Loading...
HomeMy WebLinkAbout2006-11-02 - Agendas - Final r aye eV le WATER/SEWER COMMITTEE AGENDA Meeting Date of November 2, 2006 COMMITTEE: Chairman Kyle Cook; Alderman: Lioneld Jordan, Bobby Ferrell, Robert Reynolds COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Paul Becker, Susan Thomas, Tim Conklin, Jeremy Pate, Ron Petrie, Shan on Jones, Tom Hubbard, Peggy Bell, Allison Orcutt, Lynn Hyke FROM: David Jurgens, Water and Wastewater Director A meeting of the Fayetteville Water and Sewer Committee is planned fo ovember 2, 2006, at 5:30 PM, Room 326, Fayetteville City Hall. Proposed topics include: 1. Approval of the Minutes of the September 12 and 25 2006 Water/Sewer Committee Meetings. 2. WSIP U date. Contract I Description Contractor Cost %Complete WL-4 Gregg- Hamestring Gravity Lines Oscar Renda $10,441,319 16.50% WL-5 Force mains Hamestring-West Plant Gamey Const $ 4,752,287 99.38% WP-2 West Side WWTP Const Brasfield &Gorrie $59,994,710 23.46% WL-1&3 Porter- Hamestring& Old Wire-Gregg Oscar Renda $ 7,014,948 40.10% EP-2 Noland WWTP Renovation Archer Western $14,644,000 71.00% WL-6 Hamestring Lift Station Brasfield &Gorrie $ 6,130,000 2.70% WP-2b Wetlands Mitigation, WWTP Site Green Scaping $ 145,200 0.00% WL-2 North—Poplar-Gregg Gravity Lines T-G Excavating $ 4,413,664 0.00% Construction to begin in November, 2006. 2 Contract expected to go before the full City Council on 7 November 2006. a. Subproject WL-2, Gravity Line from North Street to.Gregg Avenue. The bid, bid tab, and contract documents are attached. The Engineer's Letter of Recommendation should be completed this week. The job includes construction of building approximately 13,860' of mostly 24- 33° gravity sewer main, and 65 manholes along Skull Creek. We received four bids on October 17: T-G Excavating, Inc. $ 4,413,664.50 (low bid) Oscar Renda 4,575,522.00 S.J. Louis 5,374,000.00 S&J Construction $ 5,830,866.91 Engineer's Estimate $ 4,595,269.00 Staff requests this item be forwarded to the full City Council for approval. b. Beaver Lake Watershed Nutrient Reduction Study. The City received two proposals for the Beaver Lake Watershed Nutrient Reduction Study on 29 September. With concurrence from Beaver Water District, we have more aggressively advertised the project and extended the proposal deadline to November 2"d in an effort to increase the pool of firms from which we can select. I have been contacted by several firms that did not submit, so I expect a much better response. c. Property Sale for Northern West Side WWTP. The required rezoning and property line adjustments are currently underway. The contract amendment, based on the final agreed upon terms of sale, is being developed. Further details will be presented at the meeting. W&S committee 190ct06 r' d. WSIP Administrative Assistant Position. We have hired and lost two excellent employees in this position. One of the primary reasons is that this is a contract position that gives no job security after the contract expires. Although contract positions are common in many professions, it is rare in administrative positions. I request authorization to change this employee to a normal full time employee, with the understanding that the position will go away after the WSIP project is completed. The City would then give that employee priority for interviews for other positions at similar grades. e. WSIP Farmington Area Work. RJN West Side Contract Amendment is attached. This amendment covers final design and construction inspection for WSIP subprojects WL-10 (13,300' of 24" gravity transmission line), WL-11 (9,700' of 18" sewer force main from the lift station to the West Side WWTP), and WL-12 (relocated lift station # 12) in Farmington. 3. Sanitary Sewer Rehabilitation Project Update. a. Basins 1-5, 18 & 19 Sewer Rehab. T-G Excavating, $2, 266,606, including change order number 1; 90.4% complete. b. 2006 STAG Grant. The 2006 State Tribal and Assistance Grant for$477,900.00 for sewer rehabilitation acceptance is complete. Signed documents were submitted to EPA Region 6 on 3 October. c. Farmington Area. Final design is 95% complete; draft plans and the preliminary design report are to be submitted to the City, Arkansas Natural Resources Commission, and the Arkansas Department of Health and Human Services by 15 November. Construction is expected to bid in February. d. Insituform Term Contract Renewal. The contract amendment for the 2006 work is in the City Council packet for the 7 October meeting. e. Sanitary Sewer Rehabilitation Long Range Plan. The schedule for the next three years sewer rehabilitation work is being developed, and will be presented to the Water/Sewer Committee in the next two months. 4. 