Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
208-05 RESOLUTION
• m RESOLUTION NO. 208-05 A RESOLUTION TO APPROVE A CONTRACT WITH BRASFIELD & GORRIE, LLC, TO BUILD THE BROYLES ROAD WASTEWATER TREATMENT PLANT, THE BROYLES ROAD TWELVE INCH WATER MAIN, AND OTHER WORK FOR A GUARANTEED MAXIMUM PRICE OF $59,994,710.00 AND A CONTINGENCY OF $2,400,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the contract attached as Exhibit A with Brasfield & Gorrie, LLC, to build the Broyles Road Wastewater Treatment Plant, the Broyles Road Twelve Inch Water Main, and other work for a guaranteed maximum price of $59,994,710.00 and a contingency of $2,400,000.00. PASSED and APPROVED this 20th day of October, 2005. ATTEST %%%%%%%%%%Ifl %%% U• •A : FAYETTEVILLE: t• • %• • ,`P Z AANSP:c Jk N ..GTON �%%%% t By: 7Y00dt-eV Mutt—) SONDRA SMITH, City Clerk APPROVED: By: AN COOD , Mayor • • *AIADocument Al 11N -1997 Standard Form of Agreement Between Owner and Contractor where the basis for payment is the COST OF THE WORK PLUS A FEE with a negotiated Guaranteed Maximum Price AGREEMENT made as of the o20 f4 day of trSIA(f'in the year 01065 (M words, indicate day, month and year) BETWEEN the City of Fayetteville: (Name, address and other information) City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 and the Contractor: (Name, address and other information) Brasfield & Gorrie, LLC 729 South 30th Street Birmingham, AL 35233 (205) 328-4000 The Project is: (Name and location) Fayetteville Project No. 02133 0304 Contract No. WP3 Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Fayetteville, Arkansas The McGoodwin, Williams and Yates, Inc. is: (Name, address and other information) McGoodwin, Williams and Yates. Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 The City of Fayetteville and Contractor agree as follows. ADDITIONS AND DELETONS: The author of this document has added Information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard fonn text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has imponant legal consequences. Consultation with an anomey is encouraged with respect to its completion or modfcation. This document is not intended for use in competitive bidding. AIA Document A201-1997, General Cortdtions of the Contract for Constnlction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by the Associated General Contractors of America. AIA Documern All " - 1997. Copyright O 1920, 1925, 1951. 1958, 1981. 1983. 1987. 1974. 1978, 1987 and 1997 by Thy Amerman imams of Architects All rights reserved. WARNING: Thea me DocrelnaiI b protected by U.S. Copyright Law and Inlenutonai Treaties. Unauthatzed reproduction a distribution of this AIAe Document, or arty portion a It. may result In seven dv8 and criminal penama, and w91 be pros &Wd to the mailmen extent poname under the taw. This document was produced by A1A software at 12:37:43 on 10/182005 under Order No.1000155229_2 which expires on 1/512006, and Is not forresale. User Nose: (4137406507( • • ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement. Conditions of the Contract (General. Supplementary and other Conditions), Drawings. Specifications. Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications. appears in Article 15. If anything in the other Contract Documents is inconsistent with this Agreement, this Agreement shall govern. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents. except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 RELATIONSHIP OF THE PARTIES The Contractor accepts the relationship of trust and confidence established by this Agreement and covenants with the City of Fayetteville to cooperate with the McGoodwin, Williams and Yates, Inc. and exercise the Contractor's skill and judgment in furthering the interests of the City of Fayetteville; to furnish efficient business administration and supervision; to furnish at all times an adequate supply of workers and materials; and to perform the Work in an expeditious and economical manner consistent with the City of Fayetteville's interests. The City of Fayetteville agrees to furnish and approve, in a timely manner, information required by the Contractor and to make payments to the Contractor in accordance with the requirements of the Contract Documents. ARTICLE 4 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 4.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the City of Fayetteville. (Insert the date of commencement, if it differs from the date of this Agreement or, if applicable, state that the date will be feed in a notice to proceed.) Notice of Award: October 21. 2005 Notice to Proceed: — November 4. 2005 Pre -Construction Conference: 10:00 A.M., November 4, 2005 On -Site Construction — February 5, 2006. If, prior to commencement of the Work, the City of Fayetteville requires time to file mortgages, mechanic's liens and other security interests, the City of Fayetteville's time requirement shall be as follows: § 4.2 The Contract Time shall be measured from the date of commencement. § 4.3 The Contractor shall achieve Substantial Completion of the entire Work not later than 939 Calendar days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. Unless .stated elsewhere in the Contract Documents. insert any requirements for earlier Substantial Completion of certain portions of the Work ) May 31, 2008 Portion of Work Substantial Completion date , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions. if any, for liquidated damages relating to failure to complete on time, or for bonus payments for early completion of the Work) AIA Document Al11"' -1997. Copyright O 1920. 1925. 1951. 1958. 1961. 1963. 1967. 1974. 1978. 1987 and 1997 by The American Institute of Archheas. All rights nerved. WARNING: This AIAe Document b protected by U.S. Copyright taw and International Treaties. Unauthorised reproduction or distribution of mis AIAe Document, Of any portion or It, may mutt Mayers civil and criminal penalties, and wtil be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 12:37:43 on 10(18/2035 under Order No.1000155229-2 which expires on 1/512008 and is not for resale. User Nota: (4137406507) • • ARTICLE 5 BASIS FOR PAYMENT § 5.1 CONTRACT SUM § 5.1.1 The City of Fayetteville shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum is the Cost of the Work as defined in Article 7 plus the Contractor's Fee. § 5.1.2 The Contractor's Fee is• 6 5% of total costs incurred (State a lump sum, percentage of Cost of the Work or other provision for determining the Contractor's Fee, and describe the method of adjustment of the Contractor's Fee for changes in the Work) § 5.2 GUARANTEED MAXIMUM PRICE § 5.2.1 The sum of the Cost of the Work and the Contractor's Fee is guaranteed by the Contractor not to exceed ($ 59,994,710.00 ), subject to additions and deductions by Change Order as provided in the Contract Documents. Such maximum sum is referred to in the Contract Documents as the Guaranteed Maximum Price. Costs which would cause the Guaranteed Maximum Price to be exceeded shall be paid by the Contractor without reimbursement by the City of Fayetteville. (Insert specific provisions if the Contractor is to participate in any savings.) If the actual cost of the work plus the contractor's fee is less than the adjusted guaranteed maximum price, the City of Fayetteville shall pay fifty percent (50%) of such savings to the contractor. Such payment shall not exceed 1% of the adjusted guaranteed maximum price and shall be made at the time of final payment. § 5.22 The Guaranteed Maximum Price is based on the following alternates. if any, which are described in the Contract Documents and are hereby accepted by the City of Fayetteville: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the City of Fayetteville subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when the amount expires.) § 5.2.3 Unit prices, if any, are as follows: Description Units Price Excavate unsuitable material CY (in place yards) $3.75/CY Backfill with on-site CY (truck yards) $5.00/CY McGoodwin, Williams and Yates, Inc.ed fill material: Backfill with off-site CY (truck yards) $8.60/CY McGoodwin, Williams and Yates. Inc.ed fill material: Backfill with Class 7 ABC Tons 513.60/Ton Stone § 5.2.4 Allowances, if any. are as follows (Identify and state the amounts of any allowances, and state whether they include labor, materials, or both.) Allowance Amount Anticipated Sales Tax Savings ($750.000) Included Items Note: This deduct of $750,000 is included in the guaranteed maximum price. Final adjustments (up or down) will be made after the State of Arkansas Department of Finance and Administration has finalized their determination of tax exempt items.. § 5.2.5 Assumptions, if any. on which the Guaranteed Maximum Price is based are as follows: AIA Document Al11'a —1997. Copyright 01920. 1925. 1951. 1958, 1961, 1963. 1967. 1974. 1978. 1987 and 1997 by The American Irartbue of Architects, All rights reserved. WARNING: This Ale Document Is protected by U.S. Copyright Lw end International Trestles. UnauUlalred reproduction a distribution of this AIAe Document, or any portion or It may result In seven civil and mi ntrol penalties. and *1I1 be prosecuted to the maximum extent possible under the Iw. This document was produced by AIA software at 12:37:43 on 10/18/2005 under Order No.1000155229_2 which expires on 1/5'2008, and is MMI for resale. User Notes: (4137406507) 3 • • See Attachment A — Qualifications and Exclusions § 5.2.6 To the extent that the Drawings and Specifications are anticipated to require further development by the McG'oodwin. Williams and Yates, Inc.. the Contractor has provided in the Guaranteed Maximum Price for such further development consistent with the Contract Documents and reasonably inferable therefrom. Such further development does not include such things as changes in scope, systems, kinds and quality of materials, finishes or equipment, all of which, if required, shall be incorporated by Change Order. ARTICLE 6 CHANGES IN THE WORK § 6.1 Adjustments to the Guaranteed Maximum Price on account of changes in the Work may be determined by any of the methods listed in Section 7.3.3 of AIA Document A201-1997. § 6.2 In calculating adjustments to subcontracts (except those awarded with the City of Fayetteville's prior consent on the basis of cost plus a fee), the terms "cost" and "fee as used in Section 7.3.3.3 of AIA Document A201-1997 and the terms "costs" and "a reasonable allowance for overhead and profit" as used in Section 7.3.6 of AIA Document A201-1997 shall have the meanings assigned to them in AIA Document A201-1997 and shall not be modified by Articles 5, 7 and 8 of this Agreement. Adjustments to subcontracts awarded with the City of Fayetteville's prior consent on the basis of cost plus a fee shall be calculated in accordance with the terms of those subcontracts. § 6.3 In calculating adjustments to the Guaranteed Maximum Price. the terms "cost" and "costs" as used in the above -referenced provisions of AIA Document A201-1997 shall mean the Cost of the Work as defined in Article 7 of this Agreement and the terms "fee" and "a reasonable allowance for overhead and profit" shall mean the Contractor's Fee as defined in Section 5.1.2 of this Agreement. § 6.4 If no specific provision is made in Section 5.1 for adjustment of the Contractor's Fee in the case of changes in the Work, or if the extent of such changes is such, in the aggregate, that application of the adjustment provisions of Section 5.1 will cause substantial inequity to the City of Fayetteville or Contractor, the Contractor's Fee shall be equitably adjusted on the basis of the Fee established for the original Work, and the Guaranteed Maximum Price shall be adjusted accordingly. § 6.5 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 Coundl in advance of the change in scope, cost or fees. ARTICLE 7 COSTS TO BE REIMBURSED § 7.1 COST OF THE WORK The term Cost of the Work shall mean costs necessarily incurred by the Contractor in the proper performance of the Work. Such costs shall be at rates not higher than the standard paid at the place of the Project except with prior consent of the City of Fayetteville. The Cost of the Work shall include only the items set forth in this Article 7. § 72 LABOR COSTS § 72.1 Wages of construction workers directly employed by the Contractor to perform the construction of the Work at the site or. with the City of Fayetteville's approval, at off-site workshops. § 7.2.2 Wages or salaries of the Contractor's supervisory and administrative personnel when stationed at the site with the City of Fayetteville's approval. (lf it is intended rhar the wages or, salaries of certain personnel stationed at the Contractor's principal or other offices shall be included in the Cost of the Work, identify in Article 14 the personnel to be included and whether for all or only pan of their time, and the rates at which their rime will be charged to the Work) § 72.3 Wages and salaries of the Contractor's supervisory or administrative personnel engaged. at factories. workshops or on the road, in expediting the production or transportation of materials or equipment required for the Work, but only for that portion of their time required for the Work. § 72.4 Costs paid or incurred by the Contractor for taxes, insurance, contributions, assessments and benefits required by law or collective bargaining agreements and. for personnel not covered by such agreements, customary benefits NA Document Al11 -1997. Copyright 01920, 1925, 1951. 1956 1961, 1963, 1967, 1974, 1976, 1987 and 1997 by The American institute of Architects. All rights reserved. WARNING: This Me Document is protected by U.S. Copyright Law end International Trestles. Uneu harped reproduction or distribution al tlW AIAe Document, or any portion al 14 may mutt In seven civil end erindnal Densities, end win be prosecuted to the maximum erten possible under the taw. This document was produced by AIA software el 12:37.43 on 10/18/2005 under Order No.1000155229_2 weep moues on 1/512006, end Is not for reset. User Notes: (4137406507) 4 • • such as sick leave, medical and health benefits, holidays, vacations and pensions, provided such costs are based on wages and salaries included in the Cost of the Work under Sections 7.2.1 through 7.2.3. § 7.3 SUBCONTRACT COSTS § 7.3.1 Payments made by the Contractor to Subcontractors in accordance with the requirements of the subcontracts. § 7.4 COSTS OF MATERIALS AND EQUIPMENT INCORPORATED IN THE COMPLETED CONSTRUCTION § 7.4.1 Costs, including transportation and storage, of materials and equipment incorporated or to be incorporated in the completed construction. § 7.4.2 Costs of materials described in the preceding Section 7.4.1 in excess of those actually installed to allow for reasonable waste and spoilage. Unused excess materials, if any, shall become the City of Fayetteville's property at the completion of the Work or. at the City of Fayetteville's option. shall be sold by the Contractor. Any amounts realized from such sales shall be credited to the City of Fayetteville as a deduction from the Cost of the Work. § 7.5 COSTS OF OTHER MATERIALS AND EQUIPMENT, TEMPORARY FACILITIES AND RELATED ITEMS § 7.5.1 Costs. including transportation and storage, installation, maintenance. dismantling and removal of materials. supplies, temporary facilities, machinery, equipment, and hand tools not customarily owned by construction workers, that are provided by the Contractor at the site and fully consumed in the performance of the Work; and cost (less salvage value) of such items if not fully consumed, whether sold to others or retained by the Contractor. Cost for items previously used by the Contractor shall mean fair market value. § 7.5.2 Rental charges for temporary facilities. machinery, equipment, and hand tools not customarily owned by construction workers that are provided by the Contractor at the site, whether rented from the Contractor or others, and costs of transportation, installation. minor repairs and replacements. dismantling and removal thereof. Rates and quantities of equipment rented shall be subject to the City of Fayetteville's prior approval. § 7.5.3 Costs of removal of debris from the site. § 7.5.4 Costs of document reproductions, facsimile transmissions and long-distance telephone calls, postage and parcel delivery charges, telephone service at the site and reasonable petty cash expenses of the site office. § 7.5.5 That portion of the reasonable expenses of the Contractor's personnel incurred while traveling in discharge of duties connected with the Work. § 7.5.6 Costs of materials and equipment suitably stored off the site at a mutually acceptable location, if approved in advance by the City of Fayetteville. § 7.6 MISCELLANEOUS COSTS § 7.6.1 That portion of insurance and bond premiums that can be directly attributed to this Contract: § 7.6.2 Sales. use or similar taxes imposed by a governmental authority that are related to the Work. § 7 6 3 Fees and assessments for the building permit and for other permits, licenses and inspections for which the Contractor is required by the Contract Documents to pay. § 7.6.4 Fees of laboratories for tests required by the Contract Documents, except those related to defective or nonconforming Work for which reimbursement is excluded by Section 13.5.3 of AIA Document A201-1997 or other provisions of the Contract Documents. and which do not fall within the scope of Section 7.7.3. § 7.6.5 Royalties and license fees paid for the use of a particular design. process or product required by the Contract Documents: the cost of defending suits or claims for infringement of patent rights arising from such requirement of the Contract Documents: and payments made in accordance with legal judgments against the Contractor resulting from such suits or claims and payments of settlements made with the City of Fayetteville's consent. However. such costs of legal defenses, judgments and settlements shall not be included in the calculation of the Contractor's Fee or subject to the Guaranteed Maximum Price. If such royalties, fees and costs are excluded by the last sentence of AIA Document Al111e -1997. CopyrlpM O 1920, 1925. 