 $ 1,494,501.94 V20210527 Previous Ordinance or Resolution # 206-21 Approval Date: 08/25/22 .CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: August 17, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the Richland Creek 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 $16,211.01. BACKGROUND: In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45, including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21). Change Order 1 was previously approved to allow the bore depth to increase below the creek to increase likelihood of a successful bore. This work has now been successfully completed. DISCUSSION: At the City's request the new 18" waterline was brought into service as quickly as possible to ensure Goshen customers would not lose water service, even though three 18-inch butterfly valves were experiencing long lead-times. The contractor complied with this request and completed all other aspects of the project in a timely manner. Now that the valves have been delivered, the contractor needs additional funding to re -mobilize to the project and cut the valves into the existing line. This additional effort, including increases in fuel costs, are justified for a change order as this work would have been much simpler and less costly had the valves been available at the time the line was originally being constructed. City Staff recommends approval of this change order to complete the project and remove the temporary waterline from the HWY- 45 bridge. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $149,600.00. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF �® FAYETTEVILLE ARKANSAS Change Order No. 2 To Contractor: KAJACS Contractors, Inc. The Contract is ch eed as follows: CHANGE ORDER Contract Title: Bid 21-62, Construction, Richland Creek Waterline Crossing Date of Issuance: August 16, 2022 ORDINANCE/RESOLUTION 206-21 Effective: August 17, 2021 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 Coat CO2.1 Re -Mobilization 0 EA 0 1 $ 2,000.00 S - S 2,000.00 CO2.2 Cut/Sleeve in IS" Butterfly Valves 0 EA 0 3 S 3,500.00 $ - $ 10,500.00 CO2.3 Restore Locations 0 LS 0 1 S 2,500.00 S - $ 2,500.00 CO2.4 Trench Safe 0 LS 0 1 $ 500.00 S - $ 500.00 CO2.5 Diesel Fuel Inflation Adder 0 LS 0 1 S 711.01 S - $ 711.01 Summation of Cost $0.00 Net Cost for this Change Order $16,211.01 $16,211.01 rvot vaua rani sipea by tae owner The original Contract Price was $ 748,000.00 Net change by previously authorized change orders S 27,500.00 The Contract Price prior to this Change Order was S 775,500.00 The Contract Price will increase by $ 16,211.01 The new Contract Price including this Change Order will be S 791,711.01 () g-------� 0-------- calendar days The Contract Times will remain unchanged Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion --- ------------ __--------------- -------- —----- ----------- ----------------------------------- 1/13/2022 Final Completion 2/12/2022 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 Chance Orden. KAJACS�Coonntra/cttors, Inc. BY DATE Page 1 of 1 PRESENTED TO: City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 8/16/2022 CUT IN 18" BUTTERFLY VALVES FUEL ADDER REQUEST Remobilize and cut in delayed 18" Butterfly Valves Fayetteville, AR KAJACS CONTRACTORS INC. 3026 CRAVENS ROAD POPLAR BLUFF, MO 63901 BID ITEM DESCRIPTION UM QUANITY UNIT PRICE TOTAL PRICE 