Loading...
HomeMy WebLinkAbout2023-12-12 - Agendas -CITY OF FAYETTEVILLE %PF ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee 12 December 2023 5:30 P.M. (Or immediately following City Council Agenda Session) Committee: Council Member Teresa Turk, Council Member D'Andre Jones, Council Member Mike Wiederkehr, Council Member Scott Berna Copy to: Mayor Lioneld Jordan, Paul Becker, Susan Norton, Steven Dotson, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Terry Gulley, Ross Jackson, Peter Nierengarten, Brian Pugh, Corey Granderson, Aaron Watkins, Cody Ashworth, Greg Weeks, Ryan Harrold, Mayo Miller, Josh Alleman From: Tim Nyander, Utilities Director CALL TO ORDER UPDATES PRESENTATIONS 1. Introduction of Fayetteville Project Manager/Overview of October WWTP Monthly Report Jacobs Engineering OLD BUSINESS: NEW BUSINESS: 2. Budget Adjustment for Beaver Water District Water Purchases Discussion by Paul Becker, CFO. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 1 3. Sewer Manhole Rehabilitation Contract Renewal for 2024 On December 10, 2019 the City of Fayetteville accepted sealed competitive bids for manhole rehabilitation utilizing various techniques. Krapff Reynolds Construction Co. submitted the lowest bid (Resolution 74-20, Bid #19-53). The bid schedule includes unit pricing for various items of work in order to complete the annual rehabilitation program. Direct contracting with Krapff Reynolds Construction Co. allows the City to execute its sanitary sewer rehabilitation program efficiently. Manholes being repaired under this contract are either identified through normal City maintenance operations or by consultants during Sanitary Sewer Evaluation Studies (i.e., Smoke Testing). Engineering and administrative costs are minimized as these services are handled by city staff. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost effective fashion. This will be the 5th and final year of a 5- year renewable contract with Krapff Reynolds. Staff recommends approval of a one-year extension to the term -maintenance contract with Krapff Reynolds Construction Co. in the amount of $590,789.00 for rehabilitation of sanitary sewer manholes throughout Fayetteville in 2024 as identified in previous investigations and by operations staff. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Update - Water & Sewer Relocations at MLK and 15t" Street PrivCon Developments, Inc. was presented to the committee in November as the low bidder at $2,837,625.49. However, their bonding company would not bond the project due to disparity in cost to next low bidder and engineer's estimate. Therefore, the next low bidder is Brothers Construction, Inc. with a bid of $3,963,291.00. On November 7 the City of Fayetteville accepted sealed competitive bids for the Utility Relocation project associated with ARDOT Project 040846 Highway-62 Interchange Phase 1 — 15th Street Area. All bids are listed here: TriStar Contractors $7,924,990.86 DFOVGGn DeVelnnmontS Inn $2 837 625 49 Brothers Construction, Inc. $3, 963, 291.00 KAJACS Contractors, Inc. $4,000,000.00 Timco Blasting & Coatings, Inc. $6,418,600.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Greenland Sewer Cost Share — McClelland Amendment No. 1 The majority of Greenland's wastewater is conveyed to Lift Station 18 (LS18 located at 210 N. Sandy Ave.), which is then pumped approximately 5,600 feet via an 8-inch force main into Fayetteville's collection system. LS18 and the 8-inch force main have exceeded their useful lives and are at capacity. As such, improvements to the existing system are necessary to ensure enough capacity for the 20-year growth period. Greenland's proposed improvements include construction of a new lift station in the vicinity of existing LS 18, approximately 6,200 linear feet of 10-inch force main, and approximately 3,500 linear feet of 18-inch gravity sewer that will connect back into Fayetteville's existing 12" gravity sewer north of Drake Field. Fayetteville will need to upsize the gravity sewer from the point Greenland ties -in, downstream to Lift Station 16 and add a 3rd pump at this station to accommodate the increased flows. All of these items have been previously identified in Wastewater Collection System Master Plans and were anticipated. Since McClelland Consulting Engineers was already the design engineer for Greenland on this project, they were previously selected via RFQ# 22-01 to provide these design services for Fayetteville. Amendment No. 1 will increase the scope of engineering services to include construction observation, field accounting, construction engineering support, material submittal reviews, as -built drawing preparation, and all services necessary to manage the project throughout construction. This additional scope and effort are based on hourly, not -to -exceed rates at $48,000.00. The original design contract was $33,480.00 therefore increasing the overall engineering contract value to $81,480.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL ATTACHMENTS October Monthly WWTP Report MLK & 15th St. Bid Tab Brothers Construction Bid McClelland Engineers Amendment No. 1 ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, January 9, 2024, at 5:30 p.m. f4dCITY OF FAYETTEVILLE —FM,,,j ARKANSAS ..' P L: P.M Mi a 0 w-- R. M., City of Fayetteville Monthly Report for October 2023 Prepared by: Jacobs November 20, 2023 1 '3�''. tea• WEST SIDE WAST9WATtA iKtAININT 1PA41LIVV .4 *"IV M-� • • Nww" October 2023 Monthly Report Table of Contents 1. Executive Summary ....................................................................................................................................2 1.1 Fayetteville Team......................................................................................................................................................2 1.2 Special Projects..........................................................................................................................................................2 1.3 Compliance..................................................................................................................................................................2 1.4 Financials......................................................................................................................................................................3 Table1.1: Year to Date Budget.......................................................................................................................................... 3 2. Plant Operations.........................................................................................................................................4 2.1 Noland............................................................................................................................................................................4 2.2 West Side.......................................................................................................................................................................4 3. Laboratory ....................................................................................................................................................5 4. Biosolids Management Site.....................................................................................................................6 4.1 Special Recognition..................................................................................................................................................6 4.2 Biosolids Operations.................................................................................................................................................7 4.3 Water Treatment Residuals.................................................................................................................................... 7 4.4 Hay Harvest..................................................................................................................................................................7 4.5 Site Events....................................................................................................................................................................8 4.6 Revenue......................................................................................................................................................................10 Table 4.1: Revenue generated from the BMS........................................................................................................... 10 5. Maintenance.............................................................................................................................................11 5.1 West Side.................................................................................................................................................................... 11 5.2 Noland.........................................................................................................................................................................11 5.3 Lift Stations............................................................................................................................................................... 11 5.4 Key Performance Indicators/Measures.......................................................................................................... 12 Figure 5-1: Labor Hours by Work Order Type............................................................................................................ 12 Figure5-2: Work Order Count by Type......................................................................................................................... 12 5.5 Capital Improvement Projects(CIP)................................................................................................................ 13 6. Industrial Pretreatment.........................................................................................................................14 Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary .......................................................... 