1951. 1958. 1961. 1963. 1967. 1974. 1978. 1987 ab 1997 by The American Insure of Architects MI rights reserved. WARNING: This AIAe Documm Is patented by US. Copyright Law end Intemadonal Trestles. Unauthorteed reproduction o dbtributbn of this AIAe Docunent, ar any porton of 1t, may result in arse MAI and criminal psnaMes, and will be prosecuted to the maximum extent possible under the law. Tit document was produced by AIA software al 12:37:43 on 10/18/2005 under Order No.1000155229_2 which ogees on 1/5/2006, and Is not for resale. Use Notes: (4137406507) • • Section 3.17.1 of AIA Document A201-1997 or other provisions of the Contract Documents, then they shall not be included in the Cost of the Work. § 7.6.6 Data processing costs related to the Work. § 7.6.7 Deposits lost for causes other than the Contractor's negligence or failure to fulfill a specific responsibility to the City of Fayetteville as set forth in the Contract Documents. § 7.6.8 Legal, mediation and arbitration costs, including attorneys' fees. other than those arising from disputes between the City of Fayetteville and Contractor, reasonably incurred by the Contractor in the performance of the Work and with the City of Fayetteville's prior written approval; which approval shall not be unreasonably withheld. § 7.6.9 Expenses incurred in accordance with the Contractor's standard personnel policy for relocation and temporary living allowances of personnel required for the Work, if approved by the City of Fayetteville. § 7.7 OTHER COSTS AND EMERGENCIES § 7.7.1 Other costs incurred in the performance of the Work if and to the extent approved in advance in writing by the City of Fayetteville. § 7.72 Costs due to emergencies incurred in taking action to prevent threatened damage, injury or loss in case of an emergency affecting the safety of persons and property, as provided in Section 10.6 of AIA Document A201-1997. § 7.7.3 Costs of repairing or correcting damaged or nonconforming Work executed by the Contractor, Subcontractors or suppliers, provided that such damaged or nonconforming Work was not caused by negligence or failure to fulfill a specific responsibility of the Contractor and only to the extent that the cost of repair or correction is not recoverable by the Contractor from insurance, sureties, Subcontractors or suppliers. ARTICLE 8 COSTS NOT TO BE REIMBURSED § 8.1 The Cost of the Work shall not include: § 8.1.1 Salaries and other compensation of the Contractor's personnel stationed at the Contractor's principal office or offices other than the site office, except as specifically provided in Sections 7.2.2 and 7.2.3 or as may be provided in Article 14. § 8.1.2 Expenses of the Contractor's principal office and offices other than the site office. § 8.1.3 Overhead and general expenses, except as may be expressly included in Article 7. § 8.1.4 The Contractor's capital expenses, including interest on the Contractor's capital employed for the Work. § 8.1.5 Rental costs of machinery and equipment, except as specifically provided in Section 7.5.2. § 8.1.6 Except as provided in Section 7.7.3 of this Agreement, costs due to the negligence or failure to fulfill a specific responsibility of the Contractor, Subcontractors and suppliers or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. §8.1.7 Any cost not specifically and expressly described in Article 7. § 8.1.8 Costs, other than costs included in Change Orders approved by the City of Fayetteville, that would cause the Guaranteed Maximum Price to be exceeded. ARTICLE 9 DISCOUNTS, REBATES AND REFUNDS § 9.1 Cash discounts obtained on payments made by the Contractor shall accrue to the City of Fayetteville if (1) before making the payment, the Contractor included them in an Application for Payment and received payment therefor from the City of Fayetteville, or (2) the City of Fayetteville has deposited funds with the Contractor with which to make payments; otherwise, cash discounts shall accrue to the Contractor. Trade discounts, rebates, refunds AIA Document A711"' -1997. Copyright O 1920. 1925. 1951. 1958. 1961. 1963, 1997. 1974. 1978. 1987 and 1997 by The American Irgnlule o1 Architects. All rights reserved. WARNING: This AIAe Comment b protected by U.S. Copyright Law and International Trestles. Unauthorized reproduction or distribution of this Ale Document, or any portion d 11, may restat In sewn dull end crtminal penalties, and will be prosecuted to the maximum extent possible under the taw. This documem was produced by AIA software at 12:37:43 on 10/18/2005 under Order No.1000155229_2 which evokes on 1/5/2006. aMM Is not for resale. UMW Notes: (4137406507) • • and amounts received from sales of surplus materials and equipment shall accrue to the City of Fayetteville. and the Contractor shall make provisions so that they can be secured. § 9.2 Amounts that accrue to the City of Fayetteville in accordance with the provisions of Section 9.1 shall be credited to the City of Fayetteville as a deduction from the Cost of the Work. ARTICLE 10 SUBCONTRACTS AND OTHER AGREEMENTS § 10.1 Those portions of the Work that the Contractor does not customarily perform with the Contractor's own personnel shall be performed under subcontracts or by other appropriate agreements with the Contractor. The City of Fayetteville may designate specific persons or entities from whom the Contractor shall obtain bids. The Contractor shall obtain bids from Subcontractors and from suppliers of materials or equipment fabricated especially for the Work and shall deliver such bids to the McGoodwin. Williams and Yates. Inc.. The City of Fayetteville shall then determine. with the advice of the Contractor and the McGoodwin, Williams and Yates, Inc., which bids will be accepted. The Contractor shall not be required to contract with anyone to whom the Contractor has reasonable objection. § 10.2 If a specific bidder among those whose bids are delivered by the Contractor to the McGoodwin, Williams and Yates, Inc. (1) is recommended to the City of Fayetteville by the Contractor; (2) is qualified to perform that portion of the Work; and (3) has submitted a bid that conforms to the requirements of the Contract Documents without reservations or exceptions, but the City of Fayetteville requires that another bid be accepted, then the Contractor may require that a Change Order be issued to adjust the Guaranteed Maximum Price by the difference between the bid of the person or entity recommended to the City of Fayetteville by the Contractor and the amount of the subcontract or other agreement actually signed with the person or entity designated by the City of Fayetteville. § 10.3 Subcontracts or other agreements shall conform to the applicable payment provisions of this Agreement, and shall not be awarded on the basis of cost plus a fee without the prior consent of the City of Fayetteville. ARTICLE 11 ACCOUNTING RECORDS The Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under this Contract, and the accounting and control systems shall be satisfactory to the City of Fayetteville. The City of Fayetteville and the City of Fayetteville's accountants shall be afforded access to. and shall be permitted to audit and copy, the Contractor's records, books, correspondence, instructions, drawings, receipts, subcontracts, purchase orders. vouchers, memoranda and other data relating to this Contract, and the Contractor shall preserve these for a period of three years after final payment, or for such longer period as may be required by law. ARTICLE 12 PAYMENTS § 12.1 PROGRESS PAYMENTS § 12.1.1 Based upon Applications for Payment submitted to the City of Fayetteville by the Contractor the City of Fayetteville shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. Any disputed invoices submitted will be adjusted in subsequent billings. § 12.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: § 12.1.3 Provided that an Application for Payment is received by the City of Fayetteville not later than the 10th day of a month, the City of Fayetteville shall make payment to the Contractor not later than the 30 days after receipt of invoice If an Application for Payment is received by the City of Fayetteville after the application date fixed above. payment shall be made by the City of Fayetteville not later than thirty ( 30 ) days after the City of Fayetteville receives the Application for Payment. § 12.1.4 With each Application for Payment, the Contractor shall submit payrolls. petty cash accounts, receipted invoices or invoices with check vouchers attached, and any other evidence required by the City of Fayetteville to AIA Document A11100 -1997. Copyright O 1920. 1925. 1951. 1958. 1981. 1963. 1987. 1974. 19781 1987 and 1997 by The American Institute 01 Archaecls. All rlghta reserved. WARNING: This AIAe Document Is protected by U.S. CopyngM Law and International Treaties. UnauthoAxed reproduction or dhblbutbn M tlth AIAe Doormat, or any portion a1 it, may resat In severe civil and crbnlml panalpa, and wet be pomaded to the maximum extant possible under the law. This document was produced by AIA software al 12.37:43 on 10/18/2005 under Order No.1000155229_2 which expires on 115/2006, and is not lot resale. User Notes: (4137406507) 7 • • demonstrate that cash disbursements already made by the Contractor on account of the Cost of the Work equal or exceed (1) progress payments already received by the Contractor; less (2) that portion of those payments attributable to the Contractor's Fee; plus (3) payrolls for the period covered by the present Application for Payment. § 12.1.5 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Guaranteed Maximum Price among the various portions of the Work. except that the Contractor's Fee shall be shown as a single separate item. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the City of Fayetteville may require. This schedule, unless objected to by the City of Fayetteville, shall be used as a basis for reviewing the Contractor's Applications for Payment. § 12.1.6 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment The percentage of completion shall be the lesser of (1) the percentage of that portion of the Work which has actually been completed; or (2) the percentage obtained by dividing (a) the expense that has actually been incurred by the Contractor on account of that portion of the Work for which the Contractor has made or intends to make actual payment prior to the next Application for Payment by (b) the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. § 12.1.7 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 take that portion of the Guaranteed Maximum Price properly allocable to completed Work as determined by multiplying the percentage of completion of each portion of the Work by the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. Pending final determination of cost to the City of Fayetteville of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.8 of AIA Document A201-1997; .2 add that portion of the Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work, or if approved in advance by the City of Fayetteville, suitably stored off the site at a location agreed upon in writing; .3 add the Contractor's Fee less retainage of ten percent ( 10% ) per Arkansas Public Works Code 22.9.604. The Contractor's Fee shall be computed upon the Cost of the Work described in the two preceding Clauses at the rate stated in Section 5.1.2 or, if the Contractor's Fee is stated as a fixed sum in that Subparagraph, shall be an amount that bears the same ratio to that fixed -sum fee as the Cost of the Work in the two preceding Clauses bears to a reasonable estimate of the probable Cost of the Work upon its completion; Note: If the work has been 50% completed as determined by McGoodwin. Williams and Yates, Inc., and if the character and progress of the Work have been satisfactory to City of Fayetteville and McGoodwin. Williams and Yates, Inc., the City of Fayetteville. on recommendation of McGoodwin. Williams and Yates, Inc., may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed. .4 subtract the aggregate of previous payments made by the City of Fayetteville; .5 subtract the shortfall, if any. indicated by the Contractor in the documentation required by Section 12.1.4 to substantiate prior Applications for Payment, or resulting from errors subsequently discovered by the City of Fayetteville's accountants in such documentation; and .6 subtract amounts, if any, for which the McGoodwin, Williams and Yates, Inc. has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-1997. § 12.1.8 Except with the City of Fayetteville's prior approval, payments to Subcontractors shall be subject to retainage of not less than five percent ( 5% ). The City of Fayetteville and the Contractor shall agree upon a mutually acceptable procedure for review and approval of payments and retention for Subcontractors. AIA Document A111 m' -1997. Copyright O 1920. 1925. 1951. 1958. 1961, 1963. 1967. 1974. 1978. 1987 and 1997 by The American Iranian. of Architects. Ail rights reserved. WARNING: TTIs AIAe Document Is protected by U.B. CopyrIgM Law and Intimidate' Treaties. Unauthortred reproduction or disblbutbn ot Iib AIAe Document or any porton 0111. may rent In seven civil and cranial penalties, and will bo prosecuted to the maxbnun extant possible under the law. This document was produced by AIA software at 12:37:43 on 10/18/2005 under Order No. 1000155229_2 winch expires on N5/2006. and Is n01 to resale. User Nap: (4137406507) • • § 12.1.9 Audits and verifications, if required by the City of Fayetteville, will be performed by the City of Fayetteville's accountants acting in the sole interest of the City of Fayetteville. § 12.2 FINAL PAYMENT § 12.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the City of Fayetteville to the Contractor when: .