36"Water Transmission Line. The project consists of the installation of facilities to provide the City the capability to detect and isolate major breaks in the 36 inch pipeline between Joyce Road and Mission Boulevard. This construction includes the installation of concrete vaults, pressure sustaining valves, electric actuators on existing 36 inch butterfly valves, a flow meter, and associated electrical and instrumentation devices at five locations along the existing 36 and 42 inch transmission mains from Beaver Water District. In an effort to reduce costs, some work is being performed by in-house crews in preparation for and during the contractor's work periods. The City received three bids on October 12. Alpha Utilities, Inc. $ 1,185,000.00 (low bid) Hunco Builders, Inc. $ 1,197,750.00 J L Bryson, Inc. $ 1,207,700.00 Engineer's Estimate $ 1,200,676.00 Black and Veatch, the Engineer, has thoroughly investigated Alpha Utilities and recommends they be awarded the contract. They further recommend that we negotiate with Alpha regarding the per foot cost of the pipe. As previously discussed, there will be a budget adjustment coming forward with this contract. The amount of the budget adjustment is estimated below. This is less than the $675,000 adjustment we were expecting. Alpha Utilities, Inc. Contract $ 1,185,000.00 (low bid) 4% Contingency $ 47,000.00 Water/Sewer Materials $ 47.677 02 Total Cost $ 1,279,677.02 Existing Budget $ 653A80.00 Approximate Budget Adjustment $ 626,197.02 W&S committee I90ctO6 i' Staff requests this item be forwarded to the full City Council for approval. 5. Water Transmission Surae Tank Painting. Project underway. When sandblasting the floor of the tank, it appears a more structural repair such as welding steel plates etc., may be required, rather than the painting that was bid. Staff is reviewing alternatives. 6. OMI 2007 Contract Amendment. The OMI contract amendment for 2007 is attached and can be discussed in detail at the meeting. 7. Mt. Sequoyah Pressure Plane Water Storage Tank. This project involves increasing the water storage capacity on the Mt. Sequoyah pressure plane, and needs to move forward. In July, 2005, a preliminary engineering report of alternatives was performed by McClelland Consulting Engineers (text attached). The Arkansas Department of Health identified that our current water storage of 250,000 gallons is approximately 25% of what is needed, and that "additional storage needs to be constructed." As this tank will service some of the very highest areas of the City, there are very few locations that will meet the elevation requirements to provide adequate pressure and that will match the pressure provided by the existing tank on the top of Mt. Sequoyah. The Preliminary Engineering Report identified possible locations and cost estimates for each, as shown below. These estimates include a 30% Engineering and contingency cost, but need to be updated based on current construction costs and did not include a $450,000 water lift station that has to be installed no matter which alternative is selected. Hyland Park Lot $ 1,572,870 Beside Existing Mt. Sequoyah Tank $ 3,416,045 South End of Crest Drive $ 3,011,530 Behind Hyland Park Tennis Cout $ 1,734,400 There is currently$978,548 in the budget. Several developments have contributed land, piping, and easements to assist in this project. Staff proposes that the balance of the project be funded with water impact fees. 8. Rom Orchard/Old Wire Road Development City Water and Sewer Connection. The developer of this area is appealing to the City to tie to the Cuity's water and sewer systems, even though he has secured approval to insall a decentralized sewer system. He is proposing significant improvements to both systems at his expense. He would consider annexation. Further discussion will occur at the meeting. 9. Scheduling the Next Water/Sewer Committee Meeting. Staff recommends the next W/S Committee meeting be scheduled at 4:30 Thursday, November 30, 2006 in room 326. Attachments: RJN WSIP West Side Contract Amendment 36"Water Line Packet OMI Contract Amendment Mt. Sequoyah Pressure Plane Water Storage Preliminary Engineering Report Arkansas Department of Health Letter Concerning Mt. Sequoyah Pressure Plane Water Storage W&S committee 190ct06 ® BLACK & VEATCH building a world of difference=s ENERG'! WATER INFORMATION GOVERNMENT is City of Fayetteville, Arkansas B&V Project 140760 36-inch and 42-inch Water Transmission B&V File B-1.1 Main :Modifications October 31 2006 City Contract 03018 Mr. David Jurgens Director of Water and Wastewater c: 1 l3 West Mountain Street '-: Fayetteville. Arkansas 72701 i Subject: Bid Results and Recommendation Dear Mr. Jurgens: Bids were received and opened on October 12, 2006 at the City of Fayetteville City Hall, for the above mentioned project. The following is a list of the contractor lump sum bids. Lump Sum Bid Alpha Utilities, Inc. $1,185,000 Hunco Builders, Inc. $1,197,750 J.L. Bryson, Inc. $1,207,700 The low bid was submitted by Alpha Utilities, Inc. for$1,185.000. The Engineer's Opinion of Probable Cost was $1,200.000. A Bid Tabulation is attached. Alpha Utilities, Inc. provided information about their firm, their experience and proposed project team. Alpha Utilities, Inc. proposes the following project team: • Jett Harris— President, 15 _years of management experience, 2 years of experience in this role. • Randall Johnson—Chief Estimator and Project Manager. 