14 7. Woolsey Wet Prairie................................................................................................................................15 8. Community Involvement.......................................................................................................................16 Appendix A: Noland Effluent & Influent Report .............................................................................................17 Appendix B: West Side Effluent & Influent Report ........................................................................................18 Appendix C: Jacobs Employee Vacancy and Project Status Report ..........................................................19 Jacobs - Fayetteville October 2023 Monthly Report 1. Executive Summary 1.1 Fayetteville Team During the month, the Fayetteville team consisted of 47 full-time staff members. Of the 51 authorized employees, 95.7% of the labor hours are dedicated to the Fayetteville Projects and 4.3% labor hours are dedicated to other Jacobs Projects. There were 4 open recruitments during the month, and the Regional Support team assisted with work order backlog, capital improvement projects, and various special projects. The Employee Vacancy and Project Status Report is presented in Attachment C. 1.2 Special Projects 1.2.1 2023 Utility of the Future Today Award During the 2023 Water Environmental Federation's Technical Exhibition and Conference (WEFTEC), Greg Fisher, Jacobs Vice President, accepted the 2023 Utility of the Future Today Award (UotFT) on behalf of the City and site staff. This program recognizes water sector utilities that are transforming their operations through innovation, technology, and culture change. The program serves as a model for utilities of all sizes to achieve more efficient operations, enhanced productivity, and long-term sustainability. Since the program launched in 2016, we have had the privilege of accepting this honor 6 times. This year the staff submitted the application highlighting the efforts at the Biosolids Management Site (BMS) in Nutrient Reduction and Materials Recovery. Additional details are presented in the Biosolids Management Site, Section 4.1 Special Recognition. 1.2.2 Dryer Installation Project The dryer commissioning continued through September. The labor hours utilized for the dryer commissioning increased slightly this month from 296.8 labor hours to 361.0 labor hours. Additional dryer project details are provided in Section 4.5.2 of this report. 1.2.3 Noland Master Plan There were no labor hours assigned to the Noland Master Plan Project this month. 1.3 Compliance 1.3.1 Noland The Noland and West Side Water Resource Recovery Facilities (WRRFs) met all discharge permit parameter limits throughout September. The facilities effluent permit parameter limitations requirements changed beginning October 1. The October through November effluent discharge limitations and data summary tables are presented in Appendices A-B. October 2023 Monthly Report 1.4 Financials The year-to-date financial variance increased this month. The labor overage is attributed to increased overtime and regional support due to staff shortage, dryer commissioning, Noland headworks Repairs Project, and the Electrical Upgrade Project. The non -labor overage is attributed to unexpected expenses that were not budgeted such as pump station vactor truck cleaning services, timing related to equipment and material ordered previous ordered, and equipment and parts for the projects previously mentioned. The month ended with the year-to-date over budget by $209,396. Table 1.1: Year to Date Budget Month Labor Dollars Non -Labor Dollars Year -to -Date Dollars Nov 2022 -5297,647 5246,690 -550,957 Dec 2022 -5279,226 5192,176 -587,050 Jan 2023 -56,114 51,915 -54,199 Feb 2023 -518,218 -55,822 -524,040 filar 2023 53,501 -588,298 484,797 Apr 2023 518,185 -570,935 -552,750 Iday 2023 525,459 510,289 535,748 Jun 2023 -59,687 -56,596 416,283 Ju12023 -536,794 511,083 -525,711 Aug 2023 -521,923 5165,498 5143,575 Sep 2023 58,914 5146,677 5155,591 Oct 2023 533,688 5175,708 5209,396 Minimum -5297,647 -588,298 487,050 Maximum 533,688 I S246,6901 5209,3% October 2023 Monthly Report 2. Plant Operations The effluent quality and influent loadings data is presented in Appendices A and B. The Summary tables for Noland and West Side Water Resource Recovery Facilities (WRRFs), effluent permit parameter limitations, were updated to reflect the October through November effluent discharge limitations. At Noland, the staff recorded 3.19 inches of rain this month and the average temperature was 61 degrees Fahrenheit. Note: temperature obtained from https://www.timeanddate.com/weotherluso/fayetteville-or/historic?month=4&year=2023 2.1 Noland The facility received 145.1 million gallons (MG) of influent water with an average influent daily flow rate of 4.7 million gallons per day (MGD). The peak daily flow was recorded on October 29, at 8.47 MGD. There was 168.0 MG of treated water discharged to White River. 2.2 West Side During the month, the facility treated 258.0 million gallons (MG) of influent water. The peak daily flow was recorded on October 30, at 12.1 MGD. The average daily flow rate was 8.3 MGD. October 2023 Monthly Report 3. Laboratory The Fayetteville Laboratory provides sampling and analysis for process control and regulatory compliance for both the Noland and West Side WRRF's, and the Biosolids Management Site (BMS), in addition to the samples collected for monitoring the Industrial Pretreatment Program (IPP). The regulatory reporting samples for the Quarterly 40 CFR (Code of Federal Regulations), Part 122, Appendix D, Table III, were collected at both facilities for the analysis of cyanide, phenolics, and metals (antimony, arsenic, beryllium, cadmium, chromium, copper, lead, low level mercury, nickel, selenium, silver, thallium, and zinc). The samples were collected from the Noland influent, White River effluent, West Side influent, and Goose Creek effluent and sent to Geotechnical and Testing Services, Inc. (GTS) for analysis. When the results were received, the staff noticed an increase in the Influent Zinc sample and following an investigation they determined it was attributed to a recent change in the lift station odor control product. The staff had changed to a chemical containing Ferric Chloride. The staff performed a trend analysis for total pounds and determined that no environmental impact was observed or expected. A quality control excursion in the Biochemical Oxygen Demand (BOD) analysis resulted in non -reportable data for the October 19th and 20th Goose Creek effluent samples. The effluent Carbonaceous Biochemical Oxygen Demand (CBOD) compliance sampling results were compared to the BOD control excursion results which were 1.8 mg/L for October 19, and <2.0 mg/L for October 20, 2023. The low effluent compliance results show there is no potential for adverse health risks or environmental impact. October 2023 Monthly Report 4. Biosolids Management Site 4.1 Special Recognition Each year the Water Environment Federation (WEF) selects qualifying honorees that apply for the Utility of the Future Today (UotFT) recognition program. The program is in celebration of water utilities that are "engaged in advancing resource efficiency and recovery, developing proactive relationships with stakeholders, and establishing resilient, sustainable, and livable communities." This year, the City and site staff collaborated on an UotFT recognition application to highlight the past decade of accomplishments at the City's Biosolids Management Site (BMS), earning the sixth UotFT award. This year the award was presented at the 2023 WEFTEC conference in early October. WATER RESOURCES UTILITY. � FUTURE AL; vuHr 2017 aa>+m � C�rr �sr r 2019 2021 Greg Fisher, Jacobs Vice President, accepted the Utility of the Future Today Award on behalf of the City and site staff. The staff effort to provide Nutrient Reduction and Materials Recovery through several Best Management Practices (BMPs) that work to mitigate current and historic nutrient loading, namely phosphorus, from City - owned properties and prevent contamination of local waterways. This has been accomplished through; 1) Land application of local drinking water facility's WTR (Water Treatment Residuals), 2) re -use of WRRF (Water Resource Recovery Facility) effluent for crop irrigation, and 3) subsequent cultivation and marketing of exceptional quality hay. Our efforts work to protect valuable waste management resources by diverting solid waste from unnecessarily consuming local landfill capacity as well as generate creative streams of revenue (WTR application and hay sales) and providing additional cost savings (tipping fees and fuel reduction). October 2023 Monthly Report BMS and Sustainability Team 4.2 Biosolids Operations During the month, the Water Resource Recovery Facility's (WRRFs) produced 2,026 wet tons of belt -filter - pressed biosolids. The staff applied approximately 1,958 tons of biosolids into the solar houses to partially dry the material. There were approximately 68 tons of biosolids sent directly to the landfill and 1,423 tons of partially dried biosolids sent to the landfill. The solar house reduced the moisture content by removing an estimated 535 tons of water. By partially drying biosolids before hauling to the landfill, it is estimated that $25,782 was saved in tipping fees. The total cost of tipping fees for the month was approximately $68,574. 4.3 Water Treatment Residuals During the month, Beaver Water District reduced the amount of water treatment residuals (WTR) sent to the facility due to low inventory. During the month, the staff received, and land applied 827 tons of WTR. The application of WTR generated approximately $27,082 in revenue. 