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-1997, and to satisfy other requirements. if any, which extend beyond final payment: and .2 a final Certificate for Payment has been issued by the City of Fayetteville and a final certificate of completion by McGoodwin, Williams and Yates, Inc. § 12.2.2 The City of Fayetteville's final payment to the Contractor shall be made no later than 90 days after the issuance of the McGoodwin, Williams and Yates, Inc.'s final Certificate of completion, and City of Fayetteville's Certificate of Payment. § 12.2.3 The City of Fayetteville's accountants will review and report in writing on the Contractor's final accounting within 30 days after delivery of the final accounting to the McGoodwin, Williams and Yates, Inc. by the Contractor. Based upon such Cost of the Work as the City of Fayetteville's accountants report to be substantiated by the Contractor's final accounting. and provided the other conditions of Section 12.2.1 have been met, the McGoodwin, Williams and Yates, Inc. will, within seven days after receipt of the written report of the City of Fayetteville's accountants, either issue to the City of Fayetteville a final Certificate for Payment with a copy to the Contractor, or notify the Contractor and City of Fayetteville in writing of the McGoodwin. Williams and Yates, Inc.'s reasons for withholding a certificate as provided in Section 9.5.1 of the AIA Document A201-1997. The time periods stated in this Section 12.2.3 supersede those stated in Section 9.4.1 of the AIA Document A201-1997. § 12.2.4 If the City of Fayetteville's accountants report the Cost of the Work as substantiated by the Contractor's final accounting to be less than claimed by the Contractor, the Contractor shall be entitled to demand arbitration of the disputed amount without a further decision of the McGoodwin, Williams and Yates. Inc.. Such demand for arbitration shall be made by the Contractor within 30 days after the Contractor's receipt of a copy of the McGoodwin, Williams and Yates, Inc.'s final Certificate for Payment; failure to demand arbitration within this 30 - day period shall result in the substantiated amount reported by the City of Fayetteville's accountants becoming binding on the Contractor. Pending a final resolution by arbitration, the City of Fayetteville shall pay the Contractor the amount certified in the McGoodwin, Williams and Yates, Inc.'s final Certificate for Payment. § 12.2.5 If, subsequent to final payment and at the City of Fayetteville's request. the Contractor incurs costs described in Article 7 and not excluded by Article 8 to correct defective or nonconforming Work not the fault of the Contractor, the City of Fayetteville shall reimburse the Contractor such costs and the Contractor's Fee applicable thereto on the same basis as if such costs had been incurred prior to final payment, but not in excess of the Guaranteed Maximum Price. If the Contractor has participated in savings as provided in Section 5.2, the amount of such savings shall be recalculated and appropriate credit given to the City of Fayetteville in determining the net amount to be paid by the City of Fayetteville to the Contractor. ARTICLE 13 TERMINATION OR SUSPENSION (Paragraph deleted) § 13.2 The Contract may be terminated by the City of Fayetteville for cause as provided in Article 14 of AIA Document A201.1997. The amount, if any, to be paid to the Contractor under Section 14.2.4 of AIA Document A201-1997 shall not cause the Guaranteed Maximum Price to be exceeded, nor shall it exceed an amount calculated as follows: AIA Document Al 11m -1997. Copyright 01920 1925 1951 1958 1981 1963 1987 1974 1978. 1987 and 1997 by The American Institute of Architects. All rghte reserved, WARNING: This AIAe Document is protected by U.S. Copyrl9M Lew and International Treaties Unsulhorked reproduction or distribution cal this AIAe Document or .ny portion a It, may mutt In .even chill and criminal penalties, and M9 be prosecuted to rib maxlmm extent possible under the lar. TMs document was produced by AIA software al 12:37:43 on 10/18/2005 under Order No. 1000155229_2 which expres on 1/5/2008. and is not for resat, Use Notes: (4137408507) • • § 13.2.1 Take the Cost of the Work incurred by the Contractor to the date of termination; § 13.2.2 Add the Contractor's Fee computed upon the Cost of the Work to the date of termination at the rate stated in Section 5.1.2 or, if the Contractor's Fee is stated as a fixed sum in that Section, an amount that bears the same ratio to that fixed -sum Fee as the Cost of the Work at the time of termination bears to a reasonable estimate of the probable Cost of the Work upon its completion: and § 13.2.3 Subtract the aggregate of previous payments made by the City of Fayetteville. § 13.3 The City of Fayetteville shall also pay the Contractor fair compensation, either by purchase or rental at the election of the City of Fayetteville, for any equipment owned by the Contractor that the City of Fayetteville elects to retain and that is not otherwise included in the Cost of the Work under Section 13.2.1. To the extent that the City of Fayetteville elects to take legal assignment of subcontracts and purchase orders (including rental agreements), the Contractor shall, as a condition of receiving the payments referred to in this Article 13 execute and deliver all such papers and take all such steps, including the legal assignment of such subcontracts and other contractual rights of the Contractor, as the City of Fayetteville may require for the purpose of fully vesting in the City of Fayetteville the rights and benefits of the Contractor under such subcontracts or purchase orders. § 13.4 The Work may be suspended by the City of Fayetteville as provided in Article 14 of AIA Document A201- 1997; in such case, the Guaranteed Maximum Price and Contract Time shall be increased as provided in Section 14.3.2 of AIA Document A201-1997 except that the term "profit" shall be understood to mean the Contractor's Fee as described in Sections 5.1.2 and Section 6.4 of this Agreement. ARTICLE 14 MISCELLANEOUS PROVISIONS § 14.1 Where reference is made in this Agreement to a provision AIA Document A201-1997 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. The following costs to be reimbursed generall described in Article 7 shall specifically include: Payroll Taxes G. C. Licenses lob Superintendent Project Management on Site Project Management at Home office Job Clerk Field McGoodwin, Williams and Yates, Inc. Rodman Professional Surveyor Layout Supplies Living Expenses Superintendent Truck Allowance Fieldfrrade Truck Allowance P. M. Travel & Expenses Daily Clean -Up Final Clean -Up Field Travel Construction Schedule Testing Lab Services Temporary Power Temporary Water lines Water bill Telephone installation & equipment Cellular phone Telephone toll charges Temporary Toilets Holding tank and trailer Safcty McGoodwin, Williams and Yates, Inc. First aid/safety supplies Protect openings and edges Job drug testing Temporary job fence Temporary roads G. C. office trailer City of Fayetteville/McGoodwin, Williams and Yates, Inc. trailer City of Fayetteville/McGoodwin. Williams and Yates, Inc. furnishings Temporary sheds Set up and demob field ops. Field office supplies Field office furnishings Copier cost Fax machine On-site computer cost Postage and shipping Water, ice and cups Estimating expense at home office or on site Printing/reproduction costs Purchase drawings General equipment rental General equipment fuel & lube Equipment parts and repairs Equipment insurance Freight on equipment Concrete pumping Mobile sane rental Mobile crane operator Crane fuel Crane set up/demob McGoodwin, Williams and Yates. Inc.ing fees/services Storm water monitoring Small Tools & Supplies: Expendables (Bit, Saw. Rod); Cutting/Welding Consumables to be included as 7.7% of the total labor (not including payroll taxes or benefits) AIA Document A/11^r -1997. Copyright t 1920. 1925. 1951, 1958, 1961. 1963. 1967. 1974. 1978, 1987 and 1997 by The American Institute of Amheeas. All rights reserved. WARNING: This AJC Document Is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction a distribution 01 rills AIAe Document or any portico of 11, may result In severe civil and criminal portables, and w81 be prosecuted to the maximum extent potable under the law. TNs docunem was produced by AIA software at 12:37:43 on 10/18/2005 under Order No 1000155229_2 which expires on 1/5/2006, and Is n01 for resale. User Notes: (4137406507) 10 • • § 14.1.1 Freedom of Information Act City contracts and documents prepared whale performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) wil 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.' § 14.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 0% per annum (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the City of Fayetteville's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) § 14.3 The City of Fayetteville's representative is: (Name. address and other information.) City of Fayetteville David Jurgens 113 W. Mountain Street Fayetteville, AR 72701 w/copies to: City of Fayetteville Mayor Dan Coody 113 W. Mountain Street Fayetteville, AR 72701 § 14.4 The Contractor's representative is: (Name, address and other information.) Tom Marcum Brasfield & Gorrie, LLC 729 South 30th Street Birmingham, AL 35233 § 14.5 Neither the City of Fayetteville's nor the Contractor's representative shall be changed without ten days' written notice to the other party. § 14.6 Other provisions: ARTICLE 15 ENUMERATION OF CONTRACT DOCUMENTS § 15.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: § 15.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between City of Fayetteville and Contractor, AIA Document Al 11-1997. NA Documsm Al11 ^' -1997. Copyright O 1920, 1925. 1951. 1958, 1961. 1983. 1967, 1974. 1978. 1987 and 1997 by The American Imlttuls of Architects. All rights nerved. WARNING: This NA. Docrs.n Is protected by U.S. Copyright Law and Intstnstonas Turns Unsutnorted reproduction or dSbtbudon or tills AIAe Document, or any portion d tl may milt l seven deg and criminal penalties, and wits be prosecuted to the masbnum patent possible under tlr Lew. This document was produced by AIA software at 12:37:43 on 10/18/2005 under Order No.1000155229_2 which expires on 1/5/2008. and Is not for resale. User Notes: (4137408507) 11 • • § 15.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction, AIA Document A201-1997. § 15.1.3 The Supplementary and other Conditions of the Contract arc those contained in the Project Manual dated , and are as follows: Document Title Pages See Attachment B provided by McGoodwin, Williams and Yates § 15.1.4 The Specifications are those contained in the Project Manual dated as in Section 15.1.3. and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Title of Specifications exhibit: § 15.1.5 The Drawings are as follows, and are dated unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Agreement) Title of Drawings exhibit: Anachment C § 15.1.6 The Addenda, if any, are as follows: Number Date Pages ISee Attachment D provided by McGoodwin, Williams and Yates Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 15. § 15.1.7 Other Documents. if any, forming part of the Contract Documents are as follows: (List here any additional documents. such as a list of alternates that are intended to form pan of the Contract Documents. AIA Document A201-1997 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Kidders. sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be pan of the Contract Documents.) ARTICLE 16 INSURANCE AND BONDS (List required limits of liability for insurance and bonds. AIA Document A201.1997 gives other specific requirements for insurance and bonds.) Brasfield & Gorrie, LLC included in the price of their bid the cost of Builder's Risk Insurance that met the insurance requirements of the Owner's specifications. The Owner has elected to provide the Builder's Risk Coverage. In exchange for the reduction in the Contract Price shown in the Pricing Summary dated 10/13/05 @ 5:02 P.M, the Owner will pay the costs of any and all insurance deductibles incurred under their Builder's Risk policy and the Owner will pay any loss not covered by their Builder's Risk policy that would have been paid by the Brasfield & Gorrie Blanket Builder's Risk policy. underwritten by the Zurich North American Insurance Company and originally included in the Contract Price. Type of Insurance Limit of liability IS 0.00) See City of Fayetteville Requirements AIA Document Al11 ^' -1997. Copyright O 1920, 1925. 1951, 1958, 1961. 1963, 1967, 1974. 1978. 1887 artl 1997 by The American Insetule of Archbects. All rights reserved. WARNING: Tide AIA• Document la protected by US. Copyright Law and Internsdonsl Trestles. Unauthorized nproductlon w distribution al this AIA• Document, or any portion of tL may result In *Oven dMl and alminel penalties. and will be prosecuted to the maximise intern possIb4i under the taw. This document was produced by AIA software at 1237:43 on 10/102005 under Order No.1000155229_2 which enpr*O on 1/5/2006. and Is not for resale. User Notes: (4137406507) 12 This Agreement is entered into as of the day and year first written above and is executed in at least three original copies, of which one is to be delivered to the Contractor, one to the McGoodwin, Williams and Yates, Inc. for use in the administration of the Contract, and the remainder to the City of Fayetteville. Gary Hartington, Vice President (Printed name and title / (Printed name and tide) AIA Document *111 nr —1997. Copyright 0 1920, 1925. 1951. 1958. 1981. 1983. 1987, 1974. 1978. 1987 and 1997 by TIM American Instl:ule 01 Architects. All rights reserved. WARNING: This AIA' Document is protected by US. Capriole Lists and International Trestle. UnaWrodsed reproduction or distribution of this AIAe Document. or any portion of it. may result In seven civil and obeli* prattles, and will be prosecuted to the madmh.n extent possible under the law. This document was produced by AIA software al 12.37.43 on 10/1812005 under Order No.1000155229_2 which expires on 1/5/2006. and Is not for resale User Notes: (4137408507) 13 • ATTACHMENT A Westside WWTP Fayetteville, AR • QUALIFICATIONS and Exclusions Revised October 13, 2005 QUALIFICATIONS Division 2: 1. We have excavated or undercut to the following sub -grade elevations at each structure: a. Inlet Facilities: Undercut to Elevation 1225.5' b. Grit and Scum Division Box: Elevation 1202.0' for lower slab. c. Grit and Scum Removal Units: Undercut to Elevation 1225.0' d. Grit and Scum Effluent Collection Box: Elevation 1223.2'. c. Grit and Scum Pump Station: Undercut to Elevation 1224.0'. f. Biological Division Box: Elevation 1226.5'. g. Biological Units: Elevation 1217.5'. h. RAS/WAS Pump Station: Undercut to Elevation 1211.0'. i. Final Clarifier Division Box: Elevation 1213.5'. j. Final Clarifiers: Undercut to Elevation 1209.7' for main base slab. k. Final Clarifier Effluent Collection Box: Elevation 1208.6' 1. Filters: Elevation 1205.0' for lower slab and 1210.5' for upper slab. m. U.V. Disinfection: Elevation 1198.25' for lower slab and Elevation 1206.0' for upper slab. n. Post Aeration Basin: Elevation 1186.17' for lower slab and 1194.0' for upper slab. o. Post Aeration I3lower Building: Undercut to Elevation 1217.5'. p. Flow EQ Basin: Excavated to 6" below bottom of base slab. q. Flow EQ Pump Station: Elevation 1205.7'. r. Chemical Feed Building: Undercut to Elevation 1210.5'. s. Odor Control Building: Undercut to Elevation 1221.3'. t. Bio -process Magmeter Vault: Elevation 1213.8'. Filter Effluent Box: Elevation 1199.0'. u. Biosolids Processing Building: Elevation 1211.25' for lower slab arca and undercut to Elevation 1215.7' for remaining slab arca. v. \VAS Storage Tank: Undercut to Elevation 1214.8'. w. Site Pump Station: Undercut to Elevation 1201.8'. x. Operations Building: Undercut to Elevation 1227.5'. y. Vehicle Storage Building: Undercut to Elevation 1215.0'. z. North Electrical Building: Undercut to Elevation 1227.8'. aa. South Electrical Building: Undercut to Elevation 1227.0'. bb. Influent Metering Structure: Elevation 1236 5' cc. Effluent Discharge Structure: Excavated to 6" below bottom of base slab. Westside \V\V1P Qualifications and Exclusions — Page 2 If additional excavation or undercutting is required underneath the structures, the excavation and backfill will be paid on a unit price basis per the following: • Excavate unsuitable material: • Backfill with on-site engineered fill material: • Backfill with off-site engineered fill material: • Backfill with Class 7 ABC stone: $ 3.75/CY (in place yards) $ 5.00/CY (truck yards) S 8.60/CY (truck yards) $ 13.60/TN 2. We have furnished engineered fill underneath structures and backfill within structure excavations as shown in the contract documents. Our proposal is based upon all other types of excavated material being acceptable to use as general site fill outside of structure excavations and in unpaved areas and berms, etc. We have also included a minimum of 6" compacted Class 7 aggregate base course underneath structures as shown in thc contract documents. 