Loading...
HomeMy WebLinkAbout2007-04-10 - Agendas - Final eTayv�re�v—lffleARKANSASWATER/SEWER COMMITTEE AGENDA Meeting Date of April 10, 2007 COMMITTEE: Chairman Kyle Cook; Alderman: Lioneld Jordan, Bobby Ferrell, Adella Gray COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Paul Becker, Susan Thomas, Tim Conklin, Jeremy Pate, Ron Petrie, Shannon Jon s, T n Hubbard, Peggy Bell, Lynn Hyke, OMI FROM: David Jurgens, Water and Wastewater Director A meeting of the Fayetteville Water and Sewer Committee is plann for April 10, 2007, at 5:15 PM, Room 326, Fayetteville City Hall. Proposed topics include: 1. Approve Minutes of the March 13, 2007 Water/Sewer Committee Meeting. 2. WSIP Ui3date. Contract Description Contractor Cost % Complete WL-1 Porter - Hamestring & Old Wire — Gregg Oscar Renda $ 7,014,948 89.00% WL-2 North St - Poplar - Gregg Gravity Line T-G Excavating $ 4,413,664 36.14% WL-3 Porter - Hamestring & Old Wire —Gregg Combined contract with WL-1 98.00% WL-4 I Gregg Ave - Hamestring LS Gravity Line Oscar Renda $ 10,441 ,319 39.13% WL-5 Force mains Hamestring - West Plant Garney Const $ 4,752,287 100.00% WL-6 Hamestring Lift Station Brasfield & Gorrie $ 6,133,546 36.90% WL-7 GreggAve Lift Station Bid Open March 20 Not Yet Bid 0.00% EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1 ,327,794 0.00% EP-2 Noland WWTP Renovation Archer Western $ 14,702,904 85.05% WP-3 West Side WWTP Construction Brasfield & Gorrie $ 59,994,710 47.54% WP-'2b Wetlands Mitigation, WWTP Site Green Scaping $ 145,200 1 5.00% This percentage reflects only this particular contract. The overall completion percentage for the wetland mitigation site, including berms, water control structures, etc., is 75%. a. Subproject EP-1, Noland WWTP Wet Weather Improvements. This project involves lining the 17 million gallon storage pond, allowing it to be used for untreated wet weather flows before they enter the treatment plant. Currently, the storage pond can only be used for treated or partially treated water. This project will significantly reduce overflows, as peak flows in excess of short term treatment plant capacity will be stored until the peak flow drops. It will also prevent the biological treatment system from being inundated during the significant variations from normal flow to storm-related flow. The City received two bids in the rebid on April 5 (bid tab attached): Wilson Brothers Construction $ 1 ,327,793.62 (low bid) Archer Western $ 1 ,534.000.00 Engineer's Estimate $ 1171 ,935.00 Staff requests this item be forwarded to the full City Council for approval. b. Beaver Lake Watershed Nutrient Reduction. Study. No change. c. Subproject WL-7, Gregg Avenue Lift Station. This project involves a major upgrade to the lift station at Gregg Avenue at Mud Creek, which is the focal point of lines WL-1 , WL-2, and the beginning of WL-4. The renovated station will pump up to 19 mgd through pipeline WL-4 to the Hamestring lift station. One bid was received on April 3; it exceeded the certified funding amount so the bid was rejected. The project will rebid on May 3. W&S committee agenda l0Apr07 d. WSIP Farmington Area Work. Farmington is approved for the ANRC for RLF loan. Design, is underway. The Value Engineering response has been received from RJN. Several of the recommendations have been found to be viable. Coordination meetings are taking place to ensure smooth interaction between the two Cities: 3. Sanitary Sewer Rehabilitation Project Update. a. Basins 1-5, 18' & 19 Sewer Rehab. T-G Excavating, $2,514,292, including Change Orders 1 and 2; 90.1% complete. We have received the last easement, and are awaiting the highway permit for the old Doc Murdoc's building. b. Farmington Area. The bid opening is scheduled for 8 May. 4. 36" Water Transmission Main Rehabilitation. The surge tank is painted except for the floor, which requires an epoxy re'parr'rather than regular paint. Quotes are being received for the epoxy repair. Work is underway on the flow control structures for the 36" and 42" water transmission mains. 