4.4 Hay Harvest The Hay sales increased again this month and the previously harvested hay inventory is almost depleted. The site recorded 303 tons of Hay sold this month, which generated about $27,248 in revenue. October 2023 Monthly Report 4.5 Site Events 4.5.1 Equipment Storage Building Fire On October 1, approximately midnight, someone reported a fire at the site's equipment storage barn. The fire origination seems to have begun from the round baler equipment which was used earlier in the day. The round baler equipment was connected to the John Deere tractor (Unit 5001). The total machinery lost due to the fire was the John Deere tractor, Holland round balers (Unit 5084 and 5089), and a Rhino R180 bushhog (Unit 5034). The site lost a substantial portion of miscellaneous equipment and parts. Photographs of the event are presented on the next page. 4.5.2 Dryer Installation Project This month the team continued to work on resolving the biosolids compaction issues. The dryer vendor, Griffin Residuals, stated the biosolids sizing characteristics, following the dryer shifter screening, is related to compaction. The vendor has suggested replacing the hopper and elevator #1. On October 13, the dryer production was halted so the team could replace the hopper and add a belt - conveyor which replaced elevator #1. October 2023 Monthly Report 4.5.2.1 Hopper The new hopper is replacing the hopper which was repurposed from the old dryer. The new hopper eliminates the auger troughs and has a level floor with three small augers across the bottom. krTriP"T�- "S 4.5.2.2 Belt -Conveyor + The belt -conveyor replaced Elevator 1 which used a chain -drag system to move material. The vendor attributed the chain -drag system as a contributor to the sludge compaction issues. Next month, the team is planning and scheduling for the implementation of the dryer's programming which will provide operational automation for the new hopper and belt -conveyor. This will assist staff with the current operating procedures which require an operator to make constant speed control adjustments for the new equipment. October 2023 Monthly Report 4.6 Revenue The staff sold 303 tons of hay and land applied 827 tons of water treatment residuals (WTRs) this month. There was no fertilizer sold or received during the month. Table 4.1: BMS Revenue Product Tons Sold/Received Revenue Generated Hay 303 $27,248 Fertilizer 0 $0 Water Treatment Residuals 827 $27,082 in October 2023 Monthly Report 5. Maintenance 5.1 West Side For most of the month, the West Side maintenance team performed routine preventative and predictive maintenance activities. There was an operating issue with the disinfection equipment. The staff investigated and discovered an electrical issue with the Ultraviolet System Located in Channel #1. Following extensive troubleshooting, the staff determined an electrical connection had worn out and was not properly seated. The electrical connection was properly seated, and the system was returned to normal operational status. 5.2 Noland The maintenance team were notified that the East Biological Denitrification Pump was not working. The staff removed the pump from service but were not able to identify the problem. The pump was sent to Jack Tyler Engineering for further evaluation. On October 16, Scott Jones, Jack Tyler Engineering, informed the staff that the pump's power cable was not supplying the 480 volts required by the pump to operate. The estimated cable replacement and pump return date is November 16, 2023. The operations staff reported that the Filter Backwash System was not functioning adequately. The maintenance staff determined that Mud Pump #2 was the issue and they ordered a rebuild kit which arrived this month. With assistance from the Regional Maintenance Team, the pump was rebuilt in-house and the pump was retunred to normal operational service. 5.3 Lift Stations The staff reported operating issues at the Hamstring Lift Station (#7). During the recent vibration analysis report, Pump #4 was showing signs of bearing wear. The maintenance staff investigated and determined Pump #5 discharge valve was not operating correctly. The pumps were removed from service (pump removal photographs provided below). Pump #4 motor was sent to Evan Electric for further evaluation. The staff ordered a valve rebuilt kit for Pump #5. October 2023 Monthly Report 5.4 Key Performance Indicators/Measures Figure 5-1: Labor Hours by Work Order Type o- p administrative 151 ❑ corrective maintenance emergency U 705 corrective maintenance non emergency corrective maintenance from pm/pdm 1134 ■ preventive maintenance ❑ project ❑ administrative 1 ❑ corrective maintenance emergency Lj corrective maintenance non emergency corrective maintenance from pm/pdm E preventive maintenance o project S safety N safety Figure 5-2: Work Order Count by Type ■ 0, 0% ❑ 33, 2% O 3, 0% O 4, 0% QS Sac, ■ 1720, 7a 7e 6 12 October 2023 Monthly Report 5.5 Capital Improvement Projects (CIP) 5.5.1 Planned Projects 5.5.1.1 Noland Effluent Pump 3 The purchase of the Noland Effluent Pump 3 was approved in 2020. The project was delayed due to extensive retrofitting and electrical work that was required. The pump was installed and commissioned this month. 5.5.2 Unplanned Projects 5.5.2.1 Noland Filter Feed Line The Noland Filter Feed Line was approved in August 2023, and the repair was complete this month. 5.5.2.2 West Side Heating and Air Conditioning Unit (HVAC) The West Side HVAC Replacement Project was approved in August 2023, and the repair was completed this month. 5.5.3 Purchase Order (PO) A purchase order was issued for the Gregg Avenue Lift Station, Pump #2. In early March, the pump was removed from service and shipped to Electric Motor Center for further evaluation due to hidden damage. October 2023 Monthly Report 6. Industrial Pretreatment The monthly surcharge and waste hauler reports were completed and sent to the City billing department. The IPP Revenue information is presented below. Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary REVENUE $66,593 Surcharges on September data $2,500 Fees from hauled waste accepted in October $0.00 Other fees paid in October $0.00 Fines assessed in October Zero violations September Violation data October 2023 Monthly Report 7. Woolsey Wet Prairie The mild October weather brough daily visitors to the Woolsey Wet Prairie. The trails provide a uniquely low-key outdoor recreation experience while the robust environmental biodiversity provides a living classroom experience for secondary and collegiate students alike. Woolsey Wet Prairie Public Access Trail The University of Arkansas Herpetology students continued their classwork this month at Woolsey Wet Prairie. The students are studying Woolsey's amphibian and reptile diversity. University of Arkansas Herpetology Students The staff continued to make progress on prescribed burn preparations with the removal of vegetation -fuel from around various Woolsey structures and adjacent utilities. All site preparations for this event are scheduled to be completed in early December. This month, the staff were busy planning and organizing the 10th annual Blue -Green Infrastructure (BGI) Fall Event, scheduled for Saturday, November 4. This community engagement event will be held at the West Side WRRF and focuses on introducing volunteers to the rich biodiversity of Woolsey Wet Prairie, through native seed harvesting, education on the water resource, and stewardship throughout the NWA region by partnering with such organizations at Beaver Water District, Water Resource Conservation Center, the Illinois River Watershed Partnership and Beaver Watershed Alliance. October 2023 Monthly Report 8. Community Involvement Rogers Middle School Students tour West Side Wastewater Treatment Facility The staff provided several tours for over 80 middle school students from Rogers. Appendix A: Noland Effluent Report White River Average Daily Effluent Report Month Flow MGD CBOD mg/L CBOD Load Lbs TSS mg/L TSS Load Lbs Total P mg/L Total P Load Lbs NH3 mg/L NH3 Load Lbs O D.min) ( mg/L pH (min) Su pH (max) Su Fecal Coliform Geo Mean CFLI/100 mL Permit Limit Oct -Nov 5.5 578 5.0 525 1.0 105.0 2.4 252 >7.5 >6.0 <9.0 1,000 Oct 2023 5.419 2.8 126 <1.8 <83 <0.2 <9.5 <0.05 <2.2 14.3 7.4 7.6 <122 Sep 2023 5.459 2.2 100 <1.1 <52 0.1 6.7 0.04 1.7 14.4 7.5 7.6 33 Aug 2023 4.579 2.8 112 <1.0 <42 <0.2 <6.3 <0.03 <1.0 7.9 7.5 7.7 127 Jul 2023 3.949 3.3 119 <1.3 <50 0.4 12.9 0.06 2.0 12.6 7.1 7.7 63 Jun 2023 5.509 3.2 148 2.8 128 0.3 12.8 0.06 3.0 14.0 7.0 7.7 31 May 2023 6.131 2.9 144 <1.4 <70 0.4 22.1 0.12 5.8 14.8 7.0 7.6 21 Apr 2023 6.275 3.5 186 <1.9 <103 <0.1 <7.4 0.08 4.2 14.2 7.4 7.6 37 Mar 2023 7.907 3.0 201 <1.5 <101 <0.1 <8.8 0.06 4.4 13.3 7.4 7.5 <37 Feb 2023 7.466 3.6 222 3.1 197 0.2 11.1 0.11 7.1 13.6 7.4 7.5 43 Jan 2023 6.447 3.8 205 2.6 140 0.1 8.0 0.09 5.0 14.3 7.4 7.6 26 Dec 2022 5.970 4.2 215 <2.7 <140 0.2 8.2 0.13 6.4 11.7 7.4 7.6 <22 Nov 2022 4.556 3.4 128 1.5 55 0.1 5.5 0.24 7.0 11.7 7.4 7.6 51 Oct 2022 4.277 4.1 141 <1.4 <50 <0.1 <4.2 0.09 2.9 15.5 7.4 7.6 41 White River Average Daily Effluent - Minerals Report TDS Month mg/L TDS Load Lbs/dy Sulfate Total As Soo mg/L Sulfate Total Load As Soo Lbs/day NO3 (Nitrate) mg/L NO3 (Nitrate) Load Lbs Permit Limit Oct - Nov 500 52,542 119 12505 report report Oct 2023 353 16,829 49 2,289 Sep 2023 332 14,655 49 2,007 Aug 2023 383 18,164 68 3,335 Jul 2023 362 11,092 61 1,948 Jun 2023 358 17,502 100 5,271 May 2023 360 16,754 52 2,450 Apr 2023 323 19,575 56 3,423 Mar 2023 308 24,645 60 3,568 Feb 2023 368 19,585 63 3,310 Jan 2023 314 17,522 59 3,282 Dec 2022 375 16,383 54 2,500 4.1 191.8 Nov 2022 390 13,159 62 2,079 Oct 2022 383 13,385 74 1,654 Appendix A-1: Noland Influent Report Month Flow MGD 12.60 Hydraulic Loading % CBOD Load Lbs 29,666 Orangic Loading % TSS Loading Lbs TSS Loading % PO4 Loading Lbs PO4 Loading % NH3 Loading Lbs 2,250 NH3 Loading % Design Annual Average 23,198 765 Oct 2023 4.68 37.1 11,217 37.8 7,126 30.7 201 26.2 873 38.8 Sep 2023 4.90 38.9 15,241 51.4 8,882 38.3 222 29.0 1,047 46.5 Aug 2023 4.49 35.6 12,396 41.8 8,602 37.1 201 26.3 840 37.3 Jul 2023 4.42 35.0 10,145 34.2 7,494 32.3 