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