5. Scheduling the Next Water/Sewer Committee Meeting. Staff recommends the next W/S Committee meeting be scheduled at 5:15 Tuesday, May 8, 2007 in room 326, immediately following the Agenda Session. Attachments: EP-1 Contract Information W&S committee agenda l0Apr07 City Council Meeting of May 15, 2007 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody ; Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: April 5, 2007 Subject: Approval of a construction contract with Wilson B others Construction in the amount of $1,327,793.62, for the renovation of a wastewater-lift station, WSIP Subproject EP-1, and approve a 5% contingency of$66,389.68. RECOMMENDATION City Administration recommend approval of a construction contract with Wilson Brothers Construction in the amount of$1,327,793.62, for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, WSIP Subproject EP-1 and approve a 5% contingency of$66,389.68. BACKGROUND The project involves lining the 17 million gallon Noland Wastewater Treatment Plant primary storage pond, allowing it to be used for untreated wet weather flows before they enter the treatment process. Currently, the storage pond can only be used for treated or partially treated water. Specifically, it provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the site. This project will significantly reduce overflows, as peak flows in excess of short term treatment plant capacity will be stored until the peak flow drops. It will also prevent the biological treatment system from being inundated during the significant variations from normal flow to storm-related flow. The City received two bids on April 5, 2007 for this project, as follows: Wilson Brothers Construction $ 1,327,793.62 Archer Western $ 1,534.000:00 Engineer's Estimate $ 15171935.00 DISCUSSION The bid has been reviewed by Black & Veatch, the Engineer; their letter recommending award is attached. BUDGET IMPACT Funds are available in the WSIP project budget. EP-1 CCMemoApr07 O M v Y G 0 N a M U 69- 60- C O m C N W R E 40- 0 O C Q � N c O s � m � Q CL c c � 0 z c U w 6 > U c Z J c U M N O � tS o O V W �_ V L 4) W J m N / � U > C1 0 W U fA N W L d CO LL d i W LL m a 0 0 x 0 c m c� cLn V) s w ui (Wj R 007_ y i pp�� �/ +��4' � i 1® V r6'x��'iORI,> FIC EATCH Y� C a i p o r a t i a n 8400 Ward Parkway, P.O. Box 8405, Kansas City, Missouri 64114, (913) 458-2000 B&V Project 135045.310 CITY OF FAYETTEVILLE ' FAYETTEVILLE, ARKANSAS NOLAND WASTEWATER TREATMENT PLANT CONTRACT EP-1 INET WEATHER IMPROVEMENTS OPINION OF � CONSTRUCTION PROJECT COST =' February 22, 2007 SUMMARY ' General Requirements 78,900 Effluent Storage Reservoir Improvements 986,495 ., �a Subtotal 1,065,385 Allowance for Unquantified Scope-Items 10% 106,540 TOTAL PROBABLE CONSTRUCTION COST- CONTRACT EP-1 1,171,935rnpr ` r f.� City of Fayetteville, Arkansas Water and Wastewater Department David Jurgens, Director ARKANSAS PROJE C T MANUAL I FOR PROJECT NO, EP-1 NOLAND WASTEWATER TREATMENT PLANT WET WEATHER IMPROVEMENTS FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENT PROJECT February 2007 ENGINEER OWNER City of Fayetteville Black & Veatch Corporation Waste and Wastewater 8400 Ward Parkway Department Kansas City, Missouri 64114 113 West Mountain Street Fayetteville, Arkansas 72701 ......... ..... i City of Fayetteville, Arkansas Wastewater System Improvement Project Project No. EP-1 j Noland WWTP Wet Weather Improvements DOCUMENT 00005 — INDEX AND CERTIFICATION SPECIFICATION INDEX j DOCUMENT / NUMBER DIVISION DESCRIPTION OF PAGES r 00120 to 00945 Invitation to Bid through Work Change Directive 105 Division 1 - General Requirements 107 z Division 2 - Site Construction 48 t � J, Division 3 - Concrete 18 Division 4 — Masonry 0 i n Division 5 - Metals 0 13 Division 7 - Thermal