3. We estimate having to import 23,981 CY of "red dirt" material for suitable engineered fill and backfill and to rcach final grades. If additional imported material is required, it will be paid for on a unit price basis at $ 3.60/CY. 4. Our proposal is based upon using excess stripped or excavated material from the treatment plant site to construct thc berms at the wetland site. If this material is unsuitable or insufficient to construct thc berms, off-site engineered filled material can be brought in and paid for by the unit price set forth above. 5. We take exception to thc following sentence in Specification Section 02300, Pages 9 and 20: "The he contractor shall not receive additional compensation for any delays or changes of any kind associated with any changes or redesigns required for the actual competent limestone elevations." If any design changes are required to the drilled piers and result in additional costs, the contractor would be compensated. 6. We take exception to Specification Section 02300, Page 25, Note 8. We shall perform all excavation and fill in conformance with the contract documents based upon thc qualifications as outlined above. 7. We have only included erosion control and tree protection for the work on the main plant site. Any work associated with the New Broyles Road construction is not included. 8. Our proposal is based on the following average top of competent rock elevations for the drilled piers and rock anchors: • Inlet Facilities: • Biosolids Process Building: • Flow E Q Basin: 1216.3' 1213.7' 1213' 9. The drilled piers will be tested by tests hole inspection in Iicu of rock core samples. Westside W\VI'P • • Qualifications and Exclusions — Page 3 10. The ornamental entry gate operator is included as a Liftmaster brand operator in lieu of the specified operator. Division 3: 1. We have included dowel bar substitutes in our price for certain portions of the concrete work. 2. 6" waterstops: Vinylex RB638H full 3/8" thickness. 9" waterstops: Vinylex RB9381-1 full 3/8" thickness. Hydrophillic: ADEKA MC20051. 3. All expansion joint materials to be "Ceramar" by W. R. Meadows and meet requirements of Specification ASTM -D-1752. 4. Hardener and scaler for concrete is priced as scheduled in Specification Section 03300. Division 4: 1. Foam fill insulation is included in exterior masonry walls only. 2. Masonry split faced block to be integral color in lieu of stained block. Division 5.. 1. Aluminum wcir plates are included at the concrete troughs. (Reference Drawing 10133). 2. We include prime steel bar joist with bridging in lieu of galvanized. (Reference Drawing 19S4). 3. Aluminum checkered plate to be made of 5086 aluminum alloy in lieu of specified 6061 aluminum alloy. All load requirements will be as noted in the contract documents. Division 6: 1. Millwork manufacturer to be Case Systems. (!his is the millwork side of Fisher Scientific). Division 8: 1. Metal door to have an R -value of 11 in lieu of 12 as specified. Division 10: 1. Key lock box to be Knox Box 3250 series. Westside W\VI'P • • • Qualifications and Exclusions — Page 4 2. Lockers to be manufactured by ASI Storage Solutions in lieu of Republic Storage Systems as specified. 3. Monument sign to be one-sided. 4. 4 -each cast aluminum street numbers are included. 5. 40 -each warning/caution interior signs are included. 6. 10" x 8" interior signs arc to have aluminum frames in lieu of plastic. 7. Fire extinguishers specified as Ilalitron are included as CO2. Division 12: 1. Epoxy lab countertops to be black. Division 13: 1. Pre-engineered wall panels are included as 24 -gauge. 2. Interior wall panels are priced as PBR profile panels in lieu of flat sheets. 3. 12 -each metal building color selections to be provided in lieu of the 20 -each specified. 4. The roof insulation for the pre-engineered metal building is included as 6" thick R19 insulation. Division 14: 1. Variable frequency drives for hoists are 2 -step instead of 3 -step, as specified. 2. Flanged wheels are included for the cranes per industry standards. Division 15.' 1. The Penberthy mixers at post aeration are constructed of 304 stainless steel. 2. Pipe encasement is flowable fill. 3. Bolting for flanged joint DIP is as follows: • Exposed: A307 Grade 13 with heavy hex head and nut with plain mill finish. • Submerged: 316 stainless steel with standard heads and nuts. 4. The plant effluent line is included as cement lined D.I.P. Westside W\VIP • • Qualifications and Exclusions - Page 5 GENERAL: City of Fayetteville acknowledges that Brasfield & Gorrie, LLC's price does not include an allowance for escalation in prices of material or labor due to extraordinary circumstances such as war or natural disaster beyond the control of Brasfield & Gorrie, LLC. If such price escalation occurs during performance of the work, Brasfield & Gorrie, I..LD=C will give City of Fayetteville written notice of such occurrence and McGoodwin, Williams and Yates, City of Fayetteville and Brasfield & Gorrie, LLC will work together to limit the impact of the price escalation or Brasfield & Gorrie 1.1.0 will be provided a Change Order to compensate for the additional costs or delays associated with the labor or material price escalation. EXCLUSIONS 1. Testing water cost. 2. Watchman 3. Hazardous material abatement. 4. Soil treatment. 5. Epoxy bonding agents. 6. Water reducing admixtures. 7. Filter Fabric @ A/8S2. 8. Clcanouts or inspection ports in concrete forms. 9. Measuring floor and slab flatness testings. 10. Factory waterstop fittings. (B&G to fabricate in the field). 11. Rubbing the underside of formed floors or slabs. 12. Rubbing the inside surface of walls that have either a cover or grating covering. 13. Water curing of walls. 14. Underslab dampproofing. 15. Lockcr room hampers. 16. Audio visual equipment. 17. Office furnishings and equipment. 18. Residential appliances. 19. Class 1, Group C, Division 1, explosion -proof motors for cranes and hoists. 20. Any new GBT material. 21. Initial chemical fill. 22. Spark resistant components for cranes and hoists. 23. Di-conized water system. 24. Power company charges for primary service to site. 25. Fire treated lumber 26. Greencutting. 27. Charges and/or fees by Arkansas Western Gas to extend service to the location shown on the plans. 28. Owner's Protective Insurance. 29. Sewer impact fees. 30. Building permit cost. 31. Water impact fees. 32. Storm water permit. Westside WWI? • • Qualifications and Exclusions — Pagc 6 33. Plan Review Fees. 34. Gross Receipts Tax. 35. Liquidated Damages. 36. Maintenance Bond. ATTACHMENT "B" Project Manual Title: PROJECT MANUAL FOR FAYETTEVILLE PROJECT NO. 02133 CONTRACT NO. WP -3 WESTSIDE WASTEWATER TREATMENT PLANT AND WETLAND MITIGATION SITE (RLF PROJECT NUMBER CS -050803-03) AND BROYLES ROAD IMPROVEMENTS FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENTS PROJECT Project Manual Volumes: Volume 1 of 3, dated March 2005 Volume 2 of 3, dated March 2005 Volume 3 of 3, dated March 2005 C ATTACHMENT "C" DRAWING LIST FOR FAYETTEVILLE PROJECT NO. 02133 CONTRACT NO. WP -3 WESTSIDE WASTEWATER TREATMENT PLANT AND WETLAND MITIGATION SITE (RLF PROJECT NUMBER CS -050803-03) AND BROYLES ROAD IMPROVEMENTS FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENTS PROJECT Volume I: General, Civil, Utilities, Architectural, Structural, dated March 2005 Volume 2: Plumbing, Mechanical, Instrumentation, Process Volume 3: Broyles Road Improvements `� ATTACHMENT "D" Addendum No. 1, dated June 25, 2005 Addendum No. 2, dated July 14, 2005 Addendum No. 3, dated August 30, 2005 )ees City of Fayetteville • 1612,0165 Staff Review Form City Council Agenda Items f�jgsfu /d ! %otrt or Contracts 20 -Oct -05 City Council Meeting Date David Jurgens Water/Wastewater Water/Wastewater Submitted By Division Department Action Required: of a Guaranteed Maximum Price construction contract with Brasfield & Gorrie, LLC., as a Committee, in the amount of $59,994,710.00, for construction of the Broyles Road Wastewater Treatment the Broyles Road 12 Inch Water Main, and the WWTP Wetlands Mitigation Area berms, and approve a 4% 3ency of $2,400,000.00. Funds are available in Fiscal Year 2005 budget. $62,394,710.00 Cost of this request 4480-9480-5315.00 Account Number 02133.0304 Project Number Budgeted Item City Attorney Received in City Clerk's Office oc Fina ce a Internal Service Director Date $ 113,011,587.00 category/Project Budget $ 26,422,154.33 Funds Used to Date $ 86,589,432.67 Remaining Balance Budget Adjustment Attached I4-otoC Date atk f7 6S Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: • City Council feting of October 20, 2005 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody From: Fayetteville Se Committee WSIP Team David Jurgens, Water/Wastewater Director Date: October 14, 2005 Subject: Approval of a Guaranteed Maximum Price construction contract with Brasfield & Gorrie, LLC., as approved by the Sewer Committee, in the amount of $59,994,710.00, for construction of the Broyles Road Wastewater Treatment Plant, the Broyles Road 12 Inch Water Main, and the WWTP Wetlands Mitigation Area berms, and approve a 4% contingency of S2,400,000.00. Funds arc available in Fiscal Year 2005 budget. Fayetteville Sewer Committee and City Administration recommend approval of a construction contract with Brasfield & Gorrie, LLC., in the amount of $59,994,710.00 for construction of the Broyles Road Wastewater Treatment Plant, the Broyles Road 12 Inch Water Main, and the WWTP Wetlands Mitigation Area berms, and approval of a 4% contingency of $2,400,000.00. The cost is broken down into the following components: Wastewater Treatment Plant S59,432,615 12" Water Line on Broyles Road 380,968 Wetlands Mitigation Berm Const. 181.127 $59,994,710 BACKGROUND On July 19, the Mayor implemented a Team approach to the WSIP management. That Team consists of Steve Davis, Ron Petrie, Tim Conklin, Gary Dumas, Susan Thomas, and David Jurgens. On July 21, two bids were received for the West Side Treatment Plant construction: Archer Western $71,098,000 Van Horn 62,472,770 Engineer's Estimate 47,600,000 Certified Funding Award Limit 48,000,000 60,000,000 (125% of Certified Funding) The low hid included three major componments: Wastewater Treatment Plant S57,704,93I Broyles Road with 12" Water Line 4,310,639 25.5 acre Wetlands Mitigation Site 457,300 $62,472,770 As this bid exceeded the award limit, staff immediately began evaluating alternatives. The City requested statements of qualifications from contractors and construction management firms under ..o BRSFIA Memo to Council on contract award.doc • City Council reting of October 20, 2005 Act 1989 of 2005, whereby municipalities were enabled to select firms for construction projects exceeding $2 million. Eight firms submitted statements of qualifications; five were interviewed by the selection committee that consisted of staff, one City Council member, and representatives of McGoodwin, Williams and Yates, the Engineering firm that designed the project. Of these five interviewed firms, Brasfield & Gorrie was selected. Negotiations began immediately. Alternative materials, treatment techniques and construction techniques were considered to identify any reasonable means to reduce the cost of the project while not compromising the quality of the treatment, the discharged effluent, the odor control system, nor any other part of the wastewater treatment plant. Two components of the original project, planting of the wetlands plants on the 25.5 acre wetlands mitigation site, and construction of Broyles Road, are not included in this contract and will be completed at a later date under separate bids. Discussion with the first bidders and Brasfield & Gorrie made it apparent that it is more cost effective for the City to directly contract for this work. The attached Resolution includes a 4% contingency. This contingency will be used only if unforeseen conditions result in unit quanity extensions as work is progressing on the site. For example: the Inlet Facilities per the MWY design require an undercut to elevation 1225.5'; if unacceptable soil is found at that elevation, additional excavation is required along with additional backfill material. The additional excation and necessary fill material would be a unit quantity extension. The contract states a fee per cubic yard of excavated unsuitable material of $3.75/CY measured in place and a fee per cubic yard or ton (depending upon required fill) for appropriate backfill. The contingency would be used in situations where it would be impractical for unit quantity extensions, to stop work for 3 to 4 weeks and seek Council approval. On a project of this scale, unforeseen conditions will be uncovered. Without the contingency, project delays will result from an inability of the project engineer and project manager to authorize work to continue in a timely manner. These delays could extend the project timeline and GMP. DISCUSSION The provisions of Act 1989 allow for guaranteed maximum price (GMP) contracts. This means that the City's maximum cost for the project is the GMP, and that paymentsre made on the actual cost of work plus an agreed upon Contractor's Fee of 6.5%. This is similar to the technique the City has employed for years for paying for professional services. The GMP can be modified only by change order. The negotiated price of 559,994,710 reflects an excellent price for this project. Brasfield & Gorrie is ranked number 29 in the Engineering News Record listing of the top 400 contractors in the country, and has an excellent track record of success in projects ranging from much smaller to much larger than this project. Given the economic impacts of 1-lurricanes Katrina and Rita, the City is receiving an excellent price for an excellent product. All aspects of the contract were evaluated in order to reduce the overall cost to the City. If the net cost for a task was cheaper for the City to execute a task, then the task was removed from the contract. These savings were realized in several ways: first, the City can accomplish the task at a lower cost; second, if the cost of the City and the contractor doing the work was the same, then the City would save the contractor's 6.5% fee. Tasks removed from the contract include: BRSFLD Memo to Council on contract award doc • City Council IvTveting of October 20, 2005 Task Alternative Technique Estimated Savings Builder's Risk Insurance City buy $24,000 Water Used City buy TBD, Contractor's Fee Protect Gas Line Progress Photos Dumpsters Electricity Diesel Fuel Broyles Road Construction Wetlands Plantings City contract with gas Co. Engineer provide digital photos City pay for City pay for City pay for Separate later contract Separate later contract TBD, Contractor's Fee $28,000 TBD, Contractor's Fee TBD, Contractor's Fee +/- 0.16/gallon plus Contractor's Fee TBD TBD BUDGET IMPACT Funds are available in Fiscal Year 2005 budget. This contract is being funded by City funds; it is staffs intent that follow-on line work projects will be funded using the Arkansa Natural Resources Commission Revolving Loan Funds. BRSF D Mctno to Council on contract award.doc RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT WITH BRASFIELD & GORRIE, LLC, TO BUILD THE BROYLES ROAD WASTEWATER TREATMENT PLANT, THE BROYLES ROAD TWELVE INCH WATER MAIN, AND OTHER WORK FOR A GUARANTEED MAXIMUM PRICE OF $59,994,710.00 AND A CONTINGENCY OF $2,400,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the contract attached as Exhibit A with Brasfield & Gorrie, LLC, to build the Broyles Road Wastewater Treatment Plan, the Broyles Road Twelve Inch Water Main, and other work for a guaranteed maximum price of $59,994,710.00 and a contingency of $2,400,000.00. PASSED and APPROVED this 20th day of October, 2005. APPROVED: ATTEST: By: SONDRA SMITH, City Clerk By: DAN COODY, Mayor Glance Pearman - Res. 208-05 r r Page 1 From: Clarice Pearman To: Jurgens, David Date: 11/4/05 4:15PM Subject: Res, 208-05 David, Attached is a copy of the resolution passed by City Council on October 20, 2005 regarding Brasfield & Gorrie contract for the WWTP. Have a good weekend. Glance CC: Bell, Peggy; Deaton, Vicki ACORDI. CERTIFICAT `F LIABI -[T,Y' INSURANCE^° DA02/02/06 Pauntic. Risk Services, Inc. of New York ADnT1llS CERTIFICA'I E IS ISSUED AS A ,\IA'I9'ER OF INFORMATION ONLY 55 East 52nd Street AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS New York NY 10055 USA CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ruoaE. (866) 266-7475 FAX- 866 467-7847 INSURERS AFFORDING COVERAGE LN41 RE1) INSURERA ACE American Insurance Company III Industries, WEDECO, Inc. INSURERS 14125 south Bridge Circle South Point Business Park INSURFRC Charlotte NC 28273 USAIt INSGRER U• c INSURER E � COV F:RAGFS This Certificate is not intended to s - i all2!