44 years of construction experience. 2 ,years of experience in this role. • Elden Pendergass—General Superintendent, 17 years of heavy construction management experience, 2 years of experience in this role. i Black Jcatch Corporaven•8400 Ward Parkvag-PG.Box 8405.Kansas City,MU 54114 USA.•Telephone 9134582000 s Page 2 Mr. David,lurgens B&V Project 140760 City of Fayetteville, Arkansas B&V File B-1.1 City Contract 03018 October 31. 2006 We have contacted four(4)references from the projected performed by Alpha Utilities. The projects ranged in price from 240,000 to 850,000. We also have contacted three (3) reference for the staff assigned to the project. The projects ranged in price from 424.000 to I million. The owners interviewed were satisfied with the work that Alpha Utilities, Inc. and the staff assigned had performed and commented that Alpha Utilities.Inc. maintained their schedule, were professional and communicated well. The financial standing and recent safety history has been thoroughly reviewed and Alpha Utilities has addressed our concerns. Alpha Utilities has only been in business two years and therefore has a Workman's Compensation Experience Modifier Factor of 1.0. Alpha Utilities also has a OSHA citation for improper trench sloping. This was a non-injury citation and was corrected immediately. The financial statement reflects management decision to purchase equipment. This equipment is currently owned by Alpha Utilities and can be put up if cash is needed by the fine. A financial statement and example safety program has been attached for Alpha Utilities. Alpha Utilities, Inc.has completed and submitted a"Bidder's Qualification Statement'. The form has been included for your information and review. We recommend that City Contract 03018 be awarded to Alpha Utilities, Inc. for$1,185,000. We are recommending negotiating the price of the pipe listed for the change order. 7' he price appears to be high and the Alpha Utilities has agreed to negotiate the unit price of the pipe. We would recommend doing this prior to the execution of the contract documents. If you have any questions or comments regarding the above information, call me at (9 3)458- 331 or Katie Funderburk at (913)458-3147. Very Truly Yours, WBI. CKVEATCli CORPORATION r Jonn J. Pruss j Project Manager F„nclosures: 5 copies of the following Bid Tabulation Agreement Bid Documents Project Team hist Financial Statement cc: Shannon .tones, City of Fayetteville, Arkansas File . . . . . . . . � a > 9 § \ q ! § \ § a j � ( \ ; $C _ \ � ( � � t � k $ \ / - $ � | � 0 O \ � ^ \ Section 00500 AGREEMENT THIS AGREEMENT is by and between the City of Fayetteville (herein called City of Fayetteville) and Alpha Utilities, Inc. (herein called Alpha Utilities). City of Fayetteville and Alpha Utilities, in consideration of the mutual covenants herein set forth, agree as follows: ARTICLE 1 —WORK. 1.01 Alpha Utilities shall complete all Work as specified or indicated in the Contract Documents based on the acceptance by City of Fayetteville of Alpha Utilities's Bid. The Work is generally described as follows: The Work covered by this Contract will consist of the installation of facilities to provide the City the capability to detect and isolate major breaks in the 36 inch pipeline between Joyce Road and Mission Boulevard. This construction includes the installation of concrete vaults, pressure sustaining valves, electric actuators on existing 36 inch butterfly valves, a flowmeter, and associated electrical and instrumentation devices at five locations ;< along the existing 36 and 42 inch transmission mains from Beaver Water District. ARTICLE 2 — ENGINEER. 2.01. The Project has been designed by Black &Veatch Corporation, 8400 Ward Parkway, mailing address P.O. Box 8405, Kansas City, Missouri 64114, who is _ referred to in the Contract Documents as Black & Veatch. Black & Veatch, and its duly authorized agents, are to act as City of Fayetteville's representatives, assume all duties and responsibilities, and have the rights and authority assigned to Black &Veatch in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. (FAYETTEVILLE,AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -1- (PN 140760) .................. ARTICLE 3 — CONTRACT TIMES, LIQUIDATED DAMAGES, DELAYS AND DAMAGES, DELAY COMPENSATION. 3.01. Time of the Essence. A. All time limits for Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract, 3.02. Contract Times. A. The Contract Times shall be as indicated in the Alpha Utilities's Bid. The Work shall be substantially completed within the number of days indicated in the Alpha Utilities's Bid after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07.13 of the General Conditions within the number of days indicated in the Alpha Utilities's Bid after the date when the Contract Times commence to run. B. Alpha Utilities shall only be allowed to work on the transmission mains from October I through May 1. 