And Moisture Protection 0 I Division 8 - Doors And Windows 0 i Division 9 - Finishes 0 i Division 10 - Specialties 0 Division 11 - Equipment 0 :i Division 12 - Furnishings 0 Division 13 - Special Construction 0 i Division 14 - Conveying Systems 0 Division 15 - Mechanical 70 Division 16 - Electrical 30 !t 1 't A 00005-Index & Certi6cationepl.doc 00005- 1 Project No. 135045 5 u CERTIFICATION I hereby certify that the Noland WWTP Wet Weather Improvements, part of the City of Fayetteville's q Wastewater System Improvements Project, Contract No. EP-1 , Plans and Specifications were prepared by me or under my direct supervision and that I am duly Licensed Engineer under the laws of the State of Arkansas. ATE OF%u t4N A8 � ARe .� �N ,k FESIO Nam Date: 2 2007 .� PROFESSIONAL ENGINEER No 12191 UtAID CERTIFICATION I hereby certify that the Noland W WTP Wet Weather Improvements, part of the City of Fayetteville's Wastewater System Improvements Project, Contract No. EP-1 , Plans and Specifications were prepared by me or under my direct supervision and that I am duly Licensed Engineer under the laws of the State of Arkansas. All ARKANSAS ®o REGISTERED Name: �� Date: Z Zao '7 PROFESS!®IVAL ENGINEER No 11777 LIQ' 00 End of Index and Certification 00005-Index & Certificationep l.doc 00005- 2 Project.No. 135045 FAYETTEVILLE, ARKANSAS NOLAND WWTP CONTRACT EP-1 PROJECT NO. 135045 TABLE OF CONTENTS Pages Sub'ect 1 Title page 1 : 2 Index and Certification Page 1 : 5 Table of Contents BIDDING REQUIREMENTS 1 : 4 00120 Invitation to Bid 1 : 4 00140 Bidder's Qualification Statement 1 : 11 00200 Instructions to Bidders BID FORMS 00400 Bid Form 1 : 6 1 . 2 00410 Bid Bond 00430 List of Subcontractors 1 00450 Equipment Questionnaire 1 AGREEMENT FORMS 00500 Agreement 1 : 10 00550 Notice to Proceed 1 : 2 Notice of Award BONDS AND CERTIFICATES 00610 Performance Bond 1 : 31 00611 Labor and Material Payment Bond 1 : 4 a 1 : 1 00612 Maintenance Bond Certificate of Insurance Certificate of Property Insurance 00700 Standard General Conditions of the Construction 1 : 40 Contract 1 : 4 00800 Supplementary Conditions t : TOC.doc 2/1/2007 (FAYETTEVILLE, AR ) :i (NOLAND WWTP ) TC-1 (CONTRACT EP-1/PN 135045 ) TABLE OF CONTENTS (Continued) Subject Pages Duties, .Responsibilities, and 1 Appendix A - Limitations of Authority of the Resident Project Representative Appendix B — Arkansas Prevailing Wage Rates 1 : 3 Addenda and Site Work 00900 Addenda 1 : 2 00930 Request for Information 1 00931 Field.Order 1 00932 Request for Proposal 1 00940 Change Order 1 00945 Work Change Directive 1 : 2 DIVISION 1 — General Requirements 01110 Summary of Work 1 : 3 01250 Contract Modification Procedures 1 : 2 01290 Payment Procedures 1 : 2 01290.01 . Application for Payment 1 : 2 01290.02 Schedule of Values 1 01290.12 Certificate of Substantial Completion 1 01290.14 Contractor Affidavit for Final Payment 1 : 3 01290.15 Subcontractor Affidavit for Final Payment 1 01320 Project Meetings, Schedules, and Reports 1 : 5 01321 CPM Schedule 1 : 9 CPM Schedule - Appendix A Activity Number and 1 : 2 01321 .01 Codes 01325 Construction Photographs 1 : 5 01330 Submittal Procedures 01330.01 Submittal Information Block 1 01400 Quality Control 1 : 2 01420 Definitions and Standards 1 : 4 01520 Field Offices and Sheds 1 : 2 01530 Barriers and Temporary Controls 1 : 6 01560 Temporary Utilities and Controls 1 : 8 01580 Project Identification and Signs 1 : 2 01600 Equipment and Materials 1 : 6 01605 General Equipment Requirements 1 E 01610 General Equipment Stipulations 1 : 4 01630 Pipeline Schedule 1 01630-SO1 Pipeline Schedule 1 01631 Substitutions 1 : 3 01631 .01 Substitution Procedures 1 : 2 TOC.doc r' (FAYETTEVILLE, AR ) 2/1/2 (NOLAND WWTP ) TC-2 g (CONTRACT EP-1/PN 135045 ) SF 1 . TABLE OF CONTENTS (Continued) Subject Pages ; a DIVISION 15 — MECHANICAL k 15010 Valve Installation 1 : 5 15061 Ductile Iron Pipe 1 : 19 15061-SO1 