—rWVkraM,Iernns,wndiIions and exclusions oft - fl1May 'App y 'III. POI.ICIIiS OF INSURANCE LISTED BELOWHAVE BEEN ISSIIFD TO I'l1li INSURED NAMED ABOVE FOR THE F'OI.ICY }'ER !1 , ANDING t ANY REOUIRE\IINT. TERM OR CONDITION OF ANY CONIRACIOR OTHER DOCUMENT WAIT RESPECT TO WHICH TIlIS CERTIFICATE MAY BE ISSUED OR MAY 2 I'i'µUV v, THE. INSURANCE AFFORDEL) BY TIIE POLICIES DESCRIBED IIERFIN IS SUBJECT TO ALI.'1lIE. TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGItU. GA I'E LIMA'S SHOWN MAN' FUVF BEEN REDUCED BY PAID CLAIMS. IN \R I.TR T'PLOFINS(IRAM(r: M)IJ(Y NUMBER PoliO DATE(M FECT1\' POLICY KXPIRATION DATE(NIMDDIYFI DATE(ItlRDD1YV) LIMIR CR A ee.IRM. LueuIn' 73034-8 01/01/06 01/01/07 FACET OCCURRENCE. $2,000,000 N.. General Liability X COMMERCIAL GENERAL LIAi11LIfl iBIEDANAOE(Amonethe) $2,000,000 .L CLAIMS MAUIi X❑IX(AnYR MEL) EX? (Aone pawnC ) _ N PERSONAL & ADV INJURY $2,000,000 U. GENERAI. AGGREGATE $10,000,000 rd.' I. MR1RI.GATF LIMIT APPLIES PER PRODUCTS - COMPIOP AGO PRD $6,000,000 X rrn.I(N ❑ JLcr ❑ ux�. C a S. A AI IIO. 1O BII.F. I.I AMLIIY 15AH08022276 01/01/06 01/01/07 CO.MBINFD SINGLE LIMIT 6 Automobile Liability o++ccdmn $2,000,000 S X ANC AUTII ALLOWED AUTOS BODILYINJURY L SCI II OULED AI IDOS I Pe, penv,) IIIRrt' AI.1OS BODILY INJURY NON OWNED AUTOS (Pe, pr<,hn) PROPERTY DAMAGE (PC .ccdenl) (AR.)GE LIABII.IIY AUTO OST.Y - FA ACCIDENT ANN" AU IO OTHER I'II.Y FA ACC ALTO ONLY AGG IX('ENS LI,\BII.ITY LACH OCCURRENCE (%'C IIR ❑ CLAIMS MADE AGGRF'GATI: DEDUCTIBLE. RI.! I' NI' ION A w ORKI:RS COSIPENSATION AND MRC4433865-8 01/01/06 01/01/07 X IWC SUIL orH CM PLOVERS LIABILITY WC - A05LIMITS A 5CFC4433872-5 01/01/06 01/01/07 EL EACHACCIPENT $2,000,000 WC - SC & WI E1. DISEASE -POLICY LIMIT $2,000,000 EL DISEASE.:\ EMPI.OYE.E $2,000,000 OTHER ❑1\( RIITIUN OF OPERArIONST.00ATID.`LSI\F.IIILIFSTXf.UNION5 ADDED Fly LNDORSI3 NTISPECIN. PROVISIONS A Brasfield & Gorrie, 729 South 30th Street, Birmingham, AL 35233 is included as additional insured as their interest may appear for General and Auto Liability insurance including but not limited to lessors of real or personal property. Broad Form vendors Coverage if required by written contract. CERTIFICATE. H LDER - I :, :• "s1`!'� •Etils `T �.`.' :1, ''``,c 'r....... ; - Ci ty of Fayetteville, AR SIMULD ANY OF TIIE ABOVE DESCRIBED POLICIES BECANCELLED BFJORE THE EXPIRATION ]L' Attn: Accounting Dept. DATE THEREOF. TIIE ISSUING COMPANY WILL ENDEAVOR TO MAIL 113 W. Mountain 30 DAYS WRITTENNOTICE TOTHF. CERTIFICATEIMLDER NAMED TO THF.LEFT. rayetteville AR 72701 USA BUT FAILURE TO DO SO SIULL IMPOSENO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. IFS AGENTS OR REPRISENTATI V ES AUT)IOMl1:U REPRI.SENTATI\n'. •'Q�^�A"�-�'^v'"•4""�'�'N�' SC • A 1RD 25-S j7I97 rY',. _ r {I,l4 w/o2ug d 5 ACORPP CERTIFICATt OF LIABILITY INSURANCE DATE (UWODWYYYY) 10/31/2005 PRODUCER (205)879-1945 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Hiles, Ridolphi & Associates. Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Suzi Phi (pot HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 531310 Birmingham. Al 35253 INSURERS AFFORDING COVERAGE NAICM INSURED Brasfield & Gorrie, LLC INSURERA. Travelers Indemnity Company P.O. Box 10383 INSURERBTravelers Property Casualty Co. INsunER. Phoenix Insurance ComDanv Birmingham. AL 35201-0383 INSURERD. INSURER E'. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, WSR TA AWU NBR POLICY NUMBER POLICY EFFECTVE POLICY EXPIRATION DA1tflCWPfl -. - - — --� LJMRS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 X MEDEXP(Mya p.non) COMMERCJALGENERALUABIUTY CWMSMADE I X OCCUR CO 78528663 07/01/2005 01/01/2006 $50,000 &5,000 A Contractural Liability PERSONALSADVINIURY $1,000,000 X Coep Ieted Operat Ions GENERAL AGGREGATE s2,000,000 GENT AGGREGATE LIMIT APPLIES PER'. PRODUCTS . COMPAJP AGG ----- s2,000,000 PODGY x PRO LOC AUTOMOBILE LIABILITY ANY AUTO CAP 5449B876 07/01/2005 07/01/2006 (EA eor,aAn) COMBINED&NG ELIMT $1,000,000 X $ B ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (PW pttpn) X HIREDAUTOS NONOWNED AUTOS (PBOO•I)__RY W J) $ X PROPERTY DAMAGE (PWm Ad 4) S GARAGE LIABILITY AUTO ONLY . EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY. AGO EXCESSAJMBRELLA WBILT' EACH OCCURRENCE s5 000 • 000 X I OCCUR CLAMS MADE (CUP 5449B864 07/01/2005 07/01/2006 AGGREGATE $5,000,000 $ B -_ $ DEDUCTIBLE $ X RETENDON 110,000 C WORKERS COYPENSATtON AND EMPLOYER5LlABILITY ANY PROPRIEToRtP RTNEIVEXECUTIVE OFFICERVMEMBER EXCLUDE OT No UB 70058775 07/01/2005 07/01/2006 WCSTATU 10TH. X LLS. ... ER- E.L EACH ACCIDENT $1,000,000 EL DISEASE. EA EMPLOYE' $1,000,000 EL DISEASE POLICY LIMIT $1,000,000 II f, dettw rnd' SPECIAL PROVISIONS Slow OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Owner, Program Manager, Program Manager's Consultants, Engineer, and Engineer's Consultants are Additional Insureds under the General Liability and Umbrella coverage shown w/respects the Fayetteville Project No. 02133.0204 Contract No. WP3, Westside WWTP and the Wetland Berms and the Water Line at Broyles Road, Fayetteville, Arkansas. See attached Blanket Additional Insured Endorsement that applies., CERTIFICATE HOLDER CANCELLATION CITY OF FAYETTEVILLE, ARKANSAS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 113 WEST MOUNTAIN STREET DATE THEREOF, THE ISSUING INSURER MAL 30 DAYS WTUFTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. �LL FAYETTEVILLE AR 72701- OR A SE ACORD 25 (2001108) v O ACORD CORPORATION 1988 STPAUL TRAVELERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY - CONTRACTORS COVERAGE PART WHO IS AN INSURED - (Section II) is amended to include any person or organization you are required to include as an additional insured on this policy by a written contract or written agreement or Certificate of Insurance in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought. The person or organization does not quality as an additional insured with respect to the independent acts or omissions of such person or organization. The person or organization is only an additional insured with respect to liability caused by "your work" for that additional insured. 2. The insurance provided to the additional insured is limited as follows: a) The insurance provided to the additional insured does not apply to "bodily injury", "property damage", "personal injury" or "advertising injury" arising out of an architect's, engineers or surveyor's rendering of or failure to render any professional services including: I. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and II. Supervisory or inspection activities performed as part of any related architectural or engineering activities. b) This insurance does not apply to "bodily injury" or "property damage" caused by "your work" included in the "products -completed operations hazard" unless you are required to provide such coverage for the additional insured by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought and then only for the period of time required by such contract or agreement and in no event beyond the expiration date of the policy. 3. Subpart (1)(a) of the Pollution exclusion under Paragraph 2., Exclusions of Bodily Injury and Property Damage Liability Coverage (Section I - Coverages) does not apply to you if the "bodily injury" or "property damage" arises out of "your work" performed on premises which are owned or rented by the additional insured at the time "your work" is performed. 4. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought specifically requires that this insurance apply on a primary or non-contributory basis this insurance is primary to other insurance available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that other insurance. 5. As a condition of coverage, each additional insured must: a.) Give us prompt written notice of any "occurrence" or offense which may result in a claim and prompt written notice of "suit'. Insured: Brasfield and Carrie, Inc. Term: 07-01-05 Policy B RT C2 K CO 78528663 -05 1ND �,I.r ,rlJoFr-oS Federal Bond No. 8188-38-66 Travelers Bond No. 076 SB 10462inQd BCM DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that Brasfield & Gorde, LLC 729 South 30th Street Birmingham, Alabama 35233 as Principal, hereinafter called Contractor, and Federal Insurance Company and Travelers Casualty and Surety Company of America 15 Mountain View Road Warren, NJ 07061 One Tower Square 5PB Hartford, CT 06183 (Co -Sureties 50/50) as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Fifty Nine Million, Nine Hundred Ninety -Four Thousand, as Obligee, hereinafter called Owner, in the amount of Seven Hundred Ten and No/100 Dollars (S 59,994,710.00 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated Zo QrT . 20�, entered into a contract with Owner for construction of a new Westside Wastewater Treatment Plant which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 00610 -Performance Bond.doc 00610-I DOCUMENT 00610 — PERFORMANCE BOND: (continued) B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange fora contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this 4 day of t4 .aSAA 6rt £2041. CONTRACTOR (CORPORATE SEAL)` Brasfield & Gorrie, LL , By Vice Pr v ent, Divisio Tanager 00610 -Performance Bond.doc 00610 —2 0 AND DOCUMENT 00610 — PERFORMANCE BOND: (continued) Federal Insurance Company By Earl D. Rldolphl, Jr., Attorney -In -Fact and Licensed Non -Resident Agent ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) SURETY Travelers Casualty and Surety Company of America By Earl D. Rldolphl, Jr., Attorney -In -Fact and Licensed Non -Resident Agent all (I) .Weitia!IflJ (This Bond sha'If be accompanied with Attorney -in -Fact's authority from Surety) (Co -Sureties 50150) 71 '1') 111y Jul v 1.1.. 1 COUNTERSIGNED: Resident Agent State of Arkansas 1 Licensed Resident Agent (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas Licensed Resident Agent (CORPORATE SEAL) Approved as to Form: Attorney for ;IT,1tISc•ThIe¼i 00610-3 Federal Bond No. 8188-38.66 • Travelers Bond No. 076 SB 104620658 BCM • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOWALL MEN BY THESE PRESENTS: that Brasfield & Gorrie, LLC 729 South 30th Street Birmingham, Alabama 35233 as Principal, hereinafter called Contractor, and Federal Insurance Company and Travelers Casualty and Surety Company of America 15 Mountain View Road One Tower Square 5PB Warren, NJ 07060 Hartford, CT 06183 (CoSuretles 50150) 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, for the use and benefit of claimants as hereinbelow defined, in the amount of Fifty Nine Million, Nine Hundred Ninety -Four Thousand, Seven Hundred Ten and No/100—Do(laz5 (S 59,994,710.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated . 20. entered into a contract with Owner for construction of a new Westside Wastewater Treatment Plant which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be vpid; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00611 -Labor R Matl Payment Bond.doc 00611-I S DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were famished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place when an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00611 -Labor & Mail Payment Bond.doc 00611-2 • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20_ • CONTRACTOR (CORPORATESEAL: Brasfield & Gorrie, LVC - ` By Vie resident, Di isi n Nana ( SURETY Federal Insurance Company By Earl D. Ridolphi, Jr., Attorney -In -Fact and Licensed Non -Resident Agent COUNTERSIGNED: Resident Agent Licensed Resident Agent 0061 l -tabor & Mad Payment Bonddoc 00611-3 0 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT' (This Bond shali'be accompanied with Attorney -in -Fact's authority from Surety) (CORPORATE SEAL) AND SURETY COUNTERSIGNED: Resident Agent Travelers Casualty and Surety Company of America By Earl D. Ridolphl, Jr., Attorney -In -Fact and Licensed Non -Resident Agent ATTORNEY -IN -FACT (This Bond shhtl be accompanied with Attorney -in -Fact's authority from Surety) (Co -Sureties 50/50) State of Arkansas tthew K. Cashion Jr. Licensed Resident Agent. U . (CORPORATE SEAL) Approved as to Form: Attorney for 00611 -Labor & Mat! Payment Bond.doc 00611-4 This Notice pertains to the following Surety Bond Issued by a member Insurer of the Chubb Group of Insurance Companies, Including Federal Insurance Company, Vigilant Insurance Company and Pacific Indemnity Company. Bond Number. 8188.3&66 POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. C Chubbit FsdeM bauran4 Company —Si. Sinty ap.M1ttafd OF VI91YM Irwrana Cartparry 15 MoutlNn View Read gIYIB% ATTORNEY Pacific Indwnily Company Wo N NJ 07059 Ka Al by Tlaa Pwawas. That FEDERAL US RN COMPANY, m kdkro corporation. VIOaANT OOURANCE COM►ANY, a New York cnponWm, end PACF+CMOE/1rIY COM►ANY.a Wisconsin caponem,doeachhraby mnLLta ell appoka Earl D. Ridolpphi Jr., Suzi Philpot, Roland Hines, Mary Pannell, Sheryl Cooper and Charles E. Carper, IV, of Brimingham, Alabama, Jane Huddleston, Douglas K. Arran, Sr., Joan N. Miller and Walter C. Dowdy of Montgomery, Alabama----------------- adh as h1 bus and MU At...., -r--Fat b mans under suck dalwtabn b Get ,arias arid b alt tki amporab Saab bard eke for and on that behalf a .tasty tenon .r ago lee. bond. and urWaldngs and ohr wrerp obtabry in to nature damf Wier Len bell bonds) gem or eaectab in to as of blakness, and any kamanents amendlq or Sharing h lame, and contents b h moddrtbn or alteration d my ketumet loo med b in said bads or obligation. b naea riamot said FEDERAL MSIRMNa COMPANY, VIGILANT IOURANCE COMPANY, and PACIFIC PC MIT COMPANY Mee each a.awaamar+eam.eora«n.rdrtwh►co;, - sararid+ 30th day of September, 2004 T. W. Carnesgh, Vr Prsernt STATE OF NEW JERSEY u. Co tidy of Smwsa on e.a 30th , September, 04sitm ms, a Nary Putt S New Jeasy, pstaon lay cams Kenneth C. Wend&, bite Mown b M AssUttta Secretary of FEDERAL WSll1ANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC I DEINITY COMPANY, the co npanls with aaettd h foregoing Pose of Amory. and h said Kendra C. wallet being by ms duff' .worn, de depose and Say 1M M Is AaStar Sec eWy of FEDERAL MURANCE COMPANY. VIGIANT INSURANCE COMPANY. am PACFIC PC flINITY COMPANY and bows the corporal sal tared, tine on sat ins b h bngdng Pone of Albmsy an such corporate sssl aid wee drab acrd by auto fy of it. By- Law■ of sae Conpan r; and Val M signed see Power of Atbnsy a As.Wnt Ssastsry of said Coa w4s by la aWndy: and ht M t wquSMW with T. W. Cavanaugh, at knew a Mn b be Vita Pm Wnt of said Ccngnr: ad hr In, spn d" ST. W. Cavamtgh, ntacrb.d to sae Pore of Attorney Y In We go uir rwdsring d T. W. Cmnaugh, and wa Iran subs by sttedy d see By-laws ell V. esporrnfa pwarca. MARIA D. SCARDIONO // 0 NOTAgy �_ „ Nollo y PuWr, Stole of Now J•rw k I11 "uauc II �^^7 No. 2229781 ���,y �(/Jl \yE CWHIbli pion bores Sapf. 23.4008 Q / ��E CEtTFICATION Nt>.y 6eact from h Ell of FEDERAL HSURANCE COMPANY, VIGILANT INSURANCE COMPANY, ad PACFIC INDEMNITY COMPANY: 'N to wan of Mbn e y for and on behalf of U. Company nary and eel be rated in the name and an behalf of h Company. air by We a'.arMn or One President a a Via President a an MilaM VS Pmrnt Jointly with an Salary or m Assistant Sassy, under that mpMM dalpaeons. Ti. .Qnaae of Such oMtae may be anparsd, prMed a tlbpsphsd. TM signature of sa:A St's bbwi g oxhA s: CLaknan, Resesi any Vies Resident any Mslad VS Presidrit Sy Secreary, ay Aaalars Swaney .rd the sal of the Cmgsny cosy Sifted by fac.M. b ay powe d atomy a b ray WWWRna r- hg tlsrab sppott, Aeafeam Sentrr or Alomya- 1-Fect for purpesa only of ScSacand afeslbng bonds and u derakYps and We whip obligatory bib.. risen heed, And ay sadh pow. S .wmy a ootrkabs bearing such ac.$ l slgnsam or aoaknk Sul shelf be vaM and biding Loon the Company and any Sidi Ibwe so -actaed end certil.d by such aokrs apnaure and bomb t' and be aid end bbAng upon Its Company with mesa b any bad or udeekhg b with lb fY1ud.' I. Konrnm C. Wendel Assistant Seeraery of FEDERAL INSURANCE COMPANY, VOIANT INSURANCE COMPANY, and PACFIC INDEMNITY COIPANY Pia 'mmpades') oo traby cwtyy that (I) I. Iapdng darted SO. By -Laws Sib. Congener Is me and coats, 44 h Conpnr n duff licensed and atdnorlaed b Mad molly buelnas In a1 50 d de UMsd San of Aroma and h Dirikl of Cokanbh and an surtrb.d by h05. Treat day Depute and: fu Uw, Federal ad Vbbnt era ksnsed In Puab Rbo is to US. Virgin Islands, as Federal It kanesd In Amsrkart Sena., Guarn, and each of U. Rovbcw IN Canada rcpt Pao Edward Island: and (D h bnspxng Pave of Ataihy Is bee, maned and h W Axe end Sleet GNs. under my hind aid Sub of sae Cmpsnr at Wean. NJ Into IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3658 e -met surety Q)Mubb.com Form 15-10-07156-U f I, 5-03) CONSENT •, STPAIUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On Nov. 