1 Re -Mobilization EA 1 $ 2,000.00 $ 2,000.00 2 Cut/Sleeve in 18" Butterfly Valves EA 3 $ 3,500.00 $ 10,500.00 3 Restore locations LS 1 $ 2,500.00 $ 2,500.00 5 Trench Safety LS 1 $ 500.00 $ 500.00 6 Diesel Fuel Inflation Adder LS 1 $ 711.01 $ 711.01 TERMS AND EXCLUSIONS: 1. QUOTE IS BASED ON THE LACK OF MATERIALS AT TIME OF START OF JOB. Total: $ 16,211.01 SUBMITTED: MICHAEL TITSWORTH PROJECT MANAGER FAYETTEVILLE RICHLAND OFFROAD FUEL BOUGHT DATE INVOICE # DESCRIPTION AMOUNT UM UNIT PRICE TOTAL BID OVER ADDED VALUE 10/28/2021 0260487-IN DYED DIESEL 698 GL $ 2.88 $ 2,010.45 $ 2.88 $ - $ - 11/30/2021 0263720-IN DYED DIESEL 469 GL $ 2.57 $ 1,205.38 $ 2.88 $ $ 12/9/2021 0264886-IN DYED DIESEL 408 GL $ 2.70 $ 1,102.33 $ 2.88 $ $ 12/29/2021 0266751-IN DYED DIESEL 463 GL $ 2.81 $ 1,299.59 $ 2.88 $ $ 1/12/2022 0268035-IN DYED DIESEL 302 GL $ 2.94 $ 887.61 $ 2.88 $ 0.06 $ 17.85 2/10/2022 0270895-IN DYED DIESEL 376 GL $ 3.18 $ 1,194.89 $ 2.88 $ 0.30 $ 112.01 2/28/2022 0272221-IN DYED DIESEL 543 GL $ 3.27 $ 1,774.20 $ 2.88 $ 0.39 $ 210.36 3/17/2022 0274287-IN DYED DIESEL 479 GL $ 3.65 $ 1,750.31 $ 2.88 $ 0.77 $ 370.79 711.01 Sold To: KAJACS Contractors, Inc. PO Box 969 Poplar Bluff. MO 63902 Invoice 1430 S. 28th - P.O. Box 5632 Invoice Number. 0260487-IN Van Buren, AR 72956 Invoice Dets: 10/28/2021 479-471-9992 or 800338-3493 www.frostoll.com Order Number. 0260487 Order Date: 10/27/2021 Salesperson: GIR James Customer Number 0036758 SOL Number. BOU 418742 Ship To: Goshen West Bowman and North Wyman Goshen, AR BTNWA Pape: 1 Customer P.O. Truck Driver Terms Invoice Due Date L253 68 Net 30 11/27/2021 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL. 500.00 698.00 0.00 2.9803 2.010.45 #2 ULS Diesel Dyed Whse: 801 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Roca FED LUST 0.00100 0.70 FED Oil Spill Recovery 0.00214 1.49 AR Excise Tax Dyed Diesel 0.06000 41.98 AR Environmental Tax 0.00300 2.09 APPROVED MT JOB 527 CODE 1006 Net Invoice: 2,060.48 Sales Tax - Invoice Total: 0.00 $2,060.48 Invoice Page: ' ..OIL 1430 S. 28th - P.O. Box 5632 Invoice Number. 02637204N Van Buren, AR 72956 Invoice Date: 1 113012021 479.471-9992 or 800338-3493 �^ www.frostoll.com Order Number. 0263720 Order Date: 11/29/2021 Salesperson: Cliff James Customer Number 0036758 BOL Number. BOL# 421405 Sold To: Ship To: KAJACS Contractors, Inc. Goshen PO Box 969 West Bowman and North Wyman Poplar Bluff, MO 63902 Goshen, AR BTNWA Customer P.O. Truck Driver Terms Invoice Due Date L253 68 Net 30 12/30/2021 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 469.00 0.00 2,5701 1,205.38 #2 ULS Oiesel Dyed Whse: B01 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Roca FED LUST 0.00100 0.47 FED Oil Spill Recovery 0.00214 1.00 AR Excise Tax Dyed Diesel 0.06000 28.14 AR Environmental Tax 0.00300 1.41 APPROVED MT JOB 527 CODE, 1006 Net Invoice: 1,24027 Sales Tax: 0.00 Invoice Total $1,240.27 Invoice Page: 1 1430 S. 28th - P.O. Box 5632 Van Buren, AR 72956 479471-9992 or 800-338-3493 www.frostoil.com Sold To: KAJACS Contractors, Inc. PO Box 969 Poplar Bluff, MO 63902 Invoice Number: 0264986-IN Invoice Data: 12/9/2021 Order Number. 