Ductile Iron Pipe Schedule 1 15099 Pressure Reducing Valve 1 : 3 n 15099-SO1 Pressure Reducing Valve Schedule 1 : 2 15100 Miscellaneous Valves 1 : 9 15100-SO2 Hydrant Schedule 1 15104 Resilient-Seated Gate Valves 1 : 5 15104-SO1 Resilient-Seated Gate Valve Schedule 1 : 2 15108 Air Release and Combination Air Valves 1 : 4 15108-SO1 Air Release and Combination Air Valve Schedule 1 : 2 15112 Existing Sluice Gates 1 : 3 15112-SO2 Sluice Gate Schedule 1 : 4 15180 Valve and Gate Actuators 1 : 10 DIVISION 16 — ELECTRICAL -' 16050 Electrical 1 : 29 Ik =i v } i i { i TOC.doc (FAYETTEVILLE, AR ) 2/1/2007 (NOLAND WWTP ) TC-4 ' (CONTRACT EP-1/PN 135045 ) ,3 t. I yS TABLE OF CONTENTS (Continued) FIGURES Number Title _ Following Page Figure No. Title 1 -02202 Embedments for Conduits 02202-15 2-16050 600 Volt, Single Conductor 16050-29 Lighting/Power Cable (600-1-XLP- NONE-XHHW-2) TOC.doc 107 (FAYETTEVILLE, AR ) 2/1/2007 (NOLAND WWTP ) TC-5 (CONTRACT EP-1/PN 135045 ) 1 s DOCUMENT 00120 — INVITATION TO BID City of Fayetteville, Arkansas Invitation to Bid Bid 07-11, EP-1 ; Noland Wastewater Treatment Plant Wet Weather Improvements Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements Project Nos.: EP-1 Date: February 2, 2007 DESCRIPTION OF WORK OF THIS CONTRACT The Contract provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701 in accordance with the documents prepared by Black & Veatch Corporation. BID INFORMATION Sealed bids will be received by the City of Fayetteville, Arkansas (the Owner) until 1 :30 p.m., local time, Thursday, March 8, 2007. Bids received after this time will not be accepted. The City of Fayetteville will not be responsible for lost or misdirected bids. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. 3. Bids must be received at the following location BY 1.30 P.M. on Thursday, March 8_,2007, Purchasing Agent's Office (Room 306) at City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 TOOOOM2JX.doc 00120-1 Project No. 135045 I I DOCUMENT 00120 — INVITATION TO BID (Cont.) DO( Sealed envelopes or packages containing bids shall be marked or endorsed "Bid 07-11, EP-1, Noland No i WWTP Wet Weather Improvements" and the Contractor's Arkansas License Number shall be clearly marked on the outside of the envelope. ,Copies of the Bid Documents may b� obtained for bidding purposes from Black & Veatch Corporation at ABC `. a purchase price of One Hundred Dollars ($100.00) for each set (one (1) copy of Project Manual, one (1) set of Contract Drawings, and one (1) bid packet) of documents. Bid Documents may be obtained at the w I following Issuing Office. Black & Veatch Corporation Ano 8400 Ward Parkway Faye Kansas City, MO 64114 Phone: (913) 458-6739 Bids Fax: (913) 458-3802 Payments must be received prior to shipment of the Bid Documents. NO REFUND of payment will be Bidd made and no partial sets will be issued. No half size set will be sold or issued prior to the bid opening. and I Questions concerning the contract documents should be directed to the following: evah j Ms. Katie Funderburk, P.E. 8400 Ward Parkway Preq Kansas City, MO 64114 Instr Phone: (913) 458-3147 Bid documents may be examined at the following locations: Bid Amc 'I McGraw Hill Construction Dodge/Little Rock McGraw Hill Construction Dodge/Springfield � i Kroger Center, Redding Building 3275 E. Ridgeview, Ste. B Bids 1701 Centerview Drive, Suite 110 Springfield, MO 65804-4092 Little Rock, AR 72211-4311 (417)883-6600; Fax (417)883-6607 (501)225-9453; Fax (501)225-9534 COP McGraw Hill Construction Dodge/Dallas McGraw Hill Construction Dodge/Tulsa Com 9155 Sterling Drive, Suite 160 12101 E. 515f Street, Suite 105 I Irving, TX 75063 Tulsa, OK 74146 The (972)819-1400; Fax (972)819-1409 (918)307-1786; Fax (918)307-1788 Tim( Payr the s« ' I TOOC TOOOOM2JX.doc 00120-2 Project No. 135045 i DOCUMENT 00120 — INVITATION TO BID (Cont.) Northwest Arkansas Planning Room Reed