165 21.6 662 29.4 Jun 2023 4.11 32.6 12,964 43.7 8,088 34.9 182 23.8 730 32.5 May 2023 5.39 42.8 12,756 43.0 7,321 31.6 210 27.4 760 33.8 Apr 2023 4.68 37.1 15,926 53.7 8,507 36.7 227 29.7 917 40.8 Mar 2023 9.08 72.1 17,506 59.0 10,561 45.5 286 37.4 1,098 48.8 Feb 2023 8.08 64.1 14,485 48.8 8,700 37.5 263 34.4 982 43.6 Jan 2023 6.17 49.0 13,140 44.3 7,756 33.4 217 28.4 760 33.8 Dec 2022 5.99 47.6 11,497 38.8 8,718 37.6 205 26.8 706 31.4 Nov 2022 5.91 46.9 13,234 44.6 9,292 40.1 210 27.4 921 41.0 Oct 2022 4.26 33.8 13,330 44.9 7,379 31.8 229 29.9 930 41.3 Appendix B: West Side Effluent Report Goose Creek Average Daily Effluent Report Month Flow MGD CBOD mg/L CBOD Load Lbs TSS mg/L TSS Load Lbs Total P mg/L Total P Load Lbs 191.8 NH3 mg/L NH3 Load Lbs DO (min) mg/L pH (min) SU pH (max) SU Fecal Coliform Geo Mean MPN/100 mL 1,000 Permit Limit Oct -Nov 6.6 550.4 10.0 834 1.0 2.3 191.8 7.5 >6.0 <9.0 Oct 2023 8.3 <2.0 <101.1 1.0 70 <0.1 4.5 <0.3 <25.2 8.9 7.2 7.7 <11 Sep 2023 8.3 <1.9 <123.5 1.0 68 <0.1 3.5 <0.1 <4.3 8.6 7.4 7.7 <6 Aug 2023 8.1 <2.3 <154.1 1.0 69 <0.1 3.7 <0.0 <4.3 8.5 7.4 7.8 <6 Jul 2023 8.0 <2.0 <173.0 1.0 65 0.1 6.1 <0.1 <6.5 8.6 7.3 7.8 <5 Jun 2023 7.8 <2.0 <177.9 1.0 64 0.1 7.8 <0.1 <7.1 8.9 7.2 7.7 <6 May 2023 9.0 <2.0 <199.2 1.0 74 <0.1 5.9 0.1 9.8 9.3 7.3 7.6 <6 Apr 2023 8.7 <2.0 <144.5 1.0 72 <0.1 5.3 0.0 3.7 9.8 7.0 7.4 <6 Mar 2023 13.3 <2.0 <148.8 1.0 103 0.1 8.9 <0.0 <3.6 10.3 6.9 7.4 <5 Feb 2023 11.7 <1.9 <127.3 1.0 103 0.1 7.7 <0.1 <5.7 10.4 7.0 7.4 <8 Jan 2023 9.9 <2.0 <129.0 1.2 104 0.1 7.2 <0.0 <2.8 7.6 7.1 7.3 <14 Dec 2022 9.5 <2.0 <157.3 1.0 79 <0.1 9.2 <0.0 <1.9 8.5 7.0 7.5 <13 Nov 2022 8.0 <1.9 <133.5 1.0 64 <0.1 4.1 <0.0 <1.9 9.3 7.2 7.6 <6 Oct 2022 6.6 <1.8 <138.2 1.0 57 0.1 4.6 <0.1 <7.8 9.0 7.2 7.6 <7 Appendix B-1: West Side Influent Report Month Flow MGD 10.0 Hydraulic Loading % BOD Load Lbs Orangic Loading % TSS Load Lbs TSS Loading % Total P Load Lbs PO4 Loading % NH3 Load Lbs 1,918 NH3 Loading % Design Annual Average 14,595 14,595 584 Oct 2023 8.3 83.3 11,632 79.7 15,514 106.3 274 46.8 1,363 71.1 Sep 2023 8.3 82.6 10,683 73.2 12,584 86.2 281 48.1 1,377 71.8 Aug 2023 8.1 81.4 10,442 71.5 12,891 88.3 275 47.1 1,312 68.4 Jul 2023 8.0 79.9 9,164 62.8 14,506 99.4 250 42.9 1,253 65.3 Jun 2023 7.8 78.0 10,595 72.6 13,072 89.6 274 46.9 1,261 65.7 May 2023 9.0 90.1 10,842 74.3 12,133 83.1 281 48.1 1,261 65.7 Apr 2023 8.7 87.5 10,393 71.2 11,139 76.3 249 42.6 1,374 71.7 Mar 2023 13.3 133.2 10,374 71.1 14,426 98.8 276 47.3 1,341 69.9 Feb 2023 11.7 117.4 11,289 77.3 11,517 78.9 247 42.3 1,239 64.6 Jan 2023 9.9 99.3 11,398 78.1 10,453 71.6 251 43.0 1,281 66.8 Dec 2022 9.5 95.3 11,463 78.5 12,504 85.7 277 47.4 1,199 62.5 Nov 2022 8.0 80.4 11,688 80.1 11,915 81.6 260 44.5 1,256 65.5 Oct 2022 6.6 66.3 11,918 81.7 10,762 73.7 256 43.8 1,327 69.2 Appendix C. Employee Vacancy and Project Status Report Department Job Title Em io ee name Fayetteville % FTE Admin Project Manager Jan Guy 82.00% Admin Assistant Project Manager Mayo Miller 100.00% Admin Health, Safety, Compliance Professional Vacant 70.00% Admin Project Coordinator Brandi Miller-DeWeese 90.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant Kassandra Foster 100.00% Admin Project Specialist Sarah Garrison 100.00% BMS BMS Supervisor Peter Burrow 100.00% BMS Lead Operator Mike Reed 100.00% BMS Operator I David Dajani 100.00% BMS Equipment Operator Charlie Boger 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Vacant 100.00% BMS Operator In Training Robert Donnell 100.00% BMS Operator In Training Christopher Cox 100.00% BMS Operator In Training Jonathan Gueydan 100.00% BMS Operator In Training Caleb Henderson 100.00% BMS Mechanic Vacant 100.00% Admin Process & Compliance Supervisor Thom Vinson 90.00% Admin Environmental Specialist Jeff Hickle 100.00% LAB Laboratory Director Donna McChristian 90.00% LAB Industrial Pretreatment Coordinator John Byrd 100.00% LAB Lead Laboratory Analyst Matt Benton 100.00% LAB Laboratory Analyst Walter Chodor 100.00% Maint Maintenance Supervisor Joshua Alleman 100.00% Maint Lead Mechanic Buddy Carter 95.00% Maint Lead Electrician Tim Marr 70.00% Maint Electrician Brian Daniels 100.00% Maint Mechanic Robert Ingram 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Paul Goolsby 100.00% Maint Mechanic Rick Dollarhide 100.00% Maint Mechanic in Training Broc Burus 100.00% Maint Mechanic in Training David Post 100.00% Maint Mechanic in Training Caleb Wheeler 100.00% Maint Utility Worker - Temp Jacob Ratliff 100.00% Maint Utility Worker - Temp Vacant 100.00% Operations Operations Supervisor Shawn Santellanes 100.00% Operations Lead Operator Travis Patton 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Justin Sweeney 100.00% Operations Operator Tom Meunier 100.00% Operations Operator Chandler Smothers 100.00% Operations Operator Brittney Doyle 100.00% Operations Operator In Training Jeremy Johnson 100.00% Operations Operator In Training Michael Stout 100.00% Operations Operator In Training Ezra Maglothin 100.00% SCADA Instruct and Control Tech Christopher Merrit 100.00% SCADA Instrument & Control Tech Pat Cooley 95.00% SCADA Instrument & Control Tech Preston Jones 100.00% SCADA Information & Operational Tech James Mason 50.00% Authorized Positions = 009 Filled Positions = 47.0 Filled FTE's= 45.6 REGIONAL SUPPORT and SPECIAL PROJECTS (Performed in scope) Area Reason Name Hours SCADA Network Upgrade Scada Regional Support 84.25 Maintenance Maintenance, Reporting, and IT Related Activities Various Regional Staff 127.5 BMS Dryer Installation Project Staff & Regional Support 361.0 Noland Master Plan Data Request and Sampling Planning Staff 0 Aft CITY OF ARKANS FAYETEVILLE no T.-on Bid 23-441, Constmeltion - MLR Interchange Utility Relocations (15th Street), Phase 1 ::we.v, runmee, $, xw$ a x m pm o6aouxeT cmmw,us a 6mm Sammdm rs¢ms wdm r..r„i...._-. p,lv[an ocvplopmen5a. m^ erothm U..Nlnn In, XajacsUnmclor. Inc. Tlm[n Ila,ene a[a.ng6 Inc. Trl aar wntnudcr6 LLe TNI $2,837,625.49 $3,963,291.00 Sa,000,000.00 $6,a16,600A0 '$9,688,990.86 un.x Yex,I.Wn plY UUM e.ree wn 6..eee Ills I.. UM menMe unn 6Mnae M rcewePavmen,. eera, f ss .:'..:' ,.. SN,qu.w £fm,¢om Swdmd.m =. W... £S15B5;51 ull'seSAv - lwlswpnor Wmnm,eeiel f u .rp S15.w3m $11'.. ws.wxw $xw.wom SSw[ww Si54[mw $I". Hn va;i ;nn,sensz s ma menanae anl6e 5 u SAwsm 59w.vm Y0.wom $wxw.w $ssaxm.w S.. Uw,aom vsoµw s,lerylPea,nercsynema s u $x;wm ;x;w1w Sfxmnm $f;m,w $I'..w $f35. Hw... $Sww3.w U.-F, wsmmememvw a u :... YfFwm SN.w3.w 554xmm Hale. faa[mw $mpzw Slm,wm Szm.wzm r'Uc'.'m H6,w3m 11.. Ys.wom V.. Ysm3w $1'. $2.,.. $25o,[m.m w a11n6. I u 5 [. 59xpnm U4. Sfmrcom $Iw,ap.w Swm3.w S.. $11'.. $11..w wlanla gN.al,np,mnssgmp v IF sa:. Sx9Awm Sfdmaw 5snppm Swwo.w Sll,mzm $ss;w3.ne y _ S. c... $11.. $,I. Szs.. $$11. Sf... Ill,rc$1.1c,zw w ^P^5 S u 5 =. $69.m5M $N,w;w $1'... $as.wI- 9'.. Hsm3.w Ysm3.w Sls.onw $$11'.. Sxw,wlw uwumR^rcn,.l v Is s'.�:..,. 5xwm3m $$.M. $lm SLw 5III-. Saw.waw $as,wzm Hsm3.w y nemnyel$n wmnn S ,s -u t^:.': $w... Sw.wxw $is,rcom Sn,apm Szswww $fmowm Ymwaw fs m.^vanmra nw .amaintmeze - 3 _ s^ $9.ro5.w 54wxw Ss,s[om S6.sw.w Sism3w $I'. $x;onw Hsowo.w W.M. nurenlw'�pnay Sn sv ;xyppm $tfdm Swo.w $.w,waw Is It- 6,ns'rw,ee $l..1. S-Ile.. Sw$jxmam.w 11... .-ll. mrys - $,1. $11. $am UMW S.. $Iw.. Inc. $11r.. [meflcwu,eq, uo I, $I. $;om Ym Senw $1'. $UAwm Ywm $n.w1w ,a ean�yram aroa.M I6 nexeylwnrcexw iw c Nxw 5$;mxm Szsm 56$m3m $6sw 9f;w5,ro Simm $Nuw.m paa6xilrren,nvl Sw3 n Siem H&wnm Yom Yoap.w $w.w $w.aaw Hwm $twmlw 6wM' a«•wnwl aw- [v S$am S$sbmw faom }u/mm 5.. 5$s,lmm S615ww n-Ilenlltrrevh,l w S$I- Sz2wxw $Ssom YSxm.w 5xww $Ill. I. I. S. mlaryNau6n[eirre en mi- [Y $f;lss.m 3¢$m.w bsw $ts.- $Swm S. [+we Sa"saxlRa^u:J am IF .w $w3.w Sww;w I. 5xom 5wm3.w $f,aww $fmmm $zsdm 5rs,ww.m e Rpeowl-se"-mel{ewrol $w IF S2M1w Yd;wxw YSsom SSSsxw.w Sxw,onm $I'. nng�ae•seellgm e.4 $N II Mce Szs4mvw $pwm $Sfi9.aro.w $I.. SS.aro.w Swowaw $45ww $I'.. $wamw 4,Nr-N"Nx11R^[uJ _. Sw $, 51Awm 511B.aLw Sx,lmm SSNm3.w I,Sm.W $smavm $x,m,w $lmm}w .e Rpell3'Wa5on361 x$ $i 51$m $1,691.w Hom S$Aw.w Saw.w SF. M. $m,5wm L Senn RpepS°wGsce $w V $fi5m $143xxm W. 511,5w.w $3w.w sle"..w $s50.w n Srvnnpeli6°rv[,Sdrx[1 w n $Iww 19,95zw 5vsm 11 Iaxm 55w.w Yasm.m I.. III.. np,l$o°W[.so6x61 599 $5 SSmm Yw.xsam Sx♦sm $9>,zssm Yll- Yzxw $SN,wsm nrvserrniemm y,neeaom y,a-eoerol$tleanl x$ -Se $5 $lmw $11. trim SHS.w $I..w $,,I. $$w.w -urrse.ernemM1Mmaean6^a♦aomU5mml IF I'. $ao,unm $l.slo.w $1" $111. ee'az' deep Us.rcp IF '.;:°.. P. $95m $I&i.w Sswm S65w_w Y$s.w _S9,nw SS.nxw y=Tre 1r uvrvsenwirmn ye'ai' oeeplxlnp 59 eI Ir n::'.rv. Siww I". $n3. 595m $sms.w £Swm ;x9,imm £!♦sm $rsism ss sa ymtlmdN rn,eaz oeayl$wmnl $9 I$ •' SEWM w Hsm $$.xos.w $sww SSAmm 11IIertrxnm dndnganerasen,re e3w n s+s: �' "I Hm - $4rmm Szm $6.w .w Ill.. Ill. $Io.w $$ 5ye5a. s5.. s s:s.: ' $l.w Sx;Imm Swm Ill..w ;64w.m IF' IF ",1. I'll- 521. se upluh Pawmenl Hp Iry ,$°mIdnuy l6o SY s,..; � $151.w 5545ww $135m Wn w SssFw.w I.. $$wm $N,Bwm YS.w Sx4w3.w myaSn,upa.mene. $[0 5Y s': �:, SNw $µmm $I. $Iwm £r6waw $w.w ap hmemhl$'Snmeul xxs 5Y svl S$3$ls.w $som sFI.,.w Su}ww $$wm $69,Sw.w Hwm W.I.S11. ,n12WIFF urrurl Sep IF m s"Icen. S$65a Hsm - 54zw.w $ixw $n.uum $I- 42 ,ulfx'wlm,6'mwmny zw sv ssi! $1. 2Z. $$11. W. $$11Ww Huw Ow.ne Szwm e pegawve'aosnu $ffaw $;.taw $wm $Lxw.w $swm $11. $A.. Sxwm $IF. II nimusep z Ia ss:+e HRmw Ssen. $uwn.w SIll. $$1.. 11. $1p.mzm w0e°pvgawxaww am 3$zwul xdx IF grs.. $Slxw nll. Sxwm iI.. 5III. H6;.wm "'. ieum Rmna tww Iw 'r :: $3>w Ill. Hropnw Hsm $xwmlm Hsw $1sw Sx$.w SlIc.mm $x9o.wxm d1wn.hnvatapw Sxsyp.w $Iw.arnm $zs,mm 5sm 5aa uw.m $mwam S.... H:AHAS 53w,g9p.9i wlrye,nrwmekl6aCer1 ♦ [a s-.i:, $$aAww Ssgw'nm Fclm S9ymm HpP=.lm S;smog H,I. Se Sanlynn,Mnv I 1413xw Hsom $I'.. sere. Hww i$Sww Sx,s_m.m $.,smm rmnnw[mdy2a•vnlerwln 3 - H ;.:ir S14awm ell", H1wm $n.swm SSluvw $III. I. $$rm3.w oe warnune � Sa s�: HASam H/mm $Iiww I". _ 111. 345wm IF UpSeusB6_' I^R♦°wnn Ilw - ♦ 6a Slue. wbww j$rarnm Sssmsm -ml. jw,dpm 5twm 11'.. He,pnm scone Ydwp,w YpAvw UnnnIl dnv In [Y , Hsaw Hwm Sx65ww s2a"newI,.. HA6o,oam zal I.