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act'). The Act establishes a short-term program under which the federal government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the federal government will pay a share of such losses. Specifically, the federal government will pay 90 percent of the amount of covered losses caused by certain acts of terrorism, which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism -related losses for which the federal government or an insurer can be responsible at $100 billion, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 1LT-1018 (9/04) TRAVELE ALTY M'D SURETY COMPANY OF AMA TRA LERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hanford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents nuke, constitute and appoint: Roland Hines, Earl D. Ridoiphi, Jr., Mary Pannell, Suzi Philpot, Sheryl Cooper, Charles E. Carper, IV, Douglas K. Ama, Jane Huddleston, Joan N. Miller, Walter C. Dowdy, of Birmingham / Montgomery, Alabama, their true and lawful Attorncy(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorncy(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: 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 ha. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Resident 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. VOTED: 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 seeded 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 Agars pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Canpany officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: 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 upon the Company in the future with respect to any bond or undertaking to which it is attached. (05-04) tlnlimnad IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 4th day of January, 2005. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD v �� 4w •`+• oar '6 s T,a �O. o tfa2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY V �V By George W. Thompson Senior Vice President On this 4th day of January, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument arc such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2006 Notary Public Marie C. Tetreautt CERTIFICATE I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of .2005. nNnroao. I/a26 0 `�• + .`3 Peter Schwartz Senior Vice President o p m O y b CO W V N N a 4I N m pD D C 4 d O O N (n a° Ip pJ m O O N 841 G d � 00 y m N o m 3 d m J. N p O J O N m J d m ^ V T Ui <C N N O Ca a o J C J S N d O 2 d J = N p 0 o O i0 W p O N N 0 am J O J X d C .1 N 00 d 1p p m fA O — C '. 3 d N' C >00 d 'o " J r 0 T O J r a m N =O p m N m m N m _ l / to Or 2- C m O C m d b d C b a M 0 d d m J m r A J J 00 d OCo O W m m O 0 m m M CD O d N X 0 e a CT,. J N N N N M N M N N N CO J a p. a a a a a a a a a O O $ 0 C O O O O O O O O O O O O O O O O O O O O I7 a O O O o r r m n N T T C D d O J 7 O � w O m 0 N b S < N U, w J _ D c m w C O p. N • C m yby Q 0 T C cfl C c 3 - o 3 0 a r s o p " s m a m N o a m O -1 -4 CO T m o<-' <; o X °i °'. CD x vo 3 H 1°n m d (ct J N O m j O C -. m e o o d 0 _ w O w D O J m mIC O n m D O m o O — _4?____ p N N N < C NO N C <m CO O d_ O O N a m O CD P P �Op p N Pb O 2 V V D O # d O o a a O O CD N a m N Z N p QQs DATE(MM/DD/YY) ACORDCERTIFICATE OF LIABILITY INSURANCE 02/02/06 r"(Il)OI:1 AOn aitk services, Inc. Of New York 1 THIS CERTIFICATE. IS ISSUED AS A MATTER OF INFORMATION ONLY 55 East 52nd Street AND CONFERS NO RIGHTS UPON THE CERTIFICATE IIOI.DF.R. T1115 New York NY 10055 USA CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE 1•uHI\1:. 866 266-7475 FAX 866 467-7847 Ia.uH1.0 INSURERA ACE American Insurance Company ITT Industries, WEDECO, Inc. 14125 South Bridge Circle INSURER South Point Business Park charlotte NC 28273 USA INSURERC INSURER D INSURER E ( )VEItAG ES This Ccniticate is not intended to specify all endorsements. coverages. terms, conditions and exclusions of I May Apply I Ins II)LICI1!S OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED WINED ABOVE FOR THE POLICY pERJIfl,lT4&A1AN DING ANV kI!OIIIRE\TENT. I FIRM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT W ITII RESPECT TO WHICH THIS CERTIFICATE MAY HE ISSUED OR MAY 192 R I'.V S. l'I IIi INSURANCE AFPOR9::D BY TIIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TIIE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. ,wa;KEI;Al1: LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIDCLAIMS. l\'"POLICYNUMBER IJ It I \'Pl: 0115511 N.A5('F. POIJC\' EFFECTI\ DATE(MM\DD\il') IOLICI' L\PIRATION DATE(MMN)D\YY) LIMITS A I:1:\I:H\11IARIIITI' X5LG2173O34-8 General Liability 01/01/06 01/01/07 EACHIOCCURRENCE 12.000.000 X f0\I ICKCIAI. GENERAL LIABILITY FIRE DAMAGEAAm a,-Rrtl 12,000,000 I LAM% MAI)I XX OCCUR MED IXP(Am on otnonl PERSONAL a ADV INJURY 12,000.000 GENERAI. AGGREGATE 110,000,000 ,HLYL ,\f kiRIC, .\TE LIMIT APPLIES PER PRO IYILIfY IEcT I I L°C PRODUCTS- COMP/OP AGG 16,000,000 A AUIDMORIIEIIARIIIIY .\NY AUTO ISAH08022276 Automobile Liability 01/01/06 01/01/07 COMBINED SINGLE LIMIT (E.Q:mmt) 12.000.000 X BODILY INJURY .V.1. OWN El) Al n( )S ?CITE ("II.11) AUTOS ( Po THa*>•) BODILY INJURY I IiRCl' AUTOS \ON (IW'N'ED AU 105 Pa <IM") PROPERTY DAMAGE (Pa rcc,tu) 1:1 H.\cE LI A11II.I TY AUTO ONLY - EA ACCIDENT ASV Alit() OTHER THAN LA ACC AUTO AU ONLY U . AGG 1.\I'ETS 1.15RT1.I11' EACH OCCURRENCE K'fUR ❑ CLAIMS MADE AGGREGATE DI DUCTIlll.E RI'. 11:.\'I ION A A WOHN1:NN flulPLSAT105 A.5p I:11P1DY I:RN' LIABILITY wL RC4433865-8 WC - A05 5CFC4433872-5 01/01/06 01/01/06 01/01/07 01/01/07 X Iwc STATU OTH EL EACHACCIDEYT 52,000.000 E1. DISEASEPOI.ICYLIMIT 12,000,000 WC - Sc & WI EL DISEASE -EA EMPLOYEE 12. 000,000 I'1111:K 01 1( Rn• nu\ uI OPP.RA I'IOti V1.(X'ATIONY\'EHICLEAEBCIDSION5 ADDED BY ENIX)RSL.MiNT/SPLCIAL PROVISIONS Brasfield & Gorrie. 729 south 30th Street, Birmingham, AL 35233 is included as additional insured as their interest may appear for General and Auto Liability Insurance including but not limited to lessors of real or personal property. Broad Form vendors coverage if required by written contract. CEIt l IFICATE iIOI.I)EK CANCELLATION City of Fayetteville, AR Attn: Accounting Dept. 113 w. Mountain Fayetteville AR 72701 USA SHOULDANY OF PIE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF.TIIE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO TIIE CERTIFICATE HOLDER NAMED TO Ti1E LEFT. BUT FAILURE TO DO SO SHALT. IMPOSE.NOOBLIGAI ION OR LIABILITY OF ANY KIND UPON TIIE. COMPANY. ITS AGENTS OR REPRESENTATIVES AUTHORIZED RE➢RF-SENTATIVE Q�"•��'�'��'�•'A , d)&4—& ACORD 25-S(7/97) ACORD CORPORATION l9l 0 f\ 'C W It I- C C u• C 2 A David Jurgens Submitted By of construction contract City of Fayetteville Staff Review Form City Council Agenda Items or Contracts N/A- Mayor's Approval City Council Meeting Date WW System Improvement Project Division �YQS�e/Gt�F Water and Wastewater Department $273,671.00, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3. $ 273,671 $ 2,400,000 Wastewater System Imp Project Cost of this request Category/Project Contingency Program Category / Project Name 4480.9480.5315.00 Account Number • 02133-0304 Project Number Budgeted Item . XX $ 421,863 Funds Used to Date $ 1,978,137 Remaining Balance Budget Adjustment Attached EJ Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 208-05 cl DepartDire for Date Original Contract Date: 10/20/2005 cTj r A %� Original Contract Number: 1014 1 �J � .1 City Attorn y t Received in City Clerk's Office Finance and Internal Service Director Date ILReceived in Mayor's Office Date Fye eyi:le CONTRACT REVIEW MEMO City Council Meeting of N/A- Mayor's Approval To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 10 May 2008 Subject: Approval of construction contract Change Order N ber 4 with Brasfield & Gorrie, LLC., in the amount of $273,671.00, with no change to the contract tim , for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3 Staff recommends approval of construction contract Change Order Number 4 with Brasfield & Gorrie, LLC., in the amount of $273,671.00, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3. BACKGROUND Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment Plant (WWTP) in October, 2005. Work is over 95% complete, and is on track to meet the substantial completion date of May 31, 2008. DISCUSSION This Change Order rectifies several items identified during the eighteen months of construction. The larger items involve (1) the 8" effluent line installed to backflush the 30" force main; (2) additional surface concrete throughout the site; (3) escalation in paving costs; (4) metal liner panels in the Post Aeration Blower Building; (5) extension of the incoming force mains to project beyond the WWTP fence; and (6) several other miscellaneous minor adjustments. Brief descriptions are in the two pages immediately behind the change order. There are a few other details outstanding at this time. These include relatively minor functional operational and safety items that could not be identified until the facility construction is nearing completion. Mote details on these issues will be presented in Change Order # 5. McGoodwin, Williams, and Yates has reviewed and concur with the items in this change order. The West Side WWTP renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. BUDGET IMPACT This change order uses $273,671.00 of the approved $2,400,000 contingency, but creates no change in the contract time. A balance of $1,722,254.15 will remain in the approved project contingency after this change order. WP -3 Brasfield Change Order No 4 CC Memo Apr08 I • FAYETTEVILLE CHANGE THE ORDER CITY EV Y OF FAYETTILLF. ARKANSAS Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 4 Date of Issuance: April 16, 2008 TO CONTRACTOR: Brasfield & Gorrie, LLC ORDINANCE NO: / RESOLUTION NO: The Contract is changed as follows: EFFECTIVE The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. • The original Contract Price was.......................................................................................................... $ 59,994,710.00 Net change by previously authorized Change Orders......................................................................... $ 421,863.46 The Contract Price prior to this Change Order was............................................................................ $ 60,416,573.46 The Contract Price will be (® increased) (O decreased) (U unchanged) by ..................................... $ 273,671.00 The new Contract Price including this Change Order will be.............................................................$ 60,690,244.46 The Contract Times will be (U increased) (lJ decreased) (1Z unchanged) by ................................... ( O ) days Required date of Substantial Completion as of the date of this Change Order therefore is ................ May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. :Yl 4-21-o8 DATE ENGINEER ! 4 /rt3/o8 13Y DA I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable. and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each • sufficient to meet the above obligation. Distribution: ❑ Owner (4) U Contractor O Engineer 00940 Change Order 00940-1 V.ESTSIDE WWTP - CHANGE ORDER SUMMARY CONTRACT WP -3 ;• • GENERAL CONTRACTORS Description Increase Contract Amount Decrease Contract Value Engineering Sales Tax and Fuel Savings ($72826800) "``r,.' ,lllfilfit Work Directive #1 12" x 8" Tee and Valve Setting - Broyles Rd Waterline $12,830.00 Work Directive #2 12" Waterline Aditions $5,697.00 Addition of 4 Wire Feed at Structures 710,24 and 25 $15,949.00 Change Conduit Material from PVC Coated rigid to Aluminum Rigid - ($4423500) Work Directive #5 Filter Outlet Changes Welded Outlets in lieu of Tee's ($29,199.00) Change Clarifier Center Well Design UV Channel Modifications WD #7 $166900 Inlet Facility Electrical Room Modifications $86.1 17.00 Gas Line Crossing $19,521.00 Jobsite Utility Vehicals $28,633.00 Over Excavate and Backfill with #7 Stone $206,572.00 Control Panels 1-LCP-7 & 19-LCP-3 $47,999.00 Influent Pipelines WITHDRAW $225312 $0.00 Aerial Photos $5,000.00 Exterior Light Fixture Colors Reacted Combine 16 -MCC 1 &2 $0.00 Additional Floor Boxes (RFI #64 $2625.00 RFP #2 Deletion of HMI Programming from Bauman's Scope (OMI to Perform) ($17,100.00) RFP #3 Duplication of PLC 24 & 25 I/O's and Relocate Oxy Gen System $3172.00 Conduit Revisions Between Structures # 24 & #25 to Aerators $2543.00 Additional Waterstop at Clarifiers $15,401.00 Structure #17 Door Modifications - ($541.00) _ - `CHANGE ORDER #2S -a _ - i,'` Work Directive #9 Door Swing and add 2 Skylights Bldg #23 $1,366.00 Work Directive #10 Building #23 Overhead Door Size Change $297.00 Keystone Conveyor Control Panels $19,488.00 Additional Sales Tax $0.00 Influent Pipelines REVISED $231,245.00 L- - - -- -. CHANGED RDER #3'Y'i''';' W+",ta1[;aMYflCriJrll Concrete Thoroseal $145,113.00 Additional Caisson Depth $22,425.00 Additional Berm Material $5136.00 Work Directive #12 Post Aeration Changes $2,376.00 Yard Piping Changes U4 & US $8,719.00 Work Directive #13 Biosolids Processing Building ($254.00) Additional Point Loads Submittal 002-13125-0 Structure 17 $3,769.00 Contract Drawing Clarification 10 $2,295.00 Change Pipeline YP12 to C-900 ($11,329.00) Additional Import Structural Fill (Contract Unit Price) $193831.00 Structure 16 Chemical Feed Building Piping Material Change $14,901.00 Transfer Switch Pad & Conduit for Power Secure $3906.00 Photo Cells and Photo Cell Termination $9,315.00 Work Directive #14 - Change Blower Piping to Galvanized $621.00 - CDC #17 - Additional Structural Lintel $3,774.00 RFI #94 - Epoxy Anchors $5,813.00 SpacingSpadng of Bar Screen $2,322.00 , GHANGE ORDER:#4 .__ CI+..