Construction Data 103-A Apple Blossom Road 30 Technology Pkwy, Ste. 100 Bethel Heights, AR 72764 Norcross, GA 30092 (479)750-7704; Fax (479)750-7709 (800)424-3996, Fax (800)303-8629 www.reedconstructiondata.com it ABC Plan Room Bid News Construction Reports 1) c/o Southern Reprographics, Inc. 5727 S. Garnett Road, Suite H 2905 Pointe Circle Tulsa, OK 74146 Fayetteville, AR 72703 (918)877-1200; Fax (918)877-1203 (479)582-4022; Fax (479)582-4021 A non-mandatory prebid conference will be held on Tuesday, February 15, 2007 at 2:30 p.m. at the Fayetteville City Hall, Room 326 at 113 W. Mountain, Fayetteville, Arkansas Bids will be received on a lump sum basis. Bidders shall beq ualified to do business and licensed in accordance with all applicable laws of the state and local governments and local city ordinances where the Project is located. The City of Fayetteville will evaluate Bidders in accordance with the Instruction to Bidders. Prequalification of Bidders will not be required. Owner will evaluate Bidders in accordance with the Instructions to Bidders. Bid security in the form of a certified or bank cashier's check or a Bid Bond in the amount of 5% of Bid Amount of contract shall accompany each Bid in accordance with the Instructions to Bidders. ld 1 a A Bids shall be in accordance with the Bid Documents. COMPLETION Completion time shall be as follows: The Work shall be Substantially Completed within 180 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 210 calendar days after the date when the Contract Times commence to run. 045 TOOOOM2JX.doc 00120-3 Project No. 135045 G DOCUMENT 00120 — INVITATION TO BID (Cont.) DO Prc j ADDITIONAL PROVISIONS Con ,nl The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, Con affirmative action requirements, and minimum wage rates. The greater of the Arkansas Department of Dat Labor Prevailing Wage Rate or the U. S. Department of Labor Prevailing Wage Rate shall establish the minimum wages to be paid to workers under this Contract. SUI Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises. SU1 i OWNER'S RIGHT TO REJECT ` The City of Fayetteville (Owner) reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City of j Fayetteville for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these � i conditions. AWARD OF CONTRACT ,i i' Any contract or contracts awarded under this Invitation for bids will be subject to the requirements of EX USEPA and State of Arkansas Revolving Loan Fund Program as described in the Contract Documents. — ' 1 OWNER i CITY OF FAYETTEVILLE ; I By Peggy Vice Title: Purchasing Manager TOOOOM2JX.doc 00120-4 Project No. 135045 T00 DOCUMENT 00140- BIDDER'S QUALIFICATION STATEMENT Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements Contract No.: EP-1 Date: SUBMITTED TO: The City of Fayetteville, Arkansas 1 l3 West Mountain Street 'Fayetteville, Arkansas 72701 SUBMITTED BY: f ,1 Company W1LOi'1 F)rofhers ( J�t1S�YU('�lnr') 0177 1K. Name 6rQf1un 4drri5 Address Principal Office _o Q I 4 M inne,aas_ pial orporation partnership, individual,joint venture,other Arkansas State General Contractor's License Number r��sc���aog EXPERIENCE.STATEMENT 1 . Bidder has been engaged as a General Contractor in construction for 35 years and has performed work of the nature and magnitude of this Contract for 35 years. Bidder has been.in business under its present name for years. 2. Bidder now has the following bonded projects under contract: (Ona 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.) 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 TOOOOM2JY.doc 00140- 1 Project No. 135045 DOCUMENT 00140 - BIDDER'S..OUALIFICATION STATEMENT (CONTINUED) contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why: JD 5. Bidder normally performs the following workwith his own forces: rG i ria , t4 _ n i rkA meter C f`Cle�f-+`c. t kPr, C'o ere-le_ i�D I-II du no 6. Construction experience of key individuals in the organization is as follows (continued on attachedsheets if needed): &-Ooln Wnryk- Pres+cionf. - (' he(OrS dare In .i 01aineen' . Cwt ' �ym-{-Pio �ni�,rx5►-(�, �' Ar-ka��-�,�s (1��,'Ic_o_d -len wars �`or �-�trn� �� On�an�,r (ls Q n Es•Fi rrn�-ar � .Dr o;���- (Y►�m n c,r �esr�.