-) of $taw $.,-w Sm.amm Hso Honaw U.. Il,iwm ww.w Hx6.wxw ss _I. rc exmn^rm .wa ernnel w [v sa:. HAww S15$1.m ¢,mzm $1mm..w Hww $'. III. $$11. H.iw.w $vIF,wxw 56 wnerdnemneer wn a [a <+; Hxw Ssom bsm Sawm 54zmm S;zwm w 6'umtimlmurMaumne easevarv,Pomvwh I 6a s1�[sl:• Sz..Smw $$I- $wAmm W. I.Sww H4onw II'. 51$... 5$;ltass ee^m w x n �. a!o Szoxiw S♦.amm SLswm H.oww $Ssww $swow IF.... S6.sw.w $1. nneli° eryerrwro.Ypeel m :$. - sfx a;o sw.w $L4vm -H.nsm Stom $aAw,m Hmm 5z,mm 31w.m szdxim w r�evn,mm�xm -rdnemaadrw� $ 6a sLena. H.niw $Lamm H.w.m wsmw S$Mua ss. s 5 51rw. S.Sm $11. H,uom $43wm A. 6 reoepnmame I u,a�xown [n U, •^N t11 I. I. $n31xw IU.. $A. $6,[I. I.s.m- $S.", I". $$$I.. W1. Ill.. w - alma„we I w_ S1.[d S. sdddd HS0.w A. SNom $sAww Siww S6,wnm LIMM Sl$w.w $III ar cl, -c' sanea uegmw' redapnwmn I cnpl 3 I Sa - st9a.mo H9$1. $$1.wm HF.. $111. Y$1.. $U'. 53♦.w;w 111. IS aeelw. m.ewaow 1 xnl 9 Sa s m in lsoad www $4wom Hww $6,lww Ssww H,Sedm F'.. £46wm f$fiamco IF uamq.Ramea.ew.erlmmgee4luAlya'p,nu,nl 6 6a _ 1. 5•, mono HZzw Hbwm SHom bAww $;sww $6.wam $I.sw.w Ill. 6. ,m meena:=mre etvevgF['IF-, : Sa Slesom 11:ra11 $1. s'.. 5uo.w Hpmm Sawm l,- £3.xim $,I. 1. mnnnrsexwm,nRp auymwnae x 6A Sxamm 51¢e:d n H,Sww $I♦uom Hoem.w v.,. Sx,sw.w K... ;6Smw }n,waw N pbnam [nnmgmannae x 6a. 5mw - .d $"" $l.awm $Lsw.w H.w3.w :11..w H.ttam Sam3.w $6.wam Io pemweane w,pxeel wmde 3 E. S mw SrI :d 11' 5$.owm $6,twm $45m:m H.dm_m $45mm w,mm Ss,sww $Itwxw 11 empwee ewnwmpzaun) Swm sl'I_wm Sw.w b,.mw 1. Hs;wm $I.. Hdm- m ewpeel mn^IS.amrnl xn q z.a. ai $,1m $$4mm $$o.w $Llw.w $Iwm $w,xsom $lww H;Swm IF owm Fr I- w.,"1.1) .o to - t m s1 $Hm $4I1om Sw.w S. Itww m . u,nueer wmlzuneFl ni _ 1. tum_ vzrsao 111 Swm $IS.xwm $am,m 1'. $n. $♦m_m W... Sw.pwm Hnw $11' Sn.Iwm p 12 Se .1 q u sdm n.lmm S0.wm H,wm $spoow_ M. }lsoom Huodm ;45mw Sa;omm sSsimsw s...mm S♦.zwm I$Lw3.w $xswm Si.ua.w S..m1w Sswm a�i.r lu�sew,e.tinq _ H.xiam Szz,swm U,- H.uro.m W... Steaom Ssom $Lswm HAsaw Yo..osae n mnnemarcnvu er larlsd' nny a6 m Se6. is m H..oLw $sn, xmm Hm1m $Npnm Hw w H,m:rm HA wm Sw. emm .9 pemwewapequer a.snuxrysenl xm a n$1. S, La .=n H$ua $H.iwm How Sv,9wm Hwm SxLw3m fiwm $se.dvm eo pmweane^tlwu ti rPole 1 G St]w.w Sr,,cdcv $ dL.m H m Ss m srcam 6YAm 65w.w IodYw SId.wTw PrlvanwNbntle w .awrear tlzaZ3 .m..a,w�nw. r wn a3 CITY OF FAYETTEVILLE ARKANSAS Bid 23-44 Addendum 2 Brothers Construction Inc Supplier Response Event Information Number: Bid 23-44 Addendum 2 Title: Construction - MILK Interchange Utility Relocations (15th Street), Phase 1 Type: Invitation to Bid Issue Date: 10/8/2023 Deadline: 11/7/2023 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the relocation of water and sewer utilities along 1-49 and 15th Street Interchange. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 Brothers Construction Inc Information Contact: Todd Mooney Address: PO Box 1763 Van Buren, AR 72956 Phone: (479) 474-5716 Fax: (479) 471-9912 Email: todd@brothers. construction By submitting your response, you certify that you are authorized to represent and bind your company. Todd Mooney Signature Submitted at 111712023 10:35:46 AM (CT) Requested Attachments Bid 23-44, Required Signature Forms todd@brothers.construction Email 23-44 MLK Signiture Pages and SOQ.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid 23-44, Bid Bond MLK Relocate Bid Bond.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 100157004 2 Arkansas Contractor License Number: 0055490324 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 0 Yes, I agree ❑ No, I don't agree Page 2 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 0 Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 0 1 agree Bid Lines 9 Construction Dewatering Quantity: 1 UOM: LS Price: $40,000.00 Total: $40,000.00 1 Bypass Pumping 0 Quantity: 1 UOM: LS Price: $69,000.00 Total: $69,000.00 Page 3 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 2 Pipe Casing - 48" Steel (Open Cut) 6 Quantity: 360 UOM: LF Price: $1,050.00 Total: $378,000.00 Page 4 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 4 Concrete Trail (12' Width, 4" Thickness) 2 Quantity: 200 UOM: SY Price: $110.00 Total: $22,000.00 Page 5 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 4 Remove and Replace 18" ADS-N 12 3 Quantity: 34 UOM: LF Price: $110.00 Total: $3,740.00 4 Reconstruct Inlet Top 4 Quantity: 2 UOM: EA Price: $4,800.00 Total: $9,600.00 4 Water Pipe (18" PVC, AWWA C900, Class 235, DR 18) 5 Quantity: 2042 UOM: LF Price: $275.00 Total: $561,550.00 4 Ductile Iron Fittings 6 Quantity: 10000 UOM: LBS Price: $27.00 Total: $270,000.00 5 1" Water Service Connection 8 Quantity: 2 UOM: EA Price: $2,050.00 Total: $4,100.00 Page 6 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 7 Abandon & Grout Fill Sewer Main (24-Inch) 4 Quantity: 172 UOM: LF Price: $80.00 Total: $13,760.00 Page 7 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 8 Remove and Reinstall Light Pole 0 Quantity: 1 UOM: EA Price: $9,000.00 Total: $9,000.00 Response Total: $3,963,291.00 Page 8 of 8 pages Vendor: Brothers Construction Inc Bid 23-44 Addendum 2 IPR A N C F More Than a Promise 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY THESE PRF_SENTS. that we - (Here insert full name and address or legal title of Contractor) Brother's Construction Inc. P. O. Box 1763 Van Buren, AR 72957 as Principal, hereinafter called the Principal, and (Harp insert full name and nddre.s.s rr legal title of .Surety) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto 1Here insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 5% ), for the payment of which cum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for MLK Interchange Utility Relocations (Here insertfull name, address and descriprfon of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Ohligee in acenrdanrr with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and a ve such bond or bonds, if the Principal shall pay to the Obligce the difference riot to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to pc, -form 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 7th day of November 2023 Brother's Construction Inc. (Principal) (Seal) P(Q S (Title) Travelers Casualty and Surety Company of America (Su Cty) \ - { T ills) (Seal) ary Ann Ju ice , Attorney -In -Fact AIA Document A3107u —1970. Copyright 01963 and 1970 by Tie American Inslltute Of Architects. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mary Ann Justice of FORT SMITH , Arkansas , their true and lawful Attorney(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. swrr��' • t witt FiA'� i HMIFORD, � 2 State of Connecticut City of Hartford ss. By. 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. **i .' O-, IN WITNESS WHEREOF, I hereunto set my hand and official seal. % �' NdrAA1' My Commission expires the 30th day of June, 2026 s1* I ° i♦r a"Wc 4 i 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 7th day of November , 2023 c I FA Kevin E. Hughes, Assistant 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. CITY OF FAYETTEVILLE r ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 1Z 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents DAll bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayettevillear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: • List of Subcontractors: Submit form on bidding platform or attach if submitting a physical bid. • AR Secretary of State Filing #: l tiblS'70a Lf OR submit electronically. �4- • Arkansas Contractor License #: OVS5" 02OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: ES or NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: UYESor NO Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 City of Fayetteville, Arkansas Utility Relocations for I-49/15`h Street Interchange ARDOT Job 040846 (Utilities) SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Utility Relocations for 1-49/15"' Street Interchange Bid 23-44, Construction Date: I 47 .20).3 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Address T(D /�__ _ 1-1 � 3 \(6,A:iU1� n kTL 12A//.T��1,, Principal Office lg�st) VeM 34' Va' _n bUeAtLTrMA5( Corporation, LLC, partnership, individual, joint venture, other 1J Coe^g Arkansas State General Contractor's tcense Number 0055 4!{ 0.3 (Type or legibly print) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 For a Bidder (Contractor) to be considered as Qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville. The Contactor must also provide documentation with the bid to document: The Contractor's successful completion of five contracts similar in scope to this City of Fayetteville Bid. The Contractor shall have executed work for municipalities operating water distribution and sanitary sewer collection facilities with a minimum of three (3) projects equaling or exceeding five hundred thousand dollars ($500,000) for installation of the product(s) bid. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville attached to this section. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the experience requirement, or the combined amount of experience of the key personnel that will be responsible for satisfying the experience requirement. 00140 Bidder Qualifications 00140-1 October 2023 City of Fayetteville, Arkansas Utility Relocations for 1-49/15' Street Interchange ARDOT Job 040946 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'~ QUALIFICATION STATEMENT (continued) EXPERIENCE STATUMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for " years and has performed work of the nature and magnitude of this Contract for _al__ years. Bidder has been in business under its present name for M years. 2. The Contactor must also provide documentation with the bid to document the Contractor's successful experience with the following: a. The Contactor must also provide documentation with the bid to document the Contractor's successful completion of five contracts similar in scope to this City of Fayetteville Bid. 3. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 4. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. 6. Bidder normally performs the following work with his own forces: S-e_e aktd 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 8. in the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: S 00140 Bidder Qualifications 00140-2 October 2023 City of Fayetteville, Arkansas Utility Relocations for I-49/15" Street Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 9. Bidder's Workers' Compensation Experience Modifier Factor is: .qL` FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 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: Ridament Creditors Where Docketed and Date Amount a. $ b. $ 00140 Bidder Qualifications 00140-3 October 2023 City of Fayetteville, Arkansas Utility Relocations for I-49/15`h Street Interchange ARDOT Job 040846 (Utilities) Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) Bidder herebyrepresents and warrants that all statements set forth herein are true and correct. Date: !V/11 % , 20 2-7 Name of Organization By �nnr�g� Peas (Type or legibly print) By _ (Signature) Titles./. (Type or legibly print) (OFFICIAL SEAL) SEAL If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00140 00140 Bidder Qualifications 00140-4 October 2023 City of Fayetteville, Arkansas Utility Relocations for i-49/15th Street Interchange ARDOT Job 040846 (Utilities) SECTION 00400— BID FORM Contract Name: Utility Relocations for 1-49/15th Street Interchange Bid Number: 23-44, Construction BID TO: Owner: The City of Fayetteville, Arkansas 1 13 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: S raWR5 ARTICLE I - INTENT Hawkins -Weir Engineers, Inc. HWEI Project No. 2022129 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 2.02 The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work described by and in accordance with the specifications and contracts for the following prices. 00400 Bid Form 00400-1 September 2023 City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for 1-49/15th Street interchange HWET Project No. 2022129 ARDOT Job 040846 (Utilities) SF,CTION 00400- 1311) FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 in submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date .IV I /A z3 U?i I / 23 B. Bidder has visited the Site, City or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. 00400 Bid Form 00400-2 September 2023 City of Fayetteville, Arkansas Utility Relocations for I-49/15th Street Interchange ARDOT Job 040846 (Utilities) SECTION 00400- BID FORM (continued) Hawkins -Weir Engineers, Inc. HWET Project No. 2022129 ITEM NO. DESCRIPTION EST. QTY UNIT UNIT PRICE TOTAL 73 Cut & Cap Existing 12" Sewer Main 2 EA S S 74 Cut & Cap Existing 24" Sewer Main 1 EA S $ 75 Concrete Anchor Collar (12" Sewer Line) 6 CY S S 76 Concrete Anchor Collar (30" Sewer Line) 16 CY S S 77 Remove and Replace Fence (6' Tall, Security Steel) 270 LF $ $ 78 Remove and Reinstall Light Pole 1 EA S is TOTAL AMOUNT BID (SCHEDULE I) ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. A 5% required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of H b I (o 45-5- Dollars ($ ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: odct Moo -Ud7bV] -F�3.22 17 `&0 Fax No. u1� --` -% I —I I i-L- 00400 Bid Form 00400-7 September 2023 City of Fayetteville, Arkansas Utility Relocations for I-49/15th Street Interchange ARDOT Job 040846 (Utilities) SECTION 00400— BID FORK-1 (continued) 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on _ fl ( % . 20-73 Arkansas State Contractor License No. 60 J J YI If Bidder is: An Individual Name (type or printed): By: Doing business as: Business address: Phone No: Email Address: A Partnership Partnership Name By: Name (type or printed): Business address: No. Phone No: Fax No. Email Address: L) (SEAL) Hawkins -Weir Engineers, Inc. HWET Project No. 2022129 00400 Bid Form 00400-10 September 2023 City of Fayetteville, Arkansas Utility Relocations for 1-49/15th Street Interchange ARDOT Job 040846 (Utilities) SECTION 00400— BID FORM (continued) A Corporation or Corporate entityincluding Limited Liability Company (LLC) Corporation Name : a("5 (SEAL) State of Incorporation:. A1/'�OWIS6L_5 Type (General Business, Professional, Service, Limited Liability): By: e<6 Name (type or printed): "4a T Title: TeS (CORPORATE SE Attest: 2 Business address: Pa 13 oK_ 0 0 Viam 8u xw. Ar. -?2 Sb Phone No: Fax No. zI -?� - q11 -Qq l 2- Email Address: _L_d C41 �broft�y� . onAv -f rgd-i bii Tax ID No: -i_- 8 $o b END OF DOCUMENT 00400 Hawkins -Weir Engineers, Inc. HWET Project No. 2022129 00400 Bid Form 00400-1 1 September 2023 City of Fayetteville, Arkansas Hawkins -Weir Engineers, Inc. Utility Relocations for 1-49/15" Street Interchange HWEI Project No. 2022129 ARDOT Job 040846 (Utilities) SECTION 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: Utility Relocations for I-49/15t" Street Interchange Bid 23-44, Construction Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Dcsi,_,natc A\� or f 05 iot\ &w4ro( o �e Subcontractor's Name and Address rytV,n0 +r0,(. Sak{, am) S,C'• Po. 8(3x %5 , Cwtw-11,0 7283 3 b.C. 114&1-1 6A5YUCFinn Expected Percentage -2\0 35 1' IM54A 4 Valley "Q, V6 6afm -/W% NOTE: This form must be submitted in accordance with the Instructions to Bidders. �aJ a cso Bidder's name (type or print) 4101 Bidder's name (signature) 11 (7j2,3 Date END OF SECTION 00430 or Value . 5 %v 00430 List of Subcontractors 00430-1 October 2023 License No. 0055490324 ID #6997 State of Arkansas Commercial Contractors Licensing Board BROTHERS CONSTRUCTION, INC. PO BOX 1763 VAN BUREN, AR 72957 BROTHERS CONSTRUCTION, INC This is to Certify That is dul'r licensed'ander the provisions of Ark. Code Ann. R. 17-25- A�� et. se^y. uS 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 hid limit. from April14.2023 until ]March 31. 2024 When this Certificate expires. 11 ifpw�v our hands oL rhe Board, doted ut North Little Rock. .lrkansa.s' 6 CHAIRMAN SECRETARY April 14, 2023 - dsa 4/5/23, 11:45 AM Arkansas Secretary of State Search Incorporations, Coon-Cl- I c,, 13a11l.; and I_n5tn-arice C 0t»panics This is only a preliminary; search and no guarantee that a name is a,,ailable for initial riling until a confirmation has been received ",rim the Secretary w State arter filing has been processed Please reVie-N our �:_ _ i .=i prior to searching for a na,,v entity name, - _ .. LLC Member information is now confidential per Act 865 of 2007 Use your browser's back button to return to the Search Results Begin New Search For service of process contact the 3: air 4 Corporation Name BROTHERS CONSTRUCTION, INC. Fictitious Names Filing # 100157004 Filing Type For Profit Corporation Filed under Act Dom Bus Corp; 958 of 1987 Status Good Standing Principal Address P.O. BOX 1763 VAN BUREN, AR 72957 Reg. Agent TERRY W. MOONEY Agent Address 3918 EAST POINTER TRAIL VAN BUREN, AR 72957 Date Filed 03/12/1998 Officers SEE FILE, Incorporator/Organizer FCA, CPAS PLLC, Tax Preparer TERRY WAYNE MOONEY , President MICHAELTODD MOONEY , Secretary Foreign Name N/A Foreign Address State of Origin N/A Purchase a Certificate of Good P-1%i Fra),-icnisa Tax f o f this cop i,,oa a_ic,t Standing for this Entity https://www.sos.arkansas.gov/corps/search_corps.php?DETAIL=157765&corp_type_id=&corp_name=&agent_search=&agent_city=&agent_state=&fili... 1 /1 CONSTRUCTION November 7, 2023 City of Fayetteville, AR 113 West Mountain Street Fayetteville, AR 72701 RE: 1-49 & 15th Street Interchange Bid 23-44 To Whom It May Concern: Brothers Construction was established in 1994 by two brothers, Terry & Todd Mooney. Approximately 4 years later, in 1998, the business incorporated to become Brothers Construction, Inc. We are an "S Corp" in the State of Arkansas and our Contractors License number is 0055490324. For over 29 years, Brothers Construction has strived to provide a safe workplace, perform quality work, and always put our customers' satisfaction first. The company's focus is municipal & utility construction, as indicated by our work on hand as well as our recently completed projects. We are also equipped to do site prep, subdivisions as well as heavy hauling. Brothers Construction, Inc. has never failed to complete any work and has never defaulted on any contract. The officers are Terry Mooney, President, with over 40 years of utility experience, overseeing daily operations in the field. Todd Mooney, Secretary, with over 35 years of experience in estimating & project management. Here are a few examples of our experienced field staff: Josh Lamance- Job Supervisor- 22 years of experience with Brothers Construction Bill Collins- Lowboy Driver with 20 years of experience Christopher Scrivner- Job Supervisor with 15 years of experience Robert Hall- Job Supervisor with 40 years of experience Ed Chaney- Job Supervisor with 32 years of experience Skip Howard- Safety Director (OSHA Trainer) 6 years of experience with Brothers Construction Our main banking references are Citizens Bank & Trust in Van Buren, Joe Ryan, at 479-410-5213 and Relyance Bank in Little Rock, David Straessle, at 501-404-3458 extension 2174. Our bonding agent is Marty Clark with BHC Insurance at 479-452-4000 and our surety company is Travelers Casualty & Surety Company of America, providing us with a $40,000,000 aggregate. PO BOX 1763 VAN BUREN, AR 72957 OFFICE: (479) 474-5716 • FAX (479) 471-9912 www. brothers. construction Current work Prairie Grove Downtown Bond $4,450,184 (estimated start date 11/2023) City of Prairie Grove 479-846-3038 City of Rogers, 13th Street & Popular $8730,562 (estimated start date 11/2023) CEI Engineering Associates Inc. Bentonville, AR 800-433-4173 City of Bentonville SW 28th Street- $5,214,213 (estimated start date 11/2023) APAC Central, Inc. 755 E Millsap Rd. Fayetteville, AR 479-587-3300 City of Elkins Sanitary Sewer Capacity Improvements $6,944,410 (estimated completion 6/2024) Garver -Chris Buntin 479-527-9100 Cave Springs Force Main & Lift Station $10,727,495 (estimated completion 7/2024) McClelland Engineers -Nick Batker 479-443-2377 Heights Interceptor Sewer $2,017,036 (estimated completion 11/2023) Springdale Water Utilities Rick Pulvirenti, PE 479-751-5751 88CC Chad Colley Blvd Fort Smith $2,273,867 (estimated completion 11/2023) Meadows Properties- Jim Phelan 479-478-6788 Cobblestone $4,399,922 (estimated completion 12/2023) Fayetteville Housing Partners- Crafton Tull -Taylor Lindley 479-636-4838 Dixieland South/Crossland $2,150,670 (estimated completion 11/2023) Crossland Heavy Contractors- Jason Necessary 479-347-7960 Sisters Place Fort Smith $1,647,040 Estimated completion 11 /2023) Griffin Construction- Mickle Wagner Coleman- Jackson Goodwin 479-649-8484 Hazelton Utilities $651,392 (estimated completion 7/2023) Grant Garrett Excavation 501-520-5200 Wal-Mart Child Card $500,433 (estimated completion 11/2023) ARCO Excavation -Tony White 479-451-8000 HarBer Ave. Extension $2,003,355 Estimated completion 11/2023) Crossland Heavy Contractors -Jason Necessary 479-347-7960 Uptown -Oak Flyovers City of Rogers $1,491,388 (estimated completion 12/2023) Crossland Heavy Contractors-Holten Elmore 620-429-1410 City of Poteau Sanitary Sewer East Interceptor $2,782,525 (estimated start date 11/2023) City of Poteau Oklahoma-WDB Engineers- David Wyatt 405-741-7090 The Retreat at Fayetteville- water & sewer $1,091,390 (estimated completion 11/2023) ARCO Excavation & Paving- Derek Espolt 479-451-8000 Lumen (Westwood Village) Apartments Bentonville, AR -Site & Utilities $1,330,345 Conco, Inc — Rob Davis 316-943-7111 (estimated completion 12/2023) Completed Projects Reserves at Bentonville Apartments LLC-Site & Utilities $3,119,192 Norris Service & Construction, Inc.-Tori Osborne 479-651-8078 (completed 8/2023) Gene George South Phase 1- Street/Road & Utilities $4,247,971 City of Springdale- Garver/Seth Yancey 501-537-33283 (completed 7/2023) Ebbing Place Phase II $2,057,635 (completed 6/2023) Barling Place LLC -CMC Asset Management-479-242-1267 Southwest Basin Sewer Improvements $1,692,050 City of Centerton- Jeff Dehnhardt 479-751-8733 (completed 2022) Mayo Drive Water Improvements $835,628 City of Barling, AR -Danny Byrd 479-452-1550 (completed 2022) Fairway 15 Village Fort Smith, AR- Subdivision $800,608 Mickle Wagner Coleman -Jackson Goodwin 479-649-8484 (completed 2022) Fort Smith Nursing- Site work & Utilities $2,333,091 Rick Mooney Construction 479-929-5577 (completed 2022) Allen's Mill- Site & Utilities $3,985,547 Buffington Homes- Anna Traylor 479-251-1106 (completed 2022) Pure Springdale- Site work & Utilities $1,885,938 ERC Construction Group- 479-452-9950 (completed 2023) Mountainview at Prairie Grove- Site work & Utilities $5,229,000 PG Three Amigos, LLC- Karen Parker 479-466-7254 (completed 2022) Providence Village Ph 3- Site work & Utilities $2,031,064 Rausch Coleman- Ben Kennedy 479-455-9090 (completed 2022) The Peaks Ph 2- Site & Utilities $1,691,973 Ridge Construction LLC/ Coty Allen 501-479-8143 (completed 2022) Hampton Place- Site work & utilities $2,978,265 Rick Mooney Construction 479-929-5577 (completed 10/2021) Crystal Springs- Utilities $2,219,583 Rausch Coleman- Ben Kennedy 479-455-9090 (completed 3/2022) City of Bentonville- Nomad Sewer included 5708 LF of 24" Sewer $1,602,875 CEI- Nate Bachelor 479-254-1591 (completed 8/2021) Stone Ridge in Fort Smith- Site work & Utilities $1,689,717 Crafton Tulll — Connor Threet & Taylor Lindley 479-636-4838 (completed 8/2021) Park Meadows Phase 3- Utilities $1,104,986 Rausch Coleman- Ben Kennedy 479-455-9090 (completed 1/2022) Magnolia Park- Site work & Utilities $4,489,885 Buffington Homes- Anna Traylor 479-251-1106 Engineer: Joseph Fifer, Crafton Tull 501-878-2406 (completed 3/2022) Riverwalk Phase 3 Fayetteville- Site work & Utilities $1,721,830 Riggins Construction 479-582-9597 (completed 2/2021) Morningside Estates Ph 3 - Utilities $1,568,990 Rausch Coleman -Ben Kennedy 479-455-9090 (completed) Uptown Square Apartments Rogers, AR site work & utilities $1,520,195 MBA Construction Indianapolis, IN (completed 2022) Pinnacle Grove- Utilities $652,346 ARCO Excavation & Paving 479-451-8000 (completed) Hawthorn Heights - site work & all utilities $3,559,592 Rick Mooney Construction 479-929-5577 (completed) Providence Village 2- Utilities $1,139,317 Rausch Coleman -Ben Kennedy 479-455-9090 (completed) The Pointe Phase II Bentonville, AR- site work, water, sewer & drainage $1,430,342 Ridge Construction- Rick McReynolds 501-758-0050 (completed) City of Centerton Sanitary Sewer Improvements included 1770 24" Sewer $2,885,102 ESI, Inc. Mark Johnson 479-751-8733 (completed 2/21) Park Meadow- water, sewer & drainage $943,398 Rausch Coleman Ben Kennedy 479-455-9090 Engineer- Crafton Tull 479-636-4838 (completed 5/2020) Belle Mead- site work & utilities (subdivision) $1,218,915 Brothers Investment Properties (completed 2/2020) Downtown Springdale Sanitary Sewer Improvements $2,136,375.00 ESI, Inc. Jonathan Strain P.E. 479-751-8733 (completed 1/15/2020) The Peaks at Springdale- site work and all utilities $518,884.00 Ridge Construction LLC/ Coty Allen 501-479-8143 (completed 10/2019) Tyson Heights Phase II Springdale, AR $368,610.00 water & drainage Rausch Coleman Homes LLC 479-472-4663 (completed 7/2019) Preston Park in Bentonville, AR $3,172,538.00 site work & all utilities Buffington Homes/Anna Traylor 479-251-1106 (completed 11/2019) Heritage Village at Chaffee Crossing Fort Smith, AR $1,222,213 site work & utilities Meadows Construction/Jim Meadows 479-478-6788 (completed 11/2019) Fuller Estates in Fort Smith, AR $445,723.00 site work, streets & all utilities Charles Palmer/owner 918-671-9246 (completed 7/2019) Offsite Heritage Village water & sewer Improvements $ 334,395.00 Mickle Wagner Coleman/ Pat Mickle 479-649-8484 (completed 6/2019) Hwy 412 Bypass Gravity Sewer Extension, City of Tontitown $393,938.00 Garver, LLC/Chris Buntin P.E. 479-527-9100 (completed 5/2019) Van Buren Municipal Utilities Sanitary Sewer Improvements $588,868.00 Hawkins Weir Engineers/Josh Durham 474-1227 (completed 5/2019) Allen's Mill at Cave Springs, AR $3,241,579 site work & all utilities Buffington Homes/Anna Traylor 479-251-1106 (completed 5/2019) Grand Retirement in Fayetteville, AR $3,410,257 site work & all utilities Rick Mooney Construction (GC) 479-929-5577 (completed 4/2019) Red Barn in Bentonville, AR $538,214 water & sewer Crossland Construction- Tom Keller 479-464-7077 (completed 10/2018) City of Bentonville- 8th Street Water & Sewer Relocate $1,679,167.00 USI Consulting Engineers 479-872-7114 (completed 7/2018) Guyll Ridge & Dixieland Rd Waterline Replacement $578,537.00 Benton County Water District Avoca, AR Plymouth Engineering, David Gilbert P.E. 479-595-5934 (completed 6/3/2018) City of Gravette Sanitary Sewer Improvements $634,075.00 Morrison Shipley 479-273-2209 (completed 1/2018) The Mansions at Mill Creek Springdale, AR- Water & Sewer $374,148.00 ARCO Excavation 479-451-8000 (completed 10/2017) The Greens at Fort Chaffee Fort Smith, AR $780,000.00 Site Work & Utilities Meadows Construction 479-478-6788 (completed 9/2017) Emma Ave Water Improvements in Springdale, AR $1,043,691.00 Springdale Water Utilities — Rick Pulvirenti, 479-751-5751 (completed 4/20/17) Cambridge Street Utilities — Water and Sewer Improvements, $1,512, 062.00 City of Springdale — (ARCO Tony White) 479-451-8000 (completed 7/2017) Scissortail Subdivision -Sanitary sewer $875,094.00 ARCO Excavation Tony White 479-451-8000 (completed 1/31/2017) The Villas at Forest Hills in Fayetteville, AR site work & utilities $2,080,949 Morrison Shipley Engineers- Patrick Foy 479-273-2209 (completed 5/2017) Emma Avenue Sewer Rehab in Springdale, AR $1,003,241 Springdale Water Utilities- Rick Pulvirenti 479-751-5751 (completed 1/2017) City of Springdale Northern Bypass water & sewer Relocate $1,324,584 City of Springdale- Tom Talley 479-751-5751 (completed 5/3/16) I can provide a list of our major equipment and would be glad to furnish financial statements or any other information upon request. Sincerely, Todd Mooney Brothers Construction, Inc. Bid 23-44, Addendum 1 CITY OF IV FAYETTEVILLE Date: Tuesday, October 31, 2023 A R K A N S A S To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-44, Construction — MLK Interchange Utility Relocations (15th Street), Phase 1 This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERSSHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNA TED LOCATION ON THE BID FORM. 1. A non -mandatory Pre -Bid meeting was held in Room #111 of Fayetteville City Hall on Thursday, October 12, 2023 at 3:00 PM. The sign -in sheet of attendees and meeting summary are also attached to this addendum for disclosure to all interested parties (see Attachment A). a. Attendees: i. City of Fayetteville: 1. Amanda Beilfuss, Sr. Purchasing Agent 2. Kenny Fitch, Purchasing Agent 3. Corey Granderson, Utilities Engineer 4. Robert Lancaster, W/S Field Maintenance Supervisor 5. Oren Noble, Hawkins -Weir Engineers, Inc. 6. Zachary Johnson, Hawkins -Weir Engineers, Inc. 7. Josh Durham, Hawkins -Weir Engineers, Inc. ii. Vendors: 1. Goins Enterprises 2. KAJACS 3. Privcon Developments Inc. 2. Specifications: The following are changes/additions to the Detailed Specifications: a. SPECIFICATIONS —SECTION 01010, SPECIAL CONDITIONS i. Add the following paragraph to Section 1.03 AMERICAN MADE MATERIALS after paragraph A, to read as follows: B. The attached Arkansas Department of Transportation Special Provision for BUY AMERICA— CONSTRUCTION MATERIALS shall be included by reference in the Specifications under this section (see Attachment B). ii. Add the following paragraphs to Section 1.07 TECHNICAL DATA after paragraph A to read as follows: B. The attached soil boring logs are included with this addendum for review in accordance with the caveats identified in the Specifications (see Attachment Q. C i r v o f F a v e t t e v i I I e, A R B i d )_ 3 -4 4, A.d d e n d u rr 1 Page 13 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 b. SECTION 02517 — POLYVINYL CHLORIDE (PVC) PRESSURE PIPE i. Add the following paragraph to Section 2.01 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS after paragraph K to read as follows: L. The specified 18-inch water main pipe shall be Certa Lok RJIB DR 18 or approved equal. c. SECTION 02531—SANITARY SEWER MANHOLES, FRAMES, AND COVERS i. Add the following paragraph to Section 2.04 ANTIMICROBIAL CONCRETE ADMIXTURE after paragraph B to read as follows: C. The combined use of Penetron Admix SB and Penetron BioMIC solutions AEM5772 is an approved alternative. d. SECTION 02682 — BYPASS PUMPING OF SANITARY SEWER i. SPECIFICATION SECTION 02682, BYPASS PUMPING OF SANITARY SEWER, is added in its entirety, and should be used in the preparation of bid (see Attachment D). 