3.03. Liquidated Damages. A. City of Fayetteville and Alpha Utilities recognize that time is of the essence of this Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions.. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Alpha Utilities agree that as liquidated damages for delay (but not as a penalty) Alpha Utilities shall pay City of Fayetteville $1,000.00 for each day that expires after the time specified in Paragraph 3.02 for Substantial Completion until the Work is substantially completed, After Substantial Completion, if Alpha Utilities shall neglect, refuse, or fail to complete the remaining Work within the Contract Times or any proper extension thereof granted by City of Fayetteville, Alpha Utilities shall pay City of Fayetteville $500.00 for each day that expires after the time specified in Paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. B. The liquidated damages set forth herein shall not be accumulative. If Substantial Completion of the Work is not met within the time specified for final completion of all Work, the liquidated damages shall continue to be at the rate or rates specified for default on Substantial Completion until Substantial Completion (FAYETTEVILLE, AR) 00500 (TRANSMISSION MAIN MODIFICATIONS) -2- 10/31/06 (PN 140760) is attained. If the Work is not then finally completed, the rate or rates specified for default on final completion shall apply until final completion is attained. C. City of Fayetteville shall have the right to deduct the liquidated damages from any money in its hands, otherwise due, or to become due, to Alpha Utilities, or to initiate applicable dispute resolution procedures and to recover liquidated damages for nonperformance of this Contract within the time stipulated. 3.04. Delays and Damages. A. In the event Alpha Utilities is delayed in the prosecution and completion of the Work because of any delays caused by City of Fayetteville or Black & Veatch and, except as set forth in Paragraph 4.01 of the General Conditions, Alpha Utilities shall have no claim against City of Fayetteville or Black & Veatch for damages or contract adjustment other than an extension of the Contract Times and the waiving of liquidated damages during the period occasioned by the delay. ARTICLE 4— CONTRACT PRICE. 4.01. City of Fayetteville shall pay Alpha Utilities in current funds, for completion of the Work designated in Article 1 in accordance with the Contract Documents, a Lump Sum amount of: One Million One Hundred Eighty-Five Thousand Dollars and ($ 1,185,000 ) no cents. (words) (figures) as indicated in Alpha Utilities's Bid. ARTICLE 5— PAYMENT PROCEDURES. 5.01. Submittal and Processing of Payments. A. Alpha Utilities shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Black &Veatch as provided in the General Conditions, 5.02. Progress Payments; Retainage. A. City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Alpha Utilities's Applications for Payment as recommended by Black & Veatch, on or about the 30th day of each month during performance of the Work. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work (FAYETTEVILLE, AR) 00500 (TRANSMISSION MAIN MODIFICATIONS) -3- 10/31/06 (PN 140760) i 3: based on the number of units completed) or, in the event there is no scheduleof values, as provided in Division 1, General Requirements. B. Prior to Substantial Completion, City of Fayetteville will retain from progress payments, less the aggregate of payments previously made and less such amounts as Black &Veatch shall determine or City of Fayetteville may withhold in accordance with Paragraph 14.02.6.5 of the General Conditions, an amount equal to the following percentages: 1. Until the Work is 50 percent completed, retainage will be 10 percent of Work completed. 2. If the Work is 50 percent completed as determined by Black & Veatch, and if the character and progress of the Work are satisfactory to City of Fayetteville and Black &Veatch, City of Fayetteville, on recommendation of Black & Veatch, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed. C. Upon Substantial Completion, City of Fayetteville may release a portion of the retainage to Alpha Utilities, retaining at all times an amount sufficient to cover the cost of the Work remaining to be completed. D. The reduction or termination of additional retainage will not be initiated at any time if the Work is behind schedule; and, subsequent to reducing retainage, the full retainage of payments authorized may be reinstated any time the Work falls behind schedule. E. Consent of the Surety shall be obtained before any retainage is paid by City of Fayetteville. Consent of the Surety, signed by an agent, must be accompanied by a certified copy of such agent's authority to act for the Surety. 