��ner a Wilson Arp- hers P-DaSLIAOfinn C�i•,Jnr�mcA 5'✓>�m �t 7. In the event the Contract is awarded to Bidder, the required surety Blinds will be furnished by the following surety company and name and address of agent: - C��n�-►►on+ Oman d-(-, p mwn v AQOt : �Arn VIA Sse i �/b � mmrmdc n �Cis�e�i ! I Cb OarOn I41�) Sb- 4+ 8. Bidder's Workmen's Compensation Experience Modifier Factor is: o CI a TOOOOM2JY.doc 00.140-.2 Project No. 135045 DOCUMENT 0014.0.— BIDDER'S QUALIFICATION STATEMENT (CONTINUED FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: I. 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 judgments are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. b. $ TOOOOM2JY.doc 00140- 3 Project No. 135045 DOCUMENT 00140 BIDDER'S QUALIFICATION STATEMENT WONTINUED) . Bidder hereby represents and warrants that all statements set forth herein are true and correct: Date: . .. 20 '1 (OFFICIAL SEAL) Name of Organization: By Zramien 4nrrfs Title 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 duly-authorized officer and with the.corporate seal affixed.) END OF DOCUMENT 00140 TOOOOM2JY.doc 00140-4 Project No. 135045 A. I. A. Document No. A-310 (2-70 Ed. ) BID BOND KNOWN ALL MEN BY THESE PRESENTS , that we, Wilson Brothers Construction Company, Inc . , as Principal , hereinafter called the Principal , and Mid-Continent Casualty Company, a Corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, 113 West Mountain, Fayetteville,. AR as Obligee, hereinafter called the Obligee, in' the sum of Five Per Cent of Amount of Bid (50 ) for the payment of which ourselves , our heirs , executors , administrators , successors and assigns , jointly and severally, firmly by these presents . WHEREAS , the Principal has submitted a bid for Wet Weather Improvements Noland Wastewater Treatment Plant . NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor, and material furnished in the prosecution thereof , or in the event of the failure of the Principal to enter such contract and give such bond or bonds , if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then the obligation shall be null and void, otherwise to remain in full force and effect . Signed and sealed this 5 day of April , 2007 . Wilson Brothers Construction Co . , Inc . r • Principa ( Seal ) ` e itness ` (Title) Mid-Continent Casualty Company Surety ( Seal ) Gayl twig - Witnes James C .. Russell - Attorney-In-Fact ; . JID C 1. 1�1�T ENT �A�� " - COMPANY : j1411is`#_,::Okl �ama i. Katow.alL li en diose. : ese s That the MID CANT ENT GASUALT� C�3I PANY,;:'a Co of#ion of the SWc:bf Oklaho its' 3.... F .,.,. . : .. .. .a .....W:..ii. �, >�X�g ,,...... pruicipaS office in the city of Tulsa,'Oklahoma;.pursuant'.to the followuig4 Law, which was adopted by the Stockholders of the said Company on March Lath, 1947, to-wit:. . . ..,:. v ..<...: , :jL . : " 1. •::<. `tAiticle.W. Section': = The eouti e.O,Jt i� ers.isfttie Com'an'"shallltsve ;ower d atzthbzt to.:,a <for ores . _. 1. .. F?,.. Y . P; ski tY. : ,pn. t;°. . pal?. Y„�Y ode ecutiig a >.. .x Y. ;.r x ;..a , and :at#esting'bonds and:.undeitakuips and of]�et vyritiiigs ubhgatoi Xri the nat e Ilei reof> one more ResidW Vice President, Residejtit Assistant ,, :.a : .. S-pxe .ries and Attorneys in Fact red at any trine to x move.atiy sdclt siiient lice I'rgsideut,Resident Assistant Secretary, or AtCorhe?