0264886 Order Date: 1202021 Salesperson: Cliff James Customer Number 0036758 BOL Number. BOL# 422180 Ship To: Goshen West Bowman and North Wyman Goshen, AR BTNWA Customer P.O. Truck Driver Terms Invoice Due Date L254 62 Net 30 1/8=22 Item Number UnIt Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 408.00 0.00 2.7018 1,102.33 #2 ULS Diesel Dyed Whse: B01 /ENVFEE 3.87 Regulatory Comp(lance Fee Fuel Tax Reca FED LUST 0.00100 0A1 FED Oil Spill Recovery 0.00214 0.87 AR Excise Tax Dyed Diesel 0.06000 24.48 AR Environmental Tax 0.00300 1.22 APPROVED MT JOB 527 CODE 1006 Net tmoice: 1,133.18 Sales Tax: 0.00 Invoice Total: $1,133.19 Invoice Page: 1 K <OtC 1430 S. 28th - P.O. Box 5632 Van Buren, AR 72956 479471-9992 or 800338-3493 www.hvmoil.com APPROVED MT JOB 527 CODE 1006 Invoice Number. 0266751-IN Invoice Date: 12/29/2021 Order Number. 0266751 Order Date: 12/28/2021 Salesperson: CINf James Customer Number 0036758 BOL Number. SOL# 423713 Sold To: Ship To: KAJACS Contractors, Inc. Goshen PO Box 969 West Bowman and North Wyman Poplar Bluff, MO 63902 Goshen, AR BTNWA Customer P.O. Truck Der Terms Invoice Due Date L254 62 Not 30 1/28/2022 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 463.00 0.00 2.8069 1,299.59 #2 ULS Diesel Dyed Whse: 801 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Re" FED LUST 0.00100 0.46 FED Oil Spill Recovery 0.00214 0.99 AR Excise Tax Dyed Diesel 0.06000 27.78 AR Environmental Tax 0.00300 1.39 Net Invoice: 1,334.08 Sales Tax: 0.00 Invoice Total: $1,334AO Invoice Page. 1 1430 S. 28th - P.O. Box 5632 Van Buren, AR 72956 479-471-9992 or 800-338-3493 www.frostoll.com � Invoice Number. 02680354N Invoke Date: 1/12/2022 Order Number: 0268035 Order Date: 1/11/2022 Salesperson: Cliff James Customer Number 0036758 SOL Number. BOL# 424657 Sold To: Ship To: KAJACS Contractors, Inc. Goshen PO Box 969 West Bowman and North Wyman Poplar Bluff, MO 63902 Goshen, AR BTNWA Customer P.O. Truck Driver Terms Invoice Due Date L254 62 Net 30 2/11/2022 Rom Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 302.00 0.00 2.9391 987.61 #2 ULS Diesel Dyed Whse: 801 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Roca FED LUST 0.00100 0.30 FED OU Spill Recovery 0.00214 0.65 AR Excise Tax Dyed Diesel 0.06000 18.12 AR Environmental Tax 0.00300 0.91 APPROVED MT JOB 527 CODE 1006 Net Invoice: 911.46 Sales Tax: 0.00 Invoice Total: $911 A6 Invoice Page: 1 - OWL 1430 S. 28th - P.O. Box 5632 J1 Invoice Number. 0270895-IN Van Buren, AR 72956 479-471-9992 or 800-339-3493 J Invoice Date: 2/10/2022 1� www.frostoil.com Order Number: Order Date: 0270895 2/9/2022 APPROVED MT Salesperson: Cliff James JOB 727 Customer Number 0036758 CODE 1006 SOL Number BOL# 426683 Sold To: Ship To: KAJACS Contractors, Inc. Goshen PO Box 969 West Bowman and North Wyman Poplar Bluff, MO 63902 Goshen, AR BTNWA Customer P.O. Truck Delvar Terms Invoice Due Date L253 68 Net 30 3112/2022 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 376.00 0.00 3.1779 1,194.89 #2 ULS Diesel Dyed Whse: B01 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Roca FED LUST 0.00100 0.38 FED OH Spill Recovery 0.00214 0.80 AR Excise Tax Dyed Diesel 0.06000 22.56 AR Environmental Tax 0.00300 1.13 Net Invoice: 1.223.63 Sales Tax: 0.00 Invoice Total: $1,223.53 Invoice Page: 1 OIL 1430 S. 28th - P.O. Box 5632 Van Buren, AR 72956 479471-9992 or 800-33&U93 www.frostoil.com APPROVED MT JOB 527 CODE 1006 Sold To: KAJACS Contractor;, Inc. PO Box 969 Poplar Bluff, MO 63902 Invoice Number: 02722214N Invoice Date: 2/28/2022 Order Number: 0272221 Order Date: 2/23/2022 Salesperson: CM James Customer