�1 8" Flushing Line to 30" Forcemain $73,883.00 Addition of Concrete Sidewalks $84,419.00 Addition of Vehicle Gate and Walk-through Gates in Site Fence $4,311.00 - Textured/Starred Concrete Sidewalk $1,353.00 Vinyl Wall Covering in Structure 22 $8,455.00 Extension of Forcemains - $11,160.00 Paving $35,180.00 Gas Line to Future Generator - $1,764.00 Metal Liner Panels in 13 $16,492.00 Relocation of the FDC at Structure 22 $1,151.00 Structure #2 & # 12 MOGs $4756.00 Additional Pipe Supports 4 : 10 16) $5,667.00 Trim piece T-101 per Architect $711.00 Raising of the Ceiling in Structure 16 Chemical Pump Room $6,145.00 Bldg. 23 Fiber Optic Duct Bank $6518.00 Addition of 2 Receptacles at Structure 12 $751.00 BRASFIELD AND G0RRIE, LLC 3021 7Th Avenue South Birmingham, Alabama 3$x33 P:105.319.4000 F:2o5.15ta304 w: BrasfieldGorrie.com WESTSIDE WJ TP - CHANGE ORDER SUMMARY CONTRACT WP -3 Add Insulation from #10 Control Room to Canopy $432.00 Extension/Modification on Channel Gates at 11 $3,129.00 RFP #4 Grit Pump Control Revision $1 206.00 Addition of Sump Pump drain at RASfWAS Pump Station $755.00 Bldg. 16 Immersion Heaters Electrical Provisions $5,433.00 "'F1 CHANGE�ORDER#5 'a;;;r w-. .: .,gs *- " """ii; _ '-- , Opening at the Mezzanine in Bldg. 23 Checker Plate over the Trenches at Structure 16 Modifications to piping drain in Inlet Facilities Addition of (2) Plug Valves at the WAS Tanks RFP # 5 Fire Alarm Panels Connections RFP # 6 Addition of Vendor Supplied PLCs to DOS Network a f•}"'4N- e't1fD. �1: "..r? + -„- i'rSi XSYr+Fdasa ate': b! TOTALS $1,401,790.00 ($748,706.00) ($84,763.00) Original Contract Not to Exceed Total Contract Cost Change $59,99a,no.00 $653,064.00 Increase Contract Not to Exceed Price Bit (Costx6.5%) $695,534.46 New Total Contract Not to Exceed Price S60,690,244.46 • West Side WWTP Change Order Number 4 Summary of Changes CO 4-1 8" Flushing Line To 30" Force Main. Construction of an 8" effluent line to the 30 force main to allow the force main to be flushed after use. Not flushing the pipe will create very high potential for odors at the Hamestring lift station, along the length of the pipe, and at the WWTP. The 30" line is only expected to be used during large rains; the water will sit still in the pipe between use. Thus, we need to ensure there is clean water within the pipe. CO 4-2 Addition Of Concrete Sidewalks. Concrete slabs on grade at locations throughout site that make the plant more functional and or much less expensive to maintain. The majority of these are the slabs under the overhang of the four clarifier units. While not sidewalks, that was the comparable pay item by which these slabs could be priced. CO 4-3 Addition Of Vehicle Gate And Walk -Through Gates. Installation of additional gates to allow access through the fence for maintaining the wetlands and other locations outside the secured area. CO 4-4 Textured/Stamped Concrete Sidewalk. Sidewalk finishing adjacent to the Operations Building. • CO 4-5 Vinyl Wall Covering In Structure 22, Operations Building. Finish wall covering in this structure. CO 4-6 Extension Of Force Mains. Extension of force mains outside the perimeter fence of the WWTP secured area. This work allows future pipeline contractors to connect to the force mains without entering the secured site and taking down the fence. CO 4-7 Paving. Escalation of paving costs due to market conditions as allowed within the contract: CO 4-8 Gas Line to Generator. Installing the natural gas line to the backup power generator. CO 4-9 Metal Liner Panels in Structure 13. Replacement panels for the more expensive acoustical panels that were removed as a value engineering suggestion before the contract was awarded. CO 4-10 Relocation of the FDC at Structure 22. Relocating the Fire Department Connection for the sprinkler system for the Operations Building to a more accessible location as required by the Fire Marshall. • • CO 4-11 Structure #2 & #12 motor operated weir gates. Installing electrical controls to critical motor operated weir control gates. CO 4-12 Additional Pipe Supports (( 4, 10 & 16). Concrete and steel pipe supports used to prevent pipe sagging where flexible couplings were installed. CO 4-13 Trim piece T- 101 per Architect. Replacing a 4" angle piece with a 6" in the Operations Building. CO 4-14 Raising of the Ceiling in Structure 16 Chemical Pump Room. Raising the ceiling on the chemical pump room so the sight glasses for the alum and caustic chemical storage tanks are visible to the operator. CO 4-15 Vehicle Storage Building Fiber Optic Duct Bank. Installing fiber optic loop to vehicle storage building for telephones and computers. CO 4-16 Addition of 2 Receptacles at Post Aeration Basin. Additional electric outlets required for sampling equipment in the post aeration basin. CO 4-17 Add Insulation from Filter Building Control Room to Cano Substituting different size hardware to align interior (insulated) and • exterior (uninsulated) panels at the filter building control room. CO4-18 Extension/Modification on Channel Gates at Ultraviolet Disinfection Facility. Elevation of the channel was lowered requiring plates be welded onto the channel gates. CO 4-19 Grit Pump Control Revision. Adding controllers between the inlet facility and the grit pump station. CO 4-20 Addition of Sump Pump Drain at RAS/WAS Pump Station. Adding a sump pump drain out of the RASIWAS pump station for installation of sodium hypochlorite. CO 4-21 Chemical Feed Building Immersion Heaters Electrical Provisions. Installing electrical system for immersion heaters in the chemical tanks that are outside the structure. • 0 U. ri O 1 r{ N N O O O m q4 '0000000 0 0000 .. 00000 .000 0 I0 ,., 'N H O 0 0. tO H N O O O N m 0 -O 0000 0 0 0 0 m- N 0 0 0 ..N 10 NONNO Cl 0 NfOOrinm N wmvw NNWNN 'C0 01 0 • 1 - -'H' Nbmmm N 0 OONOOI%P r mmP0 nriNnN NNO Cl O P Y I NNHHN C m NNOmr N 'HHH'i O HP0 ('I '0 • N HR 1 H r ei P H H b H ♦ 1 I. U Iq w M 1O m ' C' I r N m 0 IPH - I E ✓ N0000 m P b 000 000000 O f0 b U .0 N W O O O H H N 000 N 00000 O N H O I m H b w o N O N O N r r N m N O N N T I mONNH P (1) m N0r HHmmam N to y0.1 I. N N 10 O Cl H'IH MMHHHH 0 0 G 1 H r- • R O100000 N O O O N O 0000000 00000 000 0 0 ;; a M t o O N O O O N 0 N O O O N W O -N ' 000141 moo 0 0 •H 1 N O N N r H r r O m O O m P N N N N N N N O N 0 • !MD i N N H H mN m N P O N H P m H m • a I 010000 0 0 0 000 000000 0 . 0 a O H C4 I r N N N O N '0 m 000 N00000 m m m m O a 0\ 1 I I I H N 1+1 N P N Wy0 OHN t - m0 N H HO m 1 4 010000 N O 0000000 O 0000 000 O O O O H.Y. SIML I a WNNNN H 0 Ommm0PP O NNNN Trio I1 H 0"0 OIO'O I HHH N o'nnmm o RIP r o I P O p N N qq Na O rH 01w 00000 0000000 00000 0000 00 H H L H H O L pr m'o 00000 m O O O N N O t00000 O O O O O O N 00 N N O O O N N O O r O ('1(000(0 NOON 00 /L Ci f'1 NHNNP PrHiVIrN ObrNN mrirr NIO t m H O N H H H H N H H H H H H N H H H H H H H H N I N m 00 w w n o F 00 oa 1 NN 0 a a o h' on m _ ti ui °i aW w aWw'Wy 99;xx Wya U Oa WW H -.1 OQz Z EF[GW C7W 0.' W' CH Fla a uv m.°�w 00 (i Gooa W4KOGGGO NOGG IX OGG 0th J H Hr b E O • ., a Z N F E 5�x WNW n� Fw F ,N Flw-l>G F F <,. o F .. O U d<WQp a. UU0R Utm 'OOQWQ� V W LO m H Q w SHHV oa Zp] w OE-4HO 0 0 U U U OH rom (F u"w N 00 Ha4 U oaQ 0Z V pQ Q H N ON I-1 L a m CiW00 X 10 m'IOUOHm 0XPQm wXV'O NH 0 fl OQar� N 11r a Q `0 ZO awC 0O)P EN 00 a 0>2 3 [-I NWN U H 000g zzpp U wa[�0 U ❑0❑❑o 'U. U H �QmQ aW VIZ H >1 LaflHZ w 4q �R 0 O0 • a FQaw" rom�5o �dao m0 ooaaa Ip •0 WK _ mhaa7 4 wwm00 HbZWO m�iw Fi 0. N 3[FFK a a rl a - a o m m O H o r m 10 H N rN-I o. Cl 0 O N • Cl - N N H 0 en H H H H N V H - N to H H H H H H H H H W O L 43 • 0 L H Di 0 IS N W •-O H N vR N VI 0 00 U_ H H •H. H H BW 0 0 0 0 l0 O N N P N N N • m N '.p 1 H O O H 0 0 0 H ri NOON 0000 0 0 00 0 0 m m -G, I Cd 0 ONOOm 0 0 000N mONO fl CO m0 aim rl. H- I Y O m. m N0 W N o CO 0 0 0 0 m m o o 0 N NO N N' m_ Ol • 1 E N NheimN m O NddlO eflflCOt in h- m'.m m m •m- m t I N r -Inn Td N m Mhmm .-INmm 0 H m m Cm m m N - M 1 H N H m N N N I.m H I N N 1 I U (y iii - 0_C of V 1 W o 0-- • Y U d d H IC o 0 V b I - 0 0 p I O O N C m M .-I f0 0 W • 4Y o 010000 I0 O N 0000 o m O 00 m m -p 0 i 0 O h N o N NN m m O N O In m °o O N. N , T U 'IO . :M m I 1D m m N h r-1 N N N m O O N N d tT sf. N N- ••1-I I .1 r4NOW d W 10 - N CO m n N 01 m m m m' in -N m ' 0 I N N - N d H H -H H m m m., N 14 I I 1 m m E • I 1 101 O 0 m 0 0 0 N m 000111 - 10000 0. N. 00 O 0 0: O' a s 1 O O •OPNOO N N NOON d1o00 O d' TO 0. 01 VI C,. aa Ia W W 1 N NWWVO 0 0 NOON 0000 0 O ('4W -m m N (N - 3H 1 H 10'N0 V' ei in 0NUO 10 m mN 01 .N O o WI 1 N N N m m N 0)NL0 O m h b m' m m N m' m r N N N in N ipy1:'V?, 1 I H Cl. N H d m m I m m EaW wU I U 0 00000 0 0 0 0000 0 0 0-0 0 0 0 V 0 004 I 0 00000 0 0 0 0000 0 o 0 0 a -o 0 • a o (-1) i o m aNNdn H O N tNNd m in1 v p O m n -AN' I ri N H N N a y 1 ii m N N W H 0,410 H>.\ WVN 0'WN NHb P: rd d 1 01 O 00000 0 0 0000 0000 O O' 00 O' 0. O 0 oQ H i aN 0 00000 0 0 0000 0000 O 0 00 0 0 N m 1 N nmoNV T 10 00001 0000 O N NT H H N N 4UU' b10D I m mHHmry m N dddm Nddd N [` H N N N N 1 H H H N N N a A 0 H ` p E N N }1•.�..1 aIm 0 '0000 0000 000 00 H U 0 U (4 N Y 0 '0000 0 00010 000 100 Wm' 111Ny a16 O NNOO mN01� ONO d'O y .{ 0011 0: aQ 0 brN10 dmbd mmo bd m q H N H H H N H H H HH HH N N H H Q1] mm o 00 E1 00 C 00 NN 0 a P1 V H -.1 N O dH 11 9 O h .1 umi U . . K7�[�.. ''jjzzryy,, V ,.tz£( W on pIIl1 'FQ 0WE [pa]� LL m w wool WN.MgWg 00 m000m °° u a wou7 NO a yYy�H {.C. ] •0� O [-1' H H H ,'k H H H H .l H U Jpl 0 m Lm wN N N N Y Y L L N E'.4 a 0 0 WpW H H.4Hg JG 0 0 'e�y w"' H 0 ' F' H H Oalr�riltsl (jcr1 ti Nm O 0 b H OOm[Li -qz0 aq� O U PCN 0 U •b I'O? O P1 O 2l9 a. 0 07•VR 0 C4IULi Pi O uouaw to fl oEa041-I C) ua u Nr .� • paj j WQE+ 0,.� H0,4 mGmG o mW Z 00,9 Amwuai a a a a. a a O O N 0 H N m b m H O O ... V O O N N m - N 0 m I'1 - H H m H Cl .4 U H.Hi H .N'1 .4 C) b Y Y U H 01 m G tO o 0 V -ti H 'I •f H H rbi 1 N fi Oral P (N. ri a i I) o U H M 0 m to o ro b E M N H H d E O F r a a ai p"4 �aw o 0OQ a o F pL h a \ I 1 1 whN 'fl N¼'..mPN 1D2r4 Nrib C 0. O P 00 4 p m bloc OA0 NH aMM'rl 1 P w w p 0 00 1 LA o F 00 0.11 NN C. o h o0 '-'In �W as 4-}H mE- Na • no o v 5 L l O it -I. 0 00 00 0 In tfloo O o O o O O o o O O O o o O O o O o a o O'o O o 1 N o 00 00 O NOl O N N O O O o 0 0 o O O o o O O o 0 0 0 o O o O O o . 1 O 0 O P P O� o N m flON l� N o '0 O O o o b o O O o o O o O o 0 o a o o O o 1 F w b O 00 m m b Nei M P O b N N N N N N N O O N N N'N O O'O N N N O O 1 N NH HP PNH PNb MMPMNmmmmMNMNNNHP d.MNNNMV H M . ri ei N ei 1k 'C) 0, 10 11 i! C� I > O 0 00 00 00 00 I - O O P P o b lop 00 N LOS rI P I . I r•1 r•1 00 a 00 0 • 00000000000000000000000 00 O 00000000000000000000000 00 0 o rn o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 too 0 O lO N N N N N N N o O N N N N O O O N N N O o '0(0 .UI mMNmmmmMNMNNNHSFTmNNNmd1 ON N 0 N N P N m b b H H 000 000 0 ONO NON N ONO N O P N mmo mein d' PNO N'NW m ri H Iv . H In o 0 N- N 10 1 W P I Of o 00 00 000 000 0 IC) 0 O O O O 0 0 0 0 0 N N I ,. I 0 00 m o 000 C O N N 1 W P P V P C w? M N NN o 0 0 00 W 0 o O O m 0 a q O O O HO Cl m Cl NN m H H MN 0 Z Ill U] U wmrou I u h mm m m ei ei m ro ✓ 0 E F 011 00 04 ❑z HN U [ UFG00 m Fh a a 0 0 b H N N O o ei ei 0 0 00 00000000000000000000000 o Inc L'1 N N O O m O O N N m O O O O O N O O O O O O N NC N N I- O N M N N N N H N O O O O N O O 0 0 0 0 N N0NbION0OPNOMNOPT0O pl HH .'INNMNN)iNNmMNNrim Mr-NNNriN N; o E H 0 N w O H 0 `g V V H rz�zQ �o 1a w4 Qo Qo ce (W�so(Qa Q0 Qo w . SE ry00 lk 1a°Ix rao�KWw uryawr q lk lk (C °a 00 w 0 1w-1 a D !-1 a .y a owI-1 a ry o ry Owi I -I W IX a w o m v p H r.a O c a 0 .. otu m w o o o oft4 H i. P H4 .mccN y ri aw 00p r'ppL N C /� F.4 1w -1 F Ipl H .q1 .2d ro S..TT.. Ng z w HtP HzF oa {Y D !1 N w Dm O w 4.04 0 N w N0 0 v op OH m .0.4 EE -4r4 w oo: 0 UZ OH HUWw H E..0.4 aiw .401-4 0QY w] O VH V 0 Q LOX F 0Z4 ZNa Qa4O DC 9 rrrZ22ZZZ D% 0 �Oh u°OOwua a>>.1I[.-1I¢Z O�zasZma a0n Vv -V �� 04'C UVQ[CyQQy WV QCO"'�yW`�1 ❑.1'NNJ .al Hw2 3A -3G hH41 OF1>mFED7 �Ch700.'a nmzwmu W. 0 0 0 ri m in b 0 0 0 0 0 0 .I r+ H rl H ' e1 ri O o 0 o O o • - a Labor for 8" Flushing Line Crew rate/week Duration Total Clint's Crew $2,060 1.5 $3,090 Eng. + Rodman $1,995 1 $1,995 Forming & Rebar $2,880 2 $5,760 Danny's Pipe Crew $4,272 1 2 $8,544 ackfill, Damproof, Mis $2,900 1 $2,900 Total--> $22,289 • I• S • C&B Piping, Inc P.O. Box 942. Leeds, Al. 35004 Telephone 205!609-0455 Big To: BRASFIELD & GORRIE P.O, BOX 10383 BIRMINGHAM, AL 35202 Invoice 7,2x733_: Customer 'DRA001 e ) nip To: e u BRASFIELD&OORRIE,LLC C4OWESTSIDEWWTP 15 S. BROYLES RD. 1 FAYETTEVILLE, AR 72704 ^ t'•• ... '^..•sFI£ it Ys aDai€ fl S.x F>ix'. aFj?9?8 Ed. 3.idF;a kE"tIJD£�J1J6s 33 1F 4 .\9'E Yf s sa s <i. �'(�• .'t" J ₹ ,2"E?.e r m.'P >' E£T l ::et' 341 1 E ,:i d .... ... '- € i 3 F£ e s Fi 's F Ei1l ' e+ • >x..Fa... .• ' - ••ee i` x�x fi. � f T x .3 .a.SEIJ: t«€l<tI,€x3 `t' 02701(08 FEDEX I PPA 2%IO Net30Days )S} uti• ♦ A i Y .. II >:. V t . F `bY..3i•�E s '♦ L• V. ,. tisEl £.r £ S Jv': } x . > 1 £';' f0 . £r.".r S. S £5 F)<.• # . 051612 O1 1A78 ..• : TS ! TS !�>".` 70000 Fr )I [[ "� P&:"ra ° {^>§Ca J«:......., s' E pp�` }£. F7 2aF1 >Es(lNc> `E` y ,ag3n4 F ^ � `� f'i a�>> o `` ' ` a u. .e iRx1x , `2 h r �F > r s �. p ii3E ' x Sm ,• .. . i� F > '� :4 X44 £ 5 �i't`i`° �s > `3i 3 K e <. 'x 3f 5 x si „'tn 3 2'00a: '-''2•'�0':."�'-n, q. ('�e/� F 1083"`, sti..ua>l��'�.h�e�C C '%`s7�''.F?tFPIPEClL`PlC'>_2•.;r ->...� •^z"�'w.,, H:, .� 146. i'�°'Y �L�`:-.`'R�n Y� `N r 1.00 100 FFO40006 4' X 0113!4' F X F PIPE CIL P!C N 82.00 8200 too 1.00 FF080300 013! F X F PIPE CJL PIC N 12400 124w I FC FREIGHT CHARGE N 82.37 8237 1 TRACK TRACKINGNUM5ER 152152083-0 N 000 000 to r Q PO (o « C�V JO8 N 09 NO 15 FF� U 1006 ' , A N JF of — _ Total Walghtof 8hipmml: 571.00000 .� %£9 Q �J J tSc �Y "J HonTaxable'Subtotal Taxable Subtotal 0.00 Tax 0.00 Total I= €( i t: z / Customer Original S C&B Piping, Inc PC BOX 942 Leeds, AL 35094 Telephone 2051899-0455 Bill To: BRASFIELD & GORRIE P.O. BOX 10383 BIRMINGHAM, AL 35202 • • Invoice 12674.4 Customer • Ship To: eRAsnab 8 GORRIE,U.C C/OWES C/OWESTSIDEWWTPTP 15 S. BROYLES RD. FAYETT'EVILLE, AR 72704 Telephone: 205!114.1546 ��.. . ..y \3`y"_.a , 3E3z3n'.4 Jr'h '2 1 ?Y IiII a J s{.!? . ? "i` :Yi' .'j^� i �� it Iz z3'c £ . :.: IM .ae ' ;, •� {'' 01/00/08 _ EX 2% 10 P__________________________________________ Net 30 Deyz ]Q... ;,;ibtl ..w ♦ 817a NfiiQ!~ r }y!FF�'1 .l'TI fE'5' Bm a, a. _f { .yf aPA Br: u... ylf al # K T TS 1 TS if 00423 0$1812 01108!08 . tt 4 2 G d i,._, .I i { ₹izszJ4 •,, t Y£{E idi. :�S{ {y, V j f �rf�{� Sr 2. aii n a:• a �y i. EIl i itq kf Nh= vti? T l•t'o.�n.4 {• «. iiR}x . f �..�.S<KY�\ a. ) @l tt g •a `� •i a�k� - ...'.l �A L� Ay1S 30' X 1Y C110 MJ ME 401 -TIC N 5600.00 6800.00 t 00 100 DMW3012E 1 1 CMP012E 1YC153MJXPE60BEND401-TIC - N 320.00 32000 1 1 CMRS128E 12aX 8'C153MJ SEB RED. 401 -TIC - N .13500 135.00 2.00 200 ML3OAC 30' MEGALUG ACCESSORY SET N 623,00 124600 2.00 200 ML 12AC 12' MEGAUJG ACCESSORY SET N 69.00 13800 100 100 MLBAC 8' PVC MEGALUG ACCESSORY SET ..N 41.23 4123 1 1 FC FREIGHTCHARGE N 81.41 8141 1 1 . TRACK - TRACKINGNU SUii 2417.1 __ _ _- 0.00 000 PO<1(o 12 � JOB NO 8N . JAN 119'R 1 9 'R 1 1s _ CS! LU GL'A ;..0 YEIm0R8O PRV DATE . Tote) Weight of Bhlpmwil: 562.00400' �- 7 ,p1112737gJs 00 h q nTaxablo Subtotal 7581:84 actableSubtotei 0.00 2s7" Tax 0.011 \\g c 2[Z9� Total r1 Customer Original S • LocalServrco, Na onwroe• IWSWW - ROGERS AR Branch 106 1700 S FIRST ST ROGERS AR 72756 479/631-.8899 - Branch Account Salesperson Invoice Date Invoice Number 106 a33'764 Darrell white 11/06/07 6266361 ray k INVOICE Shipped to: Remit to: IntItrI!., IttIIuntItilIun,i'riaintlIriujmiiurlltl 15 SOUTH BROYLES RD BRASF=D to GORRIE LLC 005/0413 PAYETTBVILT.R, AR PO BOX 10383 01583 B710l DIM AL 35202 0383 , 30384-0467 018l Amount Due 12,969.14 mac, V. �,.JG-S/+ [•� a ' c • D • CUSTOMER JOB- ➢4SWWTP WBSTSJE wWTP Thank You For The Opponwthy To Serve You. Jieturn Top Portion. With Payment For Eastetr Credit -_.__...-.._..-......_.we oppreetoreyniirprompryaymene-----...-._ Date Ordered Date Shipped Customer PO No.Job Name Job No. IBiIJofLadin Shipped Via I Order Number 10/29/07 I 10/31/0'7 SEE BELOW INESTSIDE WWTP WSWWTP I jour Truck I 6266361 Product Code Description . 842 jj7[ a tj Price Per Amount CUSTOMER PO# -051672 W3 LINE 2108TOSOM axe MJ TEE C/L CP DI C153 3 3 146.37000 EA 439.11 020814E 8 C900 DR14 CL200. PIPEIG) BLUE 940 940 a-63000 0,112.20 210880424 8X4 MJ REDUCER C/L C? DI C153 1 1 5`0.-01000 BA 50.01 59V562S 562-S VLV::BOX W/LID M/WATEti 3 3 37.50000 aA 112.50 21089M 8 MJ 90 BEN]) C/L CP DI C153 1 1 116,85000 BA 116.05 21084M 8 MJ 45 BEND C/L CP DI C153 2 2 105.92000 BA 211.04 5108C515M141LA 8 CGMV RW GV OL ON L/ACC 3 3 9 8 0111p_ 62627 0 CLOW GATE VALVE a .39 s� 8A t,6797 A 21AMF8081508 8" 1508 BELL RESTRAINER P/C90 1 1 R t•r.1C 0 67.14 21AMF7082008PSC 8" 2008PSC PKGD W/BOLTS & GASP 20 2 Fl - 5„1500 � 1,134.00 MEGALUG F/PVC W/STD MJ GASKET 21AMP7042004PSC 4" 2004PSC PKGD W/BOLTS & GASP 1 1 " UV �32.E600oti 32..86 MEGALUG F/PVC W/STD 2"+7 CASKET ye� 'L- `rd'Z Terms t Subtotal __________ 12 164.28 Freight - DeliveryILTMtTax ____________ . InvoiceTotal r'\ PO 13 ____ 6 :lirVP i4 •B THANK YOU FOR YOUR ORDER KO VISIT WATERWORK9.FDDSUP Y. con 7 17 J �t77 - PAW Pay this Amount .,. • 1' FOR OTFD3R SERVICES 0 .. -. EDSim - 2D S AR - N . Branch106 . •t_ fOG19S An'727S6 L t1B71?3.w tJ/ttE l &Y -I . . 04672 Invoice: 6266361 Little Rock tAU4t .2112 (.W1)372.2112 1401 Eat S'Wh St. U!ll9ft k,AR77102 INVOICE •HMS___ Lowell 1S2 -a5757 (179) 7250707 317 Commercial An LoweU, AR 72745 'Foil SmEh 14im-]6434.10 079)6483930 4601 V,TnterAn¢ Fort Smith.1J277901 nesboto 13668(78766 (,uj 9C3348 eo 205 Hamy Dr.. - 8rao. M 72416 • a eaatkanI 1677-81B MZ 733}3M 29101wctinSt Tenharo.i%7550l tyJ,Thyor• 143065 Arkanaae Rebar 1)315.e15 12228 kdana Di. Benton AR 72015 wawDanaghCmyanycom Dale 11I713)08� Page 1 Bill To BRASFIELD & GORRIE FAYE TEVILL Sh@ To: BRASFIELD & GORRIE FAYEI7'EVILL 136656 P.O. BOX £0383 1 t I JO8:051612 BIRMINGHAM. AL.. 35202 -' 1 1l 'I IS S BROYLES AVE. c/ FAYEDrEVTLE, AR 72704 t Relemnee k Shipped Saleayerson; Terms Tax Code Doc D IM &eight Ship We • SHELL► 02/13108 108 SPRINGDALE Net 3DDap 01-04-08 520135 0B PREPAID I WC hem Llescdptlon Ordaved Sh.aMd 8eakotAd 4lAe Pike LIM Exterwion . .. Ordered By SHEL ... `I POL30003 6 MI 20x100 B1ACK POLYFf.M 101 .. I O 0 EA 46.512 EA 465.12 • 2000SFROLL - l I I I • 465.12 Remit To: 1401 E. 6th SL Lit11e Rock. Ar- 72202 SUB PO TB 18 JSL FFB dos Jr. IIrI ;su1rCr goo j Discocert Tell Fielg& Total Due ..00, 4L861 .00 506.98 S M. ITY . C) 0 0 1_7 ❑ L1 0 DAM ODEUVE UMBER ( MOO 1N TUE N�--IE77O TMI �Ff-i�l SSArAT • l^ �PIACILTMV, 1204 S, SCHOOL ❑PM•.`DPICIT UP MPANY INC. PHONE(479)442$221 " P.O. BOX 8G9DYE9 ONDCLE, ARKANSA572702 -RETURNED GOODS POLICY- - ALL RETURNED GOODS1AUST BE AOCOMPANGD BY SQ.fE{ - _ .. RECEIPT: NOCER ASH REFUNDS. WE RESERVE IHE"- • PIGHTTO REFUND BY CHECK•. _.