-in-Frei and revoke the powgx attcLiithgrtty gtvot him Noire of such appailttee�xieed be Diagctors of the Gottpany” The Company;does liffeby cousag)te'azid.'appomt f. .Keri' kctn j "John B Aiir,:T ." Foltz, hi I..". Greene, Gayle HMwiI. g, Kim WNW, Walter Moorman, Sandy Ftoe, Jim Fussell, Steve ' . . ­ . ; Stand,riclge and Tatra Zpp, individually of.,FT. SMITH, AR :. . . ,:: .; . . . its..true and lawful attorney( }ui fact,to'f.execute.s seal and:del�oer for and oh its behaif as Surety>.and as i#sact and deed, and ll:lipfws'aiid m ile s'9 Swrea'hi" .:.. Y _�. P: . ....i '..n,'. :. :::'. .::air. .::a: .,` 1,- .. . CO..::....i� A'' C v:•,. .riw >i ./+ �. l knd the gxecuhon,of:stiehnstruriieiit(s) in pursuance of these'pzeser7ts, shall lie as buiduig<uponte said MID COIT#NENT CASUI, X < K . > . CO 'as fully"afid amply; to all intents and purposes, as if the same had beeri`duly exddift -and acknowledged"by its regularly'eYected officers at its principal office in Tulsa,Oklahoma. 1: '.. ,.::.,_.. . ..a. . : .: a... .. +n;; . .. a.a:.... .. ...< .':. `. .. r..:: , r•:.. 7IV W1T'NES .... kEE?P .. -::: <r: Mm-t��O. iTt`[ ., CASiIA3,I Y COitQPA1 Y :Iias execuf it ai il'a tesEad these. re encs this 1' ,. .•... P t.. 26 -dad of:Kray .; > 20b6 . . "' Wt. ".; ..�a. .:'..: .:i '.:::: f::: ::� W.:: , .. .. • >.::: ... .. :.. . .i. .:. ...,:>. -:'n0. .. ... .. 14 . .......::i :.. :::::::i: r" ':.::.i'... ..i C. .:i:. .... .: :.:>:..... :. aC. ....... .u. ATTEST: . . .: Qti.. -:. .�� I. : : ': .. : : .v.. ..a.:.. .:ar„t:v:.: ..:n::.>1+1: . a.: .. WA.ANpt fiS N:>: ` ` `' . '.: •, '"ASSISTANT:�FCRI T Y. TODD BA ATA IC PR SIDEN I ' , 1. .. :. ; . .. .:.Y ,... :: .. :_ Ori this j day csf:. May ; 20(56 °before rite;a Notajry":I'ublic'bf this State of OZciahozna in`a.... d<_ ,... . - for the County of Tulsa; carne ilia individual to mepersohally laibvyti to be the ofTices deserftd:iti fand;wlio executed h paceeediiig i> sf uinents. and,lie ac --,W- dged,tlre executiop:of the'same,'aiid,lieing'>by m*11 e duly sworn, saict;that lie is':the therein'described.'and'autlX©rued o#f , of t#ie' .: : . :.. . MID=O*(}}N`PINENT ASUALTYCOWANY aforesaid; abd that the seal dffixed to the'.precedmg'inst[wnent is the corporate of satd`Gon<ipany; and the said-corporate seal and his signature as such officer were duly affixed to the said insttvment by the authority and direction of the. _::;Company, and dirt Article IV. Secttoit 7 bf-the B,y- s of said,Coznpany,referred to in tk�e preceding:ih r-u-ment,J;ss row in,foiCe:.::aa :. . ; .,.:.. .. ..`. , . . ..::. . . <> .: ...:•: �i xN r) 51IMON�'�JVAEREQ�a I have hereunto set my.liand and r)ffixed my o iciel seat at the.City ofTuJsa,the da$X.;and* .,tifst 4oVe.WlltidU ;,;; ... 1 >$ t.0 iY.... s7>xax�3'i. <....: AC i ! �. 3; r: •: ,... Comiiiission# 99 $TATE OF OKLAfiO1 ; % _ : i .,� r, o ibp exp' es ' '='f16�07—Q7 .• ..w C COUNTI'gF " ,' '+ ` Y I F-11 .. W_ a*,,_��11`- .,.-... �.. :s.' LI 'CAL' N ,,q r"' ,+ w;.•' V LP1'�'A Y ' ot-, y Pn�rLiG: S' L` ..'... h-11 'jD�a I, :- SARA A(�IDERSOf�'� 'h :r :::.: + , " t Secretary .of.MID GQN I1NEiVT Cl�SUALTX C MF'ANY do hereby.Certify,:that the foregomg extxaGts f tiieB Taws-firidofir s ori of the Bo d o;Epirectors ofthis eo oia�op and:of a,Pow�ofAttorney Issued�ursuant:tb.ereto;,ace` Y. ., ,, : rP tru and correct, and that both the By=Laws,:the Resoli fiori and:the Power of Attorney are still ui fiili`force and effect. % "'' :..'.':ThisX.,ceitifies that,m faesimileorniechankalIy,proIr.duced sigtiaature ofanyofficer ofthe Coipp.8riy,and Company seat,wJ]ere er appeariug'•t}pon a,pQyVer ofattomey issued:::<:.. a.: I. by t1. he Compari shall be valid and bin& u Qn the Co'" an iO`Aq''ie satua fQrw and effect as Wu iesmi" athxed :.r. y . . < .. .P.,, . nfP y Sh, . '. y 1. .., ;.. I. M IN%Wl IAIES�UIEL3E(�F,f liaw lie;canto-set my ltaiid aicl.affixed�ixe.facsirrute seal of said:co %orafion r 'kti. .. . .31T)1 ti :. ... fir..{A . • ... . .. ,T� , this � as of PR , foo ` R. �� # IN . . 11L� (9--31^1 "`; ` . :.-. �.. .