5.03. Final Payment. A. Upon completion and acceptance of the Work in accordance with Paragraph 14.07.A of the General Conditions, City of Fayetteville shall pay the remainder of the Contract Price as recommended by Black &Veatch as provided in Paragraph 14.07.8. ARTICLE 6— CONTRACTOR'S REPRESENTATIONS. S 6.01. In order to induce City of Fayetteville to enter into this Agreement: Alpha Utilities makes the following representations: (FAYETTEVILLE, AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -4- (PN 140760) A. Alpha Utilities has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Alpha Utilities has visited the Sites and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Alpha Utilities is familiar with and is satisfied as to all Federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Alpha Utilities has studied all reports of explorations and tests of E' 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 (except Underground Facilities)which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. Alpha Utilities has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Alpha Utilities, including application of the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by Alpha Utilities, and safety precautions and programs incident thereto, F. Alpha Utilities does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Alpha Utilities is aware of the general nature of work to be performed by City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. i H. Alpha Utilities has correlated the information known to Alpha Utilities, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Drawings, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. (FAYETTEVILLE,AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -5- (PN 140760) F f I I. Alpha Utilities has given Black & Veatch written notice of all conflicts, errors, ambiguities, or discrepancies that Alpha Utilities has discovered in the Contract Documents, and the written resolution thereof by Black &Veatch is acceptable to Alpha Utilities. 3 J. The Contract Documents are generally sufficient to indicate and convey I understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7—CONTRACT DOCUMENTS. I A. The Contract Documents which comprise the entire agreement between City of Fayetteville and Alpha Utilities concerning the Work consist of I the following: 1. This Agreement. 2. Performance and Payment Bonds, 3. General Conditions. 4. Supplementary Conditions. 5. Specifications. 6. List of Subcontractors. 7. Drawings consisting of 17 sheets, with each sheet bearing the following general title: 36-inch and 42-inch Existing Transmission Main Pipeline Modifications Sheet titles are listed on the cover sheet. 8- Addenda 1 through 2. 9. Exhibits to this Agreement, enumerated as follows: i a. Alpha Utilities's Bid. i i b. Notice to Proceed. ; C. Documentation submitted by Alpha Utilities prior to Notice (FAYETTEVILLE, AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -6- (PN 140760) i of Award, marked Exhibit A. 10. Instrumentation Questionnaire. 11. City of Fayetteville's Forms as listed in the Table of Contents. 12. The following, which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments. b. Work Change Directives. c. Change Orders B. There are no Contract Documents other than those listed in this Article. C. The Contract Documents may be amended, modified, or supplemented only as provided in Paragraph 3.04 of the General Conditions. ARTICLE 8—MISCELLANEOUS. 8.01. Terms. A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 8.02. Assignment of Contract. A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03. Successors and Assigns. A. City of Fayetteville and Alpha Utilities each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. (FAYETTEVILLE, AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -7- (PN 140760) t ! 8.04. Severability. A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City of Fayetteville and Alpha Utilities, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. i 8.05. Business Addresses. { A. The business address of Alpha Utilities given herein is hereby designated as the place to which all notices, letters, and other communication to Alpha Utilities will be mailed or delivered. The address of City of Fayetteville appearing herein is hereby designated as the place to which all notices, letters, and other communication to City of Fayetteville shall be mailed or delivered. Either party may change its address at any time by an instrument in writing delivered to Black & Veatch and to the other party. 8.06 Changes to Contract A. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 8.07 Freedom of Information Act. i A. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.08 Interpretation. This contract must be interpreted under Arkansas Law. { i t (FAYETTEVILLE,AR) 00500 10/31/06 (TRANSMISSION MAIN MODIFICATIONS) -8- (PN 140760) IN WITNESS WHEREOF, City of Fayetteville and Alpha Utilities have signed this Agreement. One counterpart each has been delivered to City of Fayetteville, Alpha Utilities and Black & Veatch. This Agreement will be effective on City of Fayetteville: By By Title: Title: Address for giving notices Address for giving notices Approved as to Form s License No. Expiration Date Attorney for City of Fayetteville Joint Venture By Title: Address for giving notices _'s License No. Expiration Date End of Section (FAYETTEVILLE,AR) 00500 10!31/06 (TRANSMISSION