3. Plan Sheets: The following are changes/additions to the Plan Sheets/Drawings: a. DRAWINGS —SHEET 2, GENERAL CONSTRUCTION NOTES i. Revise Item 22 of the General Notes — Miscellaneous to read as follows: 1. The contractor shall complete the relocation of the water and sewer under 151h Street from Right of Way to Right of Way. Due to ARDOT's schedule, the contractor may be required to work on both the water and sanitary sewer relocation at the same time. b. DRAWINGS —SHEET 4, WATERLINE PLAN AND PROFILE STA 0+80 TO 6+00, and SHEET 7, WATER LINE PLAN AND PROFILE STA 16+00 TO END, see Attachment E for revised details: i. See attached Attachment E for the revised connection of the proposed 18-inch water main to the existing 24-inch water main. The proposed 18-inch connection to the existing 24- inch water main shall include a 24" X 18" reducer. The weight for this fitting was included in the Ductile Iron Fittings bid item. c. DRAWINGS — SHEET 18, MISCELLANEOUS DETAILS V, see Attachment F for revised details: i. See Attachment F of this addendum for the revised carrier and casing sizes table in the encasement pipe detail C502. The table references 0.500 casing wall thickness for a 36-inch encasement. The casing wall thickness for 36-inch encasement for this project shall be 0.625 wall thickness. 4. Questions: The following questions were received and have been answered by the responsible department: a. Question: Are there any geo reports available? i. Answer: Yes, please see the reports attached to this addendum. City of Fayetteville, AR Bid 2 3 -44, Addendum. 1 Page 213 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 b. Question: Regarding Line Item #11, is there a reason it's listed as a lump sum quantity and not priced by the cubic yard? i. Answer: This was intentional. Bidder may go to the site and look at town branch, conduct spot digs if so desired, review soil borings, and conduct drilling if they so choose to. The bidder can calculate the quantity of rock, size of machinery (equipment), labor, and profit for the lump sum bid item. 5. Clarifications: a. Access to parking during construction is available at 15th Street and Futrall Drive. Contractor shall not use Best Western's parking lot for parking or access. 6. Addendum Attachments: a. Attachment A: Pre -Bid Sign -In Sheet and Summary b. Attachment B: ARDOT Special Provision — Build America Buy America c. Attachment C: Soil Boring Logs d. Attachment D: Section 02682 — Bypass Pumping of Sanitary Sewer e. Attachment E: Plan/Drawing Sheet 4 & 7 f. Attachment F: Plan/Drawing Sheet 18 City of F a y e t t e v i l le, AR Bid 2 3- 4 4, Addendum 1 Page 313 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Bid 23-44, Addendum 2 Date: Wednesday, November 1, 2023 To: All Prospective Vendors CITY OF W;M FAYETTEVILLE ARKANSAS From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.p_ov RE: Bid 23-44, Construction — MLK Interchange Utility Relocations (15th Street), Phase 1 This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCH TION ON THE BID FORM. 1. Specifications: The following are changes/additions to the Detailed Specifications: a. SPECIFICATIONS —SECTION 00400, BID FORM (pages 27-38 of Project Manual) i. The revised Bid Form shall replace the original Bid Form in its entirety (see Attachment A of this addendum). b. SPECIFICATIONS —SECTION 01271, MEASUREMENT AND PAYMENT (pages 149-170 of Project Manual) i. The revised Measurement and Payment shall replace the original Measurement and Payment in its entirety (see Attachment B of this addendum). 2. Line Item Pricing: There have been edits and additions made to the Line Item Pricing. Also, please advise, the order of the Line Items has also been adjusted. Please refer to the 'Line Items' tab on the online bidding portal for these revisions. 3. Addendum Attachments: a. Attachment A: Revised SECTION 00400, BID FORM b. Attachment B: Revised SECTION 01271, MEASUREMENT AND PAYMENT C i t y o f F a y e t t e v i l l e, A R B d 2 3 - 4 4 , A, d d e n d u m 2 a t e 1 I 1 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Amendment No. 1 to the Engineering Services Agreement for Gravity Sewer Upgrade Associated with Greenland Sewer to Fayetteville Project Date: WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. (ENGINEER) entered into an Agreement for Professional Engineering Services (AGREEMENT) on March 14, 2022; and, WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional services outside of the scope of the AGREEMENT. NOW THEREFORE, the following modifications will be made to the AGREEMENT to include the additional services requested: MODIFICATIONS: 1. Section 2.1.1 —the additional scope of services are included in the attached Appendix "A-1 ". 2. Section 5.1 — the maximum not -to -exceed amount is increased from $33,480.00 to $81,480.00. Modifications to compensation are included in the attached Appendix "A-2". IN WITNESS WHEREOF, the parties execute this Amendment No. 1, to be effective on the date set out above. McClelland Consulting Engineers, Inc Nicholas R. Batker, P.E. Senior Associate City of Fayetteville, Arkansas mm Mayor Lioneld Jordan APPENDIX A-1 -SCOPE OF ADDITIONAL SERVICES AMENDMENT NO. 1 TO THE ENGINEERING SERVICES AGREEMENT FOR THE 12-INCH GRAVITY SEWER UPGRADE ASSOCIATED WITH THE GREENLAND SEWER TO FAYETTEVILLE PROJECT 1.0 General The scope of additional services includes construction administration and construction observation services for the referenced project, which consists of approximately 1,900 linear feet of 18-inch gravity sewer, manholes and associated tie-in to Lift Station No. 16. This new 18-inch gravity sewer will replace the existing 12-inch gravity sewer and will provide the necessary capacity to handle sewer flows from the Greenland Sewer to Fayetteville Project. Construction is anticipated to commence in early 2024. 2.0 Basic Services 2.1 Construction Administration Construction administration services are generally included in the ENGINEER's contract with the City of Greenland for the Greenland Sewer to Fayetteville Project. However, the following items are specifically related to the 18-inch gravity sewer main and are included in this scope of work with the CITY OF FAYETTEVILLE: • Review Contractor's submittals related to the 18-inch gravity sewer main; • Review Contractor's Requests for Information (RFIs) related to the 18-inch gravity sewer main and issue clarifications as required; • Conduct final inspection for the 18-inch gravity sewer main with the CITY OF FAYETTEVILLE, and develop a punch list of outstanding items; and • Prepare record drawings of the 18-inch gravity sewer main based upon information furnished by the Contractor and field representatives, and provide to CITY OF FAYETTEVILLE in AutoCAD and PDF format. 2.2 Construction Observation • Provide a field representative to perform comprehensive construction observation services. Field representative shall provide weekly updates to the CITY OF FAYETTEVILLE on construction progress and any issues that may arise. • It is estimated that the level of observation required by the ENGINEER to provide comprehensive services will equate to an average of 30 hours per week for the duration of the construction activities associated with the 18-inch gravity sewer main. The construction duration of the 18-inch gravity sewer main is estimated to be 90 calendar days. Appendix A-1 — Scope of Additional Services Page 1 of 2 12-Inch Gravity Main Upsize 3.0 Compensation In consideration of the performance of the foregoing services by the ENGINEER, the CITY OF FAYETTEVILLE will compensate the ENGINEER as follows: 3.1 Compensation will be paid to the ENGINEER on the basis of ENGINEER's standard hourly rates in effect at the time the work is performed, plus reimbursable expenses. A task hour fee breakdown is provided as Appendix A-2. 3.2 The maximum not -to -exceed fee for Amendment No. 1 will be $48,000.00. 3.3 The maximum not -to -exceed total contract amount is increased from $33,480.00 to $81,480.00. Appendix A-1 — Scope of Additional Services Page 2 of 2 12-Inch Gravity Main Upsize APPENDIX A-2 City of Fayetteville - 12-inch Gravity Main Upsize Amendment No. 1 - Services During Construction Personnel Hour Fee Estimate 11/30/2023 McCLELLAND CONSULTING ENGINEERS, INC. Task Description Sr. Project Manager Project Manager Project Engineer/ Designer CAD/GIS Technician Const. Observer Extended Cost Task 2.1 - Construction Administration Review Contractor's Submittals 1.00 4.00 $750.00 Respond to RFls 2.00 8.00 $1,500.00 Final Inspection and Punch List 4.00 4.00 $1,320.00 As -Built Construction Documents 1.00 8.00 1 20.00 1 $3 5 00.00 Subtotal Labor Hours / Fee -Task 2.11 0.00 1 8.00 1 24.00 1 20.00 1 0.00 1 $7,080.00 Estimated Reimbursable Expenses/Subconsultants Mileage $20.00 Subtotal Reimbursable Expenses -Task 2.1 $20.00 Total Task 2.1 -construction Administration 0.00 8.00 24.00 20.00 0.00 $7,100.00 Task 2.2 - Construction Observation Comprehensive Field Observation Services 400.00 $40 000.00 Subtotal Labor Hours / Fee - Task 2.21 0.00 1 0.00 1 0.00 1 0.00 1 400.00 1 $40,000.00 Estimated Reimbursable Expenses/Subconsultants Mileage $900.00 Subtotal Reimbursable Expenses -Task 2.2 $900.00 Total Task 2.2 -construction Observation 0.00 0.00 0.00 0.00 400.00 $40,900.00 GRAND TOTAL AMENDMENT NO. 21 0.00 1 8.00 1 24.00 1 20.00 1 400.00 1 $48,000.00 Page 1 of 1