Number 0036758 SOL Number. BOL# 427840,428026 Ship To: Goshen West Bowman and North Wyman Goshen, AR BTNWA Custorer P.O. Truck Delvar Terms Invoke Due Data L253 6a Net 30 3/30/2022 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 500.00 543.00 0.00 3.2674 1.774.20 #2 ULS Diesel Dyed Mee: B01 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Recap FED LUST 0.00100 0.54 FED Oil Spill Recovery 0.00214 1.16 AR Excise Tax Dyed Diesel 0.06000 32.58 AR Environmental Tax 0.00300 1.63 Thank you for your business " Not Invoice: 1,813.98 Sales Tax: 0.00 Invofee Total: i1,813.88 v Ok�pf�: r Sold To: KAJACS Contractors, Inc. PO Box 969 Poplar Bluff. MO 63902 1430 S. 28th - P.O. Box 5632 Van Buren. AR 72956 479471-9992 or 800-338.3493 www.frostoll.com MT/527/1006 Invoice Invoice Number: 0274287-IN Invoice Date: 3/1712022 Order Number: 0274287 Order Date: 3/16/2022 Salesperson: Cliff James Customer Number 0036758 BOL Number: BOL# 1407230 Ship To: Goshen West Bowman and North Wyman Goshen, AR BTNWA Pope: 1 Customer P.O. Truck Driver Terms Invoice Due Date L253 68 Net 30 4/16/2022 Item Number Unit Ordered Shipped Back Ordered Price Amount 228 GAL 50000 47900 000 3.6541 1,75031 42 ULS Diesel Dyed Whse: B01 /ENVFEE 3.87 Regulatory Compliance Fee Fuel Tax Recap FED LUST 0.00100 0,48 FED Oil Spill Recovery 0.00214 1.03 AR Excise Tax Dyed Diesel 0.06000 28.74 AR Environmental Tax 0,00300 1.44 Net Invoice- 1.785,87 Sales Tax 0.00 Invoice Total: $1,785.87 RICHLAND FUEL BID 7/15/2021 NWA FUEL BOUGHT DATE UNIT PRICE UM 1/27/2021 $ 2.12 GALLON 2/23/2021 $ 2.44 GALLON 3/11/2021 $ 2.65 GALLON 4/9/2021 $ 2.34 GALLON 5/4/2021 $ 2.48 GALLON 5/13/2021 $ 2.49 GALLON WESTVILLE WESTVILLE CONTRACT 1 CONTRACT 1 CONTRACT 1 CONTRACT 1 AVERAGE $2.50/GALLON ADDER 15% ADDER BID PRICE $2.88/GALLON BID RICHLAND CREEK WATERLINE REPLACEMENT PROJECT City of Fayetteville Staff Review Form 2022-0958 Legistar File ID N/A City Council Meeting Date -Agenda Item Only N/A for Non -Agenda Item Tim Nyander 9/29/2022 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 3 to the contract with KAIACS Contractors, Inc. to reconcile final quantities and increase the contract amount by $3,680.00 for the Richland Creek Waterline Improvements Project. Budget Impact: 5400.720.5600-5808.00 Account Number 12009.1801 Project Number Water and Sewer Fund Water System Rehabilitation Project Title Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Purchase Order Number: 2021-533 Change Order Number: 3 Original Contract Number: 2021-48 Comments: Funds are available in the project contingency. $ 10,962,445.00 $ 9,470,607.96 $ 1,491,837.04 $ 3,680.00 5 1,488,157.04 Previous Ordinance or Resolution# 206-21 Approval Date: 09/30/22 CITY OF FAYETTEVILLE ARKANS ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: September 29, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 3 for the Richland Creek Waterline Replacement Project Staff recommends approval of Change Order 3 to the contract with KAJACS Contractors, Inc. which will increase the contract amount by $3,680.00. BACKGROUND: In August 2021, the City Council approved a contract with KAJACS Contractors, Inc. for the reconstruction of 18-inch and 12-inch waterlines crossing Richland Creek along Highway-45, including 225 feet of 30-inch steel encasement bored under the creek (Res. 206-21). Change Order 1 was previously