MAIN MODIFICATIONS) -9- (PN 140760) EXHIBIT A .......... —. _---_—Company Name: �_—_ �_---_'---_�__^--_----_' SEALED BID ENCLOSED 36-INCH AND 42-INCH WATER TRANSMISSION MAIN MODIFICATIONS City of Fayetteville,Arkansas Attention: Purchasing Agent's Office A City Administration Building,Room 306 ob 0 113 West Mountain Street Fayetteville,Arkansas 72701 0 V9 USE INFORMATION IN DOCUMENT 00140 TO COMPLETE THE FOLLOWING: Project Name: City Project Number: � Company Address: Arkansas State General Contractor's License Number: BIDDING DOCUMENTS REQUIRE THE FOLLOWING ITEMS TO BE COMPLETED AND ENCLOSED AS APPLICABLE: LKffidder's Qualifications Statement(Section 00 140) '�YBid Form (Section 00400)with addenda acknowledged U, Bid Security as certified check, batik cashier's check, or Bid Bond(Section 004 10) � v, --t`^~````~^~~°^^`,^"".^^ ..,/v/ 91-filstrumentation and Control System Supplier Questionnaire(Section 00452) � PLEASE DIRECT QUESTIONS REGARDING BIDDING REQUIREMENTS IN WRITING TO: John Pruss Katie Funderburk,PE Black&Veatch Corporation Black&Veatch Corporation 8400 Ward Parkway OR 8400 Ward Parkway Kansas City,Missouri 64114 Kansas City, Missouri 64114 Telephone(913)458-3331 Telephone(913)458-3147 Fax(913)458-3802 Fax(913)458-3 802 �3 X-1 a 1111171 ; ; / Section 00140 BIDDER'S QUALIFICATION STATEMENT Project Name: 36-inch and 42-inch Water Transmission Main Improvements City Contract No.: 03018 Date: jD- i 2 -Otp f SUBMITTED TO: 's The City of Fayetteville, Arkansas °i 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name 2anJo II ohrlson Address 3203 Wako Principal OfficeE},Stm i t-h +R r Zq a I Corporation, partnership, individual,joint ventu e, other o r or a+10,0 Arkansas State Genera!Contractor's License Number 6I55880-401 EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 2- years and has performed work of the nature and magnitude of this Contract for 2 years. Bidder has been in business under its present name for Z years. 2. Bidder now has the following bonded projects under contract: (On a I 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.) i 3, Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer architect, name of engineer/architect contact, amount of contract, surety, # and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) (FAYETTEVILLE,AR) 00140 (TRANSMISSION MAIN MODIFICATIONS) -1- 916106 (PN 140760) 4. Has Bidder ever failed to complete any project? If so, state when,where, %t and why. Yto 5. Bidder normally performs the following work with his own forces: tJ1Gte , SCwC�, punt p stafi0n5 6. Construction experience of key individuals in the organization is as follows E (continued on attached sheets if needed):gee ot++0Ch,f6j Er t> 7. 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: _ £m 16 e.vs MQ41Aaj CasLta[ f Com an ��m usscll Rho,,ovl, (YloormaO 6!ussell _ I'•0 00X Ily7 Ft . 5Mr1h F�fz 72907 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 1 .60 FINANCIAL STATEMENT 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 I prepaid expenses). € b. Net fixed assets. c. Other assets. i d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (FAYETTEVILLE,AR) 00140 (TRANSMISSION MAIN MODIFICATIONS) -2- 9/6r06 (PN 140760) s- 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: rj0 n e Judgment Creditors Where Docketed and Date Amount a. b. $ Bidder hereby represents and warrants that all statements set forthhe rein are true and c rrect. Date: L f0 tier, t Z _ 20 0V Name of Or aniz ha 1p n (OFFICIAL SEAL) t �,II�jCh , G By Title fe9i en (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, the corporate name shall be signed, followed by the signature of a duly-authorized officer and With the corporate seal affixed.) End of Section i s r (FAYETTEVILLE,AR) 00140 (TRANSMISSION MAIN MODIFICATIONS) -3- 06/06 (PN 140760) t' Section 00400 BID FORM PROJECT IDENTIFICATION: City of Fayetteville Existing 36-inch and 42-inch Water Transmission Main Modifications I" THIS BID IS SUBMITTED TO: t 4 The City of Fayetteville,Arkansas t 113 W. Mountain Street " Fayetteville,Arkansas 72701 '< 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perfomi all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in > accordance with the other terms and conditions of the Bidding Documents. 2.01. Bidder accepts all of the terms and conditions of the Invitation to Bid and the 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, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Documents within 15 days after the date of OWNER's Notice of Award. 3.01. In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents and the following Addenda, receipt of which is hereby acknowledged. No. GBe Dated _ J2� � 13 , Z00 (o No. +tUp Dated OG+ C , ZOOjo — t No. Dated No. Dated (FAYETTEVILLE,AR) 00400 9!6106 (TRANSMISSION MAIN MODIFICATIONS) -1- (PN 140760) ................ B. Bidder has visited the Sites and become familiar with and is satisfied as to t es the general, local, and Site conditions that may affect cost, progress, and performance 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, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Sites and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Sites (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and reports and drawings of a Hazardous Environmental Condition, if any,which has been identified in the Supplementary.Conditions as provided in Paragraph 4.06 of the General Conditions E. Bidder has obtained and carefully studied(or assumes responsibility for having done so)all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Sites which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods,techniques, sequences, and procedures of construction to be employed by Bidder, including applying j the specific means, methods, techniques, sequences, and procedures of construction required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid or performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Sites that relates to the Work indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Sites, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. (FAYETTEVILLE,AR) 00400 (TRANSMISSION MAIN MODIFICATIONS) 9/6106 -2- (PN 140760) I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01. Bidder further represents that this Bid is genuine and is not made in the Interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, t` organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01. Bidder will complete the Work for the following price: Lump Sum Bid of$ 1/ 1 g S c v 0 00 If the required quantities of the items listed below are increased by Change Order due to unforeseen conditions, the adjustment unit prices named shalt apply to such quantities: Item Unit Unit Price Ductile Iron Pipe 0—20 If Ductile Iron Pipe 20—100 If $ g C)0 , 00 6.01. Bidder agrees that the Work will be substantially completed within 150 days, and completed and ready for final payment in accordance with Paragraph 14.07.6 of the General Conditions within 210 days, after the commencement of Contract Times as defined in the General Conditions. 6.02. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above. f t t (FAYE7TEVILLE,AR) 00400 9!6/06 (TRANSMISSION MAIN MODIFICATIONS) 3- (PN 140760) s 7.01. Communications concerning this Bid shall be sent to Bidder at the following address: �2f t HCArr�S f' oP>oX tDsoS Ft, SMJh , (+9 72-qo(o 8.01. The terms used in this Bid have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. i (FAYETTEVILLE,AR) 00400 9/6/06 (TRANSMISSION MAIN MODIFICATIONS) A- (PN 140760) .................. ........ ........ SIGNATURE OF BIDDER SUBMITTED on QG ki hCG12 200 (P. CONTRACTOR's Arkansas License Number 6155 % 0301 License Expiration Date J3-01 If an Individual B (signature of individual) doing business as Business address Phone No, Date If a Partnership B (firm name) (signature of general partner) Business address Phone No. Date (FAYETTEVILLE,AR) 00400 916106 (TRANSMISSION MAIN MODIFICATIONS) -5- (PN 140760) .......... ............. ........... If a Corporation B EOC (corporation name) BY—W--- (signature of authorized person) deV1 (title) Business address a co R, Gm I [V ?2-q01 Phone No. Date O 0 q� 9(Jobtr t2 zoo Ca If a JointVenture (Other party must sign below.) CONTRACTOR's Arkansas License Number LicenseExpiration Date if an Individual By (signature of individual) doing business as Business address Phone No, Date____. (FAYETTEVILLE.AR) 00400 9/6/06 (TRANSMISSION MAIN MODIFICATIONS) -6- (PN 140760) a If a Partnership By (firm name) (signature of general partner) Business address S= Phone No. Date !!Corporation Corporation By (corporation name) By (signature of authorized person) (title) Business address Phone No. Date i i (FAYETTEVILLE,AR) 00400 (TRANSMISSION MAIN MODIFICATIONS) _7_ 916106 (PN 140760) AMENDMENT NO. 14 TO AGREEMENT FOR OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES FOR TIIE CITY OF FAYETTEVILLE,ARKANSAS WASTEWATER TREATMENT PLANT THIS AMENDMENT NO. 14 to the Agreement for Operations, Maintenance and Management Services for the City of Fayetteville, Arkansas Wastewater Treatment Plant dated September 1, 1994 (the "Agreement'), made effective on the I" day of January, 2007, by and between the City of Fayetteville, Arkansas, whose address for any formal notice is 113 W. Mountain St, Fayetteville, Arkansas 72701 (hereinafter the "City") and Operations Management International, Inc., with offices at 9193 S. Jamaica Street, Suite 400, Englewood, Colorado 80112 (hereinafter "OMP) is made and entered into for purposes of amending certain provisions of the Agreement, to prevent the facilities covered by the Agreement from being deemed to be used in the trade or business of OMI pursuant to Section 141 (b) of the Internal Revenue Code of 1986, as amended. NOW THEREFORE,the City and OMI agree to amend the Agreement as follows: 1. Article 4.1 is hereby deleted in its entirety and replaced with the following Article 4.1: 4.1 For services rendered during calendar year 2007 the City of Fayetteville shall pay to OMI the actual cost of services performed plus an annualized management fee of One Hundred