� � . ,(;,�;>-q I - .::,. . ash 1. j` SARA.... ND SUN " � -R' AssistaittSecretary r : � 'e wN�r t 4 ` 'V` p . :.ice f 74 1F' i, i'.. B 8888 MC �'Y 7• T4 Mss L� BNPA00401 : . �• �w % .' a 4 �n 4 i b z DOCUMENT 00400 - BID FORM Project Name: Wastewater System Improvements Project Contract Name: Noland W WTP Improvements — Wet Weather Treatment Improvements Contract No.: EP-1 Bid No.: 07-11 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE 1 - INTENT 1 .01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract.Documents. 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. S x a 00400-Bid Form—COPY l.doc 00400 - 1 Project No 135045 DOCUMENT 00400 - BID 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 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local; and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. 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., 00400-Bid Fonn.doc 00400-2 Project No. 135045 i i` DOCUMENT 00400 - BID FORM (continued) performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. 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. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or x discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. 00400-Bid Form_COPY l.doc 00400 - 3 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P— Excavations. ARTICLE 4 - BID PRICE 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following price: A. Lump Sum Price- Oru Wi lion 1hr-cehttndY--6 fw-erl+c,- very t t �uA S&M KkuiClri�d Dollars ($J 13D 4 -Lqadoa_)- ARTICLE 5 - .CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially 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. Required Bid security in the form of a certified or bank cashier'scheck or a Bid . Bond and in the amount of J 6�. of— Dollars B. Required Bidder's Qualification Statement with supporting data. (DOCUMENT 00140 - Bidder's Qualification Statement). C. Manufacturer's data where called for in Specifications (DOCUMENT 00450 - Equipment Questionnaire). D. DOCUMENT 00430 - List of Subcontractors. 00400-Bid Form.doc 00400-4 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: 1 branw Ylrl . t l ®n . #)ers O'pns4 udfi&n P OL PhoneNol4261) L 3D - 0-3_38 FAX No. ARTICLE.8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on : f 1 20 -7. Arkansas State Contractor License No. S If Bidder is: An Individual Name (type or printed): BY: (SEAL) (Individual's Signature) -Doing business as: Business address: Phone No.: FAX No.: 0040.0-Bid Form.doc 00400- 5 Project No. 135045 DOCUMENT 00400 -BID FORM (continued) A Partnership Partnership Name: (SEAL) By: (Signature of general partner- attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: A Corporation '' Corporation Name: wi kr)n 8MMer5 (_;(Y 4meh-On C SEAL) State of Incorporation: Prr kGn�i'A Type (General Business, Professional, Service, Limited Liability): S 'Ve . By: (Signature - attach evidence of authority to sign) Name (type or printed.): BrAl'1 yr) Mrr(Ls Title: �151c�2T"j-1- (CORPORATE SEAL) Attest: r lV►z°. (Signature of Corporate Secretary) Business address: lL. m tone, E q- 1�a fjgo MM04 Phone No.: -") - .��`� FAX No.L `-t'MhoJ-=1 END-OF DOCUMENT 00400 0040.0-Bid Form.doc 004007.6 Project No. 135045 5 I 8 t DOCUMENT 00410 - BID BOND t KNOW ALL MEN BY THESE PRESENTS: that we Ey i as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Dollars ($ ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for the construction of Noland Wastewater Treatment Plant Wet Weather Improvements, Project No. EP-1 , Fayetteville Wastewater System Improvement Project. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for T000oM2KLdoc 00410 - 1 Project No. 135045 { j { `t 4.- DOCUMENT 00410 - BID BOND (continued) E ( which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. � Signed and sealed this day of 2007. PRINCIPAL (CORPORATE SEAL) r By SURETY By t ATTORNEY-IN-FACT (CORPORATE SEAL) I a . (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF DOCUMENT 00410 i I 't3 t Q � I i i i -- li T0000M2K1.doc 00410 - 2 Project No. 135045 I