approved to allow the bore depth to increase below the creek to increase likelihood of a successful bore. This work has now been successfully completed. Change Order 2 was previously approved for re -mobilization to cut -in several 18-inch valves that experienced long lead-time delays. DISCUSSION: Change Order 3 is the final project reconciliation change order which will allow for final payment and project close-out. The final change order increased the contract cast due to additional ductile iron fittings necessary to facilitate the valve cut -ins from Change Order 2. These fittings were payed out of original bid prices to avoid requesting change order pricing on items already quoted in the original bid, thus avoiding any potential increases in unit price. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $149,600.00. Attachments: Change Order 3 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER No. 3 ' 1J O'JCCO„ Dam a WWom: 912712022 ERedt. Data: 9/27I2022 era: East Service Area Waterlmprovements— o�.�.. City of Fayetteville w.aw..21-82 Richland Creek Water Line Crossing 10/15/2021 com,aa<r. KAJACS Contractors. Inc. mroud.a w. K18-0031 0eeapaon Updating quantities of bid items 4-7 to reconcile final quantities with quantities required in the field. A nwar ti: (teal doaanenla supporam "me): Updated schedule of values attached wpporting Contract Price change. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES (note changes in Milestones Jjopplkulak] Original Contract Price: Original Contract Times: Substantial Completion (days or date): 1/13/2022 $ 748 000000 Ready for Final Payment (days or date): 2/12/2022 [Increaseli=eEFeRSel from previously approved {Invease]-(Becreasel from previously approved Change Orden Change Orders No. 1 to No. 2 : No. 1 to No.2_: Substantial Completion(days or date): N/A $ 43,711.01 Ready for Final Payment (days or date): N/A Contract Price prior to this Change Order. Contract Times prior to this Change Order: Substantial Completion (days or date): 1/n/2022 $ 791,711.02 Ready for Final Payment (days or date): 2/12/2022 (Increase][Pewease] of this Change Order: (:ae:eeal 'Pee:e:;el of this Change Order: substantial Completion(days or date): N/A $3,680.00 Ready for Final Payment (days or date): N/A Contract Prim incorporating this Change Order: Contract Times with all approved Charge Orden: Substantial Completion (days or date): 1/132022 $ 795.391.01 Ready for Final Payment (days or date): 2/12/2022 RECOMMENDED: ACCEPTED: By: AM. ed71s By: 4 �/— By: �ACCEPTED: ChIllneer Qktorred Signature) 0vmer(Atmtorirad 9gradure) Ca/ntraan.lAvtiamee SlPrturel Title: Erin Needham, Project Manager Tire Cure, Craedxsm. Whams Engineer Title: )L1re�eeJ %rls.ae.K �Cayar , Date: 9/27/22 Date 9-29-2022 Date: 1(2.742.2- r � By: Xmka— *.A�-ritle: Mayor Lioneld Jordan Date: 09/30/22 Prepared and publlshed=3 byMe i npr enslolns CenbanaawmMls Cannnnowc Page 1 or 1 S 8 8 8 8 8 8 8 8, 8 8 8 8 8 8 8 8 8 S S 8 A « 51 A A .4 8 8$- 8- d S -- 8 s - - 8-- 8- 8 c S w 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 E Sa A A s A A A A 8 A A A 8 A A 9 A A A A N 8 8 8 A 8$ 8 8 8 8 8 ¢¢ gQ $. 8 8 8 8 88, 8 8 8 3 � a u p # g i 6 _ _ 8 8 8 8 8 8 8 8 8 8, 8 8 8 8 8 8 8 8 8 C LL ' o 0 11 8a31««______ __^_ a $ e 3€ 8 1 {a2 t 5p g Y 3 8 !- ..,. .. !■|!!!!■ ;;:` ).,!| |[|§ kk.f| ll�,.,■ |§||||| !I |!||(! ! !! ||!!|!f |§;;;;;