Thousand Five Hundred Ten Dollars and Eighty Five Cents ($105,510.85). Said fee and estimated cost (base fee) shall be paid in twelve (12) equal monthly installments. The management fee for subsequent years will be determined proportional to the increase in estimated cost. 2. Article 4.3 is hereby deleted in its entirety and replaced with the following Article 4.3: 4.3 OMI estimates the cost for services for calendar year 2007 shall be Six Million One Hundred Four Thousand Four Hundred Forty Seven Dollars and Eighty Eight Cents ($6,104,447.88). Details of said cost are shown in Appendix J. The base fee shall be negotiated each year in September for the upcoming calendar year. Should the City and OMI fail to agree, the base fee will be determined by the application of the base fee adjustment formula shown in Appendix F. Upon each contract year renegotiation, OMI shall continue to invoice City of Fayetteville at the previous amount until the new contract year price is agreed upon. Upon written notice agreement between the parties as to the new contract year base fee, OMI shall issue an invoice retroactively adjusting the previous base fee amount. Should the actual expenditures exceed estimated expenditures by more than Twenty Thousand Dollars($20,000), in any year of this Agreement, specific approval will be obtained from the City prior to OMI incurring additional costs. 3. Article 4.4 is hereby deleted in its entirety and replaced with the following Article 4.4: 4.4 An administrative fee of fifteen percent (15 %) is added to personnel services and ten percent (10%) to all other costs for administration, support, management and overhead, with the exception of electricity and lift station odor control direct expenses. 4. Article 4.8 is hereby deleted in its entirety and replaced with the following Article 4.8: 4.8 OMI agrees to incur up to One Hundred Fifty Three Thousand Nine Hundred Seventy Page 1 of 9 Eight Dollars and Three Cents ($153,978.03) per year in lift station odor control direct expenses, including costs for necessary chemicals, pumps, tanks, related equipment and such outside services as needed. These expenses will not include labor and benefits for OMI personnel. OMI will rebate to the City of Fayetteville the entire amount that actual lift station odor control expenses are less than One Hundred Fifty Three Thousand Nine Hundred Seventy Eight Dollars and Three Cents ($153,978.03) in any year of this Agreement. 5. Appendices B, E, and J are hereby deleted in their entirety and replaced with the attached Appendices B, E, and J. 6. Appendix K is hereby added to the Agreement. This Amendment No. 14 together with the Agreement, constitutes the entire agreement between the Parties and supersedes all prior oral and written understandings with respect to the subject matter set forth herein. Unless specifically stated all other terms and conditions of the Agreement shall remain in full force and effect. Neither this Amendment nor the Agreement may be modified except in writing signed by an authorized representative of the Parties. The Parties, intending to be legally bound, indicate their approval of the Amendment by their signatures below. OPERATIONS MANAGEMENT CITY OF FAYETTEVILLE INTERNATIONAL,INC. Roger B. Quayle Dan Coody Senior Vice President Mayor Date:_ Date: APPROVED AS TO FORM: Kit Williams City Attorney Date: Page 2 of 9 Appendix B LOCATION OF PROJECT B.1 OMI agrees to provide the services necessary for the management, operation and maintenance of the following: a) All equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate the City of Fayetteville's Wastewater Treatment Plant located at: 1400 North Fox Hunter Road Fayetteville, Arkansas b) All equipment, grounds, and facilities now existing within the present property boundaries of pump stations described as follows: WWI 978 E. Zion Rd WW2 4938 Mission Blvd. (Timbercrest) WW3 Salem Rd—Off Mount Comfort Rd (Crystal Springs) WW4 691 W. Poplar WW5 3896 N. Gregg Ave WW6 3021 N. Old Wire Rd WW7 2034 N. County Road 877 WW8 729 W. North St WW9 1336 N. Porter WW10 716 Futrall Dr WWI 1 4412 W. 6°i St WW12 398 N. Double Springs Rd WW13 878 S. Stonebridge Rd WW14 1820 S. Armstrong WW15 203 E. 29°i Circle(Country Club) WW16 3917 S. McCollum Rd WWI8 202 N. Sandy(Greenland) WW19 988 S. Mallywagnon Rd WW 20 3212 N. Highway 112 WW21 1687 S.Happy Hollow Rd WW22 630 N. Double Springs Rd WW23 440 E. Fairway Ln(Masters Addition- Country Club 2) WW24 4071 South McCollum(Airport East) WW25 551 W. Aster Ave(Willow West-Farmington) WW26 74 S. Kestrel (Sequoyah Preserve) WW27 1031 River Meadows Dr(Stonebridge Meadow) WW28 1603 Plantation Avenue(Heritage Village) W W29 390 N. Cato Springs (Bohannan- Greenland) WW30 2324 Rupple Rd (Holt Middle School) WW31 2130 W. Moore Ln(Research Park) WW32 478 N. Durango Place(Silverthome) WW33 4644 N. Crossover Rd (Stonewood - Copper Creek) WW34 4572 S. School (Airport South) WW35 3083 W. 6°i Street(Lowe's) WW36 1642 N. Willowbrook Dr(Skyler Place) WW37 3848 W. Edgewater Dr(Clabber Creek) Page 3 of 9