- CUSTp101N0. TEND. ANIGIAES OPDEANO. FMFM EACi - TEjIMB �j�6E('IX DATE •�7fag 3869 0S1fi12 DO a 95161¢ 2 80F/IE DRYS W3A� �1E3 /B8• 1it47 i 0 BRAG IBD & 6GAR1E 5L Gnu11 E IEt 31 6188 tat 686891 L P.G. Box 18383• TERM . ruW D [Or ► INYG1tE + T B1frafloBW AL 35262 t 881 FAYETIEVILLE TAX IOTA I.-__-- ERRORS OR DAMAGE MUST BE NOTEDAND CORRECTED ON RECEIPT OF GOODS 15% HANOUNG CHARGE ON ALL ITEMS y - RETURNED, BPEOWL ORDER ITEMS ARE NOT RE TURNABLE. - PPEO • OA ED UY SKU •--.-.. DESCRIPnON .•.. UIQTB -' PRICERER ,ut9WN 188 EA 241 — __ 18$ 4.22 !EA_ 182.88 �_.._•__ _ 4814 --- -•-- _ ._- _ - Is Ymal— za I- — .._. — _ -_ �c_._. —..- T- J�►u -.. _BLd1 Job -- - - -- —. .. _ P.O. --_..� --. ..-..- - __ —__ _ - - -ll, _c_ --.-• i171• - �\..� li//-.�//_ wtrfl— . '� Vends _ - -- . _� ;tLcsp .. S .• - m DeBCA on — — I 28.7 I.IU A=W Ti 1,133:36 TAXABLE 1037.48 - NON-TAXABLE &8B ;(BRIAN BUTTRY ! 1837.40 J6 �1 t :'- -- CUSTOd1ERCOPY _j•�y 41 �.• . TAX ��NT 95.% • QUOTATION • =r Order Number NECHAMICALSUPPLY s22v`R°'e"asTniw,..,ARrvsa-semr 1240990 4renss- o Smkh, asn-+e I Order Date Page STAR 20o S.Z q Fe emely AR 82601 47W1 Iise FaYnWee-Iaee 2/7/2008 07:31:25 1 Oi I • WHOLESALE SUPPLY inOE.t m Fw: "rivrpee 04moese02. 7 Location Id: I Bill To: BRASFIELD & GORRIE, LLC 3021 7TH AVENUE SOUTH BIRMINGHAM, Al 35233 USA KIAR-Ilse Customer ID: . 13803 Ship To: BRASFIELD & GORRIE, LLC 3021 7TH AVENUE SOUTH BIRMINGHAM, AL 35233 USA Requested By: Mi. KASEY BIRDSONG FOP/umber- Ship Route Taker MCONNELLY Quandliec Item ID Item Description Pricing UOM unit Unit Price S#ended Price 0rdered 4110catedj Remaining UOM Unitsiz O • Order Note: NO FRI FIC 1 0 1 EA OCV1083 EA 3,939.4100 3,93941 10 OCV 108-3 GLARE VALVE 8" DI 1501 FLGD 1.0 CONTROL VALVE TotalL nes ] TOTALB'¢3941"� - 7 • Birdsong, Kase From: Jeri Tzimenatos fjtzimenatos@eco-teohnet] • Sent: Thursday, February 07,2008.8:58 AM To: Birdsong, Kasey • Subject: RE: WestsideWWTP Kasey: We have one of these in stock, we will have it shipped today. 'he cRwill b'e`'23$00 `` ----Original Message ---- From: Birdsong, Kasey[mailto:KBirdsong@BrasfieldGorrie.com] Sent: Wednesday, February 06, 2008 2:54 PM To: jzimenatos@eco-tech. net Subject: RE: Westside WWTP Jeri, ( ]Y4 Tfg '"GatieVValve?4v/ 2:':.:ritit':2:::, 3 0h d I also need to order 1 u-� - Will you send me the cost and verify that you will ship this? • Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Jeri Tzimenatos [mailto:jtzimenatos@eco-tech,net] Sent: Monday, February 04, 2008 9:48 AM To: Birdsong, Kasey Subject: RE: Westside WWTP THEY WILL GO OUT TODAY ---Original Message ----- From: Birdsong, Kasey[mailto:KBirdsong@BrasfieidGorrie.com] Sent: Monday, February 04, 2008 10:18 AM To: jzimenatos@eco-tech.net Subject: RE: Westside WWTP Yes please. Thanks, Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP • ph: 205-714-1542 Fax: 205-714-1652 From: Jeri Tzimenatos [mailto:jtzimenatos@eco-tech,net] Sent: Monday, February 04, 2008 9:23 AM To: Birdsong, Kasey • Birdsong, Kasey From: Jeri Tzimenatos [jtzimenatos@eco-tech.net] - Sent: Friday, February 01, 2008 11:34 AM To: Birdsong, Kasey Subject: RE: Westside WWTP-please quote material Kasey: I apologize I thought I responded to this. • _ FL.sti 8" Flanged Gate Valve w/ Handwheel $479..00 each • Prices include shipping.. We have both valves in stock and can ship at any time. Please advise how you would like to proceed.. Thank you. ---Original Message --- From: Birdsong, Kaseyjmailto:KBirdsong@BrasfieldGorrie.com] Sent: Thursday, January 31, 2008 5:13 PM To: jtzimenatos@eco-tech.net Subject: FW: Westside WWTP - please quote material Jeri, • Can you give a quote and lead time for the below valves? thanks Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Birdsong, Kasey Sent: Thursday, January 24, 2008 10:45 AM To: jtzimenatos@eco-tech.com Subject: FW: Westside WWTP - please quote material Jeri, Have you had a chance to price this? Thanks, Kasey • From: Birdsong, Kasey Sent: Wednesday, January 16, 2008 9:48 AM To: jtzimenatos@eco-tech.net Subject: Westside WWTP - please quote material 1 • Jeri, Can you quote me (3) 8" mj gate valves with op nuts. 1. 8" flange gate valve Valves should be similar to the ones already provide to Westside WWiP. Please give me pricing and lead time. Thanks, Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax:205-714-1652 This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If yoi are not the intended recipient, you are hereby nolthed that any disclosure, copying or distribution of all or part of the transmitted Information Is strfdly prohibited If you have received this transmission In error, please notify the sander immediately by responding to this transmission Thank you • • Birdsong, Kase From: Jerry Rodgers jjeny@clowrodgers.comj Sent: Tuesday, January 22, 2008:7:56 AM . To: Birdsong, Kasey Subject: RE: quote on the valve box tops- Westside 1-2-08 UaG�tRAXBdttotn+;is.$.3a0.Qi�a <",�;'� On the lids—advise=WATER or SEWER or PLAIN Will Ship today after you reply. Thanks Jerry From: Birdsong, Kasey [mailto:KBirdsong@srasfieldGorrie.com] Sent: Thursday, January 17, 2008 10:04 AM To: Jerry Rodgers. Subject: RE: quote on the valve box tops- Westside Jerry, • Let go with a, cast bottom and I will use the 6" c900 for a riser and then use an adapter with lid. Please quote me the • valve box bottom and then proceed to release this material for delivery. Thanks, Kasey Birdsong Brasfield & Gorrie, LLC Westside WVVTP ph: 205-714-1542 Fax: 205-714-1652 From: Jerry Rodgers [mailto:jerry@dowrodgers.com] Sent: Thursday, January 17, 2008 10:45 AM To: Birdsong, Kasey Subject: RE: quote on the valve box tops- Westside 1-17-08 The regular "Adapter is designed for use w/ 6" pipe. The pipe sits inside the adpater, You could use it wl 8" pipe but the adapter would fit inside the pipe w/ a "loose" fit ;.Lids.@F$fi750 ea;?;`' Plus freight Can ship in 2 days. Jerry • From: Birdsong, Kasey [mailto:KBirdsong@BrasfieldGorrie.com] Sent; Thursday, January 17, 2008 7:28 AM To: Jerry Rodgers • Subject: quote on the valve box tops- Westside Jerry, I have 3 M18" gate valves buried at 3 feet that I plan to use 8" pipe as a riser but need the top adapter and lid. Can you please price the top adapter and lid material for me Thanks, Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 This email and any files transmitted with it are confidential and Intended solely for the use of the individual or entity to wham they are addressed If you are not the intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or part of the transmitted information Is strictly prohibited If you have .received this transmission in error please notify the sender immediately by responding to this transmission Thank you' This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the Intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or part of the transmitted Information is strictly prohibited If you have received this transmission in error, please notify the sender immediately by responding to this transmission Thank you I • SHA WT'/EE FABRICA TORS, INC. SAMERICAN WAY, SHAWNEE, OB 74804-9255 PHONE 405-27S-8264 - FAX 405-275-8440 PROPOSAL TO: BRASSFIELD & GORRE ATTN: KASEY ARCHITECT: DRAWINGS: DATE: 02/15/08 PROPOSAL #2921 CO#14 PROJECT: FAYETVILLE, OK BIDS: ASAP WE PROPOSE TO PROVIDE THE FOLLOWING ITEMS AS LISTED BELOW FOR THE FOLLOWING PRICE: $3,790.00/LOT PLUS TAX AL. CKD PLATE COVER w/ STFFENER ANGLES & EMBED FRAME QUALIFICATIONS: a) SURFACE PREP: MILL FINISH EXCLUSIONS: FIELD DIMENSIONS, UNLOADING & ERECTION ANCHORS FOR OTHER TRADES BITUMASTIC COATING EPDXY ANCHOR GUNS PRICE IS FIRM FOR ACCEPTANCE WITHIN THIRTY (30) DAYS, F.O.B. JOBSITE. NO FIELD DIMENSIONS ARE INCLUDED. CONTRACTOR TO UNLOAD AND ERECT. NO TAXES ARE INCLUDED IN ABOVE PRICE. NO RETAINAGE ALLOWED. TERMS NET 30 DAYS. SHAWNEE FABRICATORS, INC. ACCEPTED BY DATE KEVIN DUCK, V.P. SALES 405/275-8264 EXT.106 kevin@shawneefabricators.com • Y a 2 local SarNca. Waionwldo Remit to: BDSPIit - ROGERS AR Branch 106 _BD SUPPLY WATERWORES, LTD. 000 S FIRST 5T INVOICE P0 BOX Atlanta, GA ROGERS AR AR 722 756 30384-0467 479/631-8899 - - .. tC j .l? `otal Amount Due Shipedt: 'it-' �- 180111•IuI II IIIII I•.•.•IIIIII••••I I•I. 111.1 III I I I I.1 IIi I• I IIII 15 SOOT& BROYLES RD 437.74 BRASPIRID a GORRIM LLC 004/0234 FAYEITEVILLE, fl PO BOX 10383 01237 BIDDW AL 35202 0383 M:Acount Salesperson Invoice Date3764 Da.n•e11.White T22/1'7/0'7 6513406 CDSTOMSit JOB- WSWWTP WESTSIDE WWTP Thank You For The Oppommity To Serve four Return.Top-Portion With Payment For -Faster -Credit_.- -. IyeQ ckEyourp,,ap<payn•mr Date Ordered Date Shipped Customer PO No. Job Name .iob No. ill of 1.adin Shipped Via OrderNumber 12/14/07 12/14/07 051612-29 IWESTSIDE WWTP WSWWTP I I OUR T UQC 651 3406 Product Code Description oi.Price Per Amount 020414W 4 C900 DR14 01.200 PIPE(G) 160 160 2..51x00 FT 401.60 SUS Q ' POD I ,-' .:� 2526( 726 DEC 2 D 10 c1fL l ( solo 4 pJ ^`V ��r� / Oj !s`ul bl £1� �68y -- Tema Subtotal NET 30 401.60 _ Freight Delivery Handling Restock - Misc Tax Invoice Total 36..14 43 .74 THANK YOU FOR YOUR ORDER VISIT D ythisar00uet • IMTERWORICS. Er) SIIPPLY. CON FOR OT FIffit SERVICES OFFERED z , • 1rml - FOC�B aY Branch 166 1700 a Fn9't ST Page: 1 Rn�B )III 72756 03415 Invoice: 6513406 31/16/2008 14:47 FAX 2058980773 C & B PIPING d 001/001 as i • c s� i` �rl a r • (2J- i .Q ..._�_��lens�......ce e„ -f _(,Kc�.�O, .......4:.?.1&- ..EE -- -- .---..... _...-.. ---1--------------..-- Asa _ =A S-- -±......t::.T1_.::.::I:::.:i:: .... -. . r 2. j`{_0....`'a .. .TTi: H :: ....... ---..... _ f`` - -- __ - --- - - - ---- - _. - .. - Ii- • r rr/ulerru. BOWLIF uwa d -- !d ,n 1708H wrrm w:c.na.*n STAR zo.baw bro%A* j avnsw w.,awa•a• MJ1rarafWala iwi — yilmt' 3e3 anmimoa� I. :r II I' Customer 1D: 13803 - - . . INVOICE Remit To: STAR MECHANICAL SUPPLY P.O. BOX 109 SPRINGDALE, AR 72765 InvoieeNumba 3218677 Invoice Date "" v U6/200811:54:37 1 of I • ORDER NUMBER 1229980 Ship To: Locafi a Id: 01 — BRASFIEL.D & GORRIE, LtC WESTSIDE T1tIMNT PLI FRI ASAP AFTER MEET] Otdacd By. Mt- ACM. a, I• 1 1 11: 1 1 1: 111 DdlvrtryL•atmcdvns: O7SAT AM ON DELIVERY __ canin: Tracking a 1 1 OEA ZURZ140060 EA 120.7251 12072 1-0 EXTERIOR CLEANOUT Z -N W-6NL 6" - 1 (BOXED & LABELED) r°1diinfl:1 SUB -TOTAL: 120,12 Tow) Fn(ghtfir 11.20 rowPniEht bvz 0.00 TOTAL FREIGHT: 1220 ARKANSAS STATE TAX. 7,97 SPRINGDALE, AR 72-10: 2..65 -- WASHINGTON CO., AR 72-00: 1,66 fsoB B—•. V —i AMOUNTDUL 145.20 ORIGINAL dAN.11200& /713,0 b� n 'erg ah M1 . ti - i ....•... ._ � t0 N O O r d M N N N p v'3 o• a M moon N a O O p o c o a N m a a N m �- N ON N r' m St x U W y r 7 F m c o m a 1- W O O O a N ttp v COY C' 'N° "' N N J S 53 S 888 J N - O N m •op O K LL 4O69 O a °-1 eq W U -, J J CD o e O r o n o , i a O � c m t � y• IQ V � U � N j • ii W m W iL NMV I✓)N :_:_:_::L: 1 It 0 M N N O O 0 0 0 O O o o O o O O O O O O O O O m •i C N N O N O O N N O N o O O O O• N O O O O O O O O O O O C N N O O O N ry C O O N Y1r1 O bNY. n.O.ei Ol�_N mufm m. . •.. �. .�. __ I PPNMM•1MryryNiq N10ryNN'I a 1 £ 1 a 1 H • in • 1 H • H 1 • •P 3 1 F •i r r1 O O O W O O N N p O m O C n O O N N O O O O O O O O O O O O N N m O O N 000 O O W O N •'1 r 0 N n 0 0000 C O m r40m M O N N p O Om 000000000000 n ry n 00 C b O O b O ry H I O N IY 0 0 0 0 b O O N N C O ry 0 0 0 0 0 0 0 0 0 0 0 0 p O O 0 0 0 0 n ei m O O H 0 N N •i O b PHI 1 U• C q IY N N O C O O m g O O O O N N O O n N O O O O O O O O O O O O W W W O O n •� N N'C O N •FE LQI M NPWNNO.YmgOmNgglpmq m.YNNOlC'IHnOH'ICNNOb000ri N eig01YM :0' MNr1NNr414 H• -IN NNIY•4•Y•-I Ii N.yryMrl l..11.{rl •1 r.I rI MriMNNnryIYNN'I eimrylYNry UUI SSYSSS%y,YYaaaaaaaaaaaa w'CaCaaaaaaaaa aaaa a. w�aa NI 5255S52S2S25'i Y.%YS525SSS5ZS2%SSS525T CI H p O p p o o p e O O 0 O O C o 0 0 0 o O p o o 0 0 0 p e p p D D p p o D p p o 0 o e o p p .41 [y N N N N O O N O O O O O O p O O O O O O O O N O O O O O p O p O O O O O O O O p O O O O O 1 N P! Pb P M M VP • „ C C C m rib C n N 0 H N N N O O c-1 r0 b b m N N O! H N M b •+ W C 0 O m 1 M N•Y NN PlPrl •J ri riryNN N PN PH I Z I •� C' y,I t I q O • to' w q p U m Y. I 000000000000000000000000000000000000000000000 Cu I l I]•a m '•i I U N N N N N N ry N ry N N 0 N ry N N N N N ry N N N N N ry N N ry ry ry N ry N N N ry N N N N ry N ry ry a �z Wn N L U i 0000000.000000000000000000,;,00c O O O O O O O O O O O O O O O O iQ 6 :Kj W O m b W C m .Y O N b O L'I b CIO W C P g W N C V q 0 b 0 q W b q 0 b O m b 0 q 0 b O b b 0 WHaF tO I W Hb r1OONNmONrIb NnMOONNNYImNrinNrlpmNMnNNmrIODnNNVr1p0 W O ri m m g c M p M 0 O N N 0 O q q p N N M P N W M N 0 b N n 0 N N O H m m m n N O N W q 0 N I w gmNbWm.1r{mCgmNNbbmmOrl N.Y •yN •iNNb.YMN•-I rigmNbb.�•igONbb OOO N a rGi ry/N�NNNWODO•Y NPNNNINQ Nryb a'bw qb NblgapNNwbNbvgW�riNNNNbf/b�.µi'NNNN O0000 •PY I O ££>HQOd£a U' SP]>aH40iM>iUr]�ro>�]'J a>I>.£j>Hla5 .Hv m\ I H 4Q ]aaq.H£> O] 4w aH£ a qqq qC qq 00 I 0. .]aaXO A90HS-I I] a Q £D.] Ua aUaa']VaaUa aYWUaaa� D ID] m \ 1 OH• } µ1 zGQ W D • Up aWa'J zaomu0oa%wN N R�q Hao I �i GcWHWQc�a�q qw c+oWms mµ¢!.¢(LS oIyy paW z�a FaGi 1�-1 MWK2Rc„F 4a WN t Wa£ .i m H WOI]H>HO HpW,]O.]HW»IY W»W2»W>DF> l O.i»CMWO.1 aF0 a I HH>al�w£HahQE>%w OW£ HMa Mw HHaHH IJNHE>wl]w a W a I p C C C C C C C C C C C C C C C C C C C C C C C C C n C C C C C C C C C C C C C C IAOW F p OO00OopoOp00000pO0po00po0poD0oo0a00op000p0000 DDpoppDpooDompDopeDopmp000ppDppoopoo0apeoDeDo 0 W N N N ry N N N N N N N N N N ry N N N N N N N N N ry N N N N N N n n ry N ry N N ry ry N ry N N ry O Nir N N N N N N N N g q W 0 q q q q q m m q q W 10 b b N N N N b m b 10 b b n n N 0 m 0 NU rlN NHr•1 N1Y•l rl rl rl•.I...I...I M Iy.{.-irl.{NNrYryryN0000000 { r1• -I .y N•{'iNNNNN O Q R i Wa GI a oryomyp ooao'o oeoaooeea00000000wo'opao oypo.0ao'oaao o0yoyo'ap�0000popo.o O E 1401W G(4W000WMWGM GPGWAMMpQQ6w C6p140. F11 P.wWWw01000WwpM1p 0 I O N O N N N p N b C g O rV ry N! N b C m g O •� N n •4 N n 0 g O N q O N N N P N b C m m q O rl ry L F 1 N a N ry N N N N N N N p! p P P!!<! e N N N N N N N m Ip C C rl N N N N N N N N N O O ri rl rl a 41 a 1 IX 1a g q q P q q q q q q q q q m m q q W 0 q W q q C C C m m m W C C C C C C C C C C C C C C C F M OJI b00000e000000000D0000Ooe000000pv00000000000000 3 4) 01 1 NN N N N N N N N 10 m m m b b b 1010 b V Ip W W m C C C m m m 0 g m q p 0 0 0 O O O ri rl N N N $ 0 IX I O N n n N N N m m n N m N N r r n N M N n N N N m N n n M N P Y!! P P P Y C Y a! FW w I M C C CC C C C C C C C C C C C C C C C C C C C C M 1 O 1Q O o 0 o O o o O O D o O o p o O O o 0 o O o O o o O e O o D o 0 0 0 o 0 0 0 o O o O O o O N P 1 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �aa a a.NMMNa aaaaaw a a aaaaaaa aaaaaaaaaa . i Hi as a w aaawa wawawwa a s waawwaa�waaawawwaw I 2 a ' I 10Y H I b 1 M k I O e O O O O O O O O N000000000000000000000000000000000000000000000 O O O O O O O O O O O O O O O O O O O O O'O O O O O o p p O O O O O I o O O O O O O O O 0 O O O O O O O O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O riI coo O e 0000000000000000000000000000000000 r r o 0 0 0 o O O O O U I C C C C C C FC C C C C C C C C C C C C n n n C C C C C N C C C C C C C C C C C C C C I7 -1 • 11 1 I 1 1 1 II 1 I I I I I 1. 1 I I 1 I pII I I 1 I 1 1 1I I 1 1• I I I II 1 X I mmopDoope000po0000a00000voe000e0000m000pWOOpp 1 (G 0 p p O D 0 p O o 0 p p o O o p p b 0 o O D o p p o 0 0 0 D 0 p p e O 0 O o O . 4 O D o 1 •'] nNn•4 Hnm einn riri NNimmN•4 mnnn mm nIY Ii nnrl N HNnm nnnnIr nnnn N rl n n N N N M n N N n N n N N n mm n N N n n N N N n nun N m N n m M N N N n M N N N m m M N 1 oDODDODoppD000popDooDDop000peppDDoopoDeoppDoo •% ry V I v D o o p o 0 o D o p D o p p•i o e e D D O O o m D p p o p o p p p o 0 o p p e ri \ I I I' 1 I III II I II I'I I III III I 1 I I 1 I.I I I I III I 1 1 1 I 'I UI O o O O D O O O O O 0 O OO O O O O O p O O O O O D O O O 0 O O O o o p O O O 0 O O O O o It 0 I bbwmmb b101pb1D10b bb bblpbb0 m mbb m mb b b bb b blpb blombbmmb r• 1 Ii ri r1 e1 ri rr r(4 .-(,1 rl rl •i l -I r1 If N r1 •Y li r1 r1 rl r1 !I N .41 N Ii 1Y r1 r1 r1 •i ri rI r1 e1 rIN N N .i l -I in tIcII O ••0 Cr1 C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C n n C C \ £ 1 ooeooOppoDooppooDe0000eopov0opoapp0000pp00000 I E O N N ry N N N N N g q q W q q q q q q q q q m q m b 0 N N N N 0 q q W W m W N m m n m m n N LI rj ryHrl Nr{ri riN Hl.I ri I.IM NNrV rl rl ri l-IriN NryNryry0000000• •YH rr 14 .-1 •yNryryryry {I f• 1 Cl m m 0 0 0 0 0 0 0 0 0 0 0 0 m 0 fl)O 0 0 CO 0 0 0 0 0 0 OC'Cth 0 0 ma N W a O'0000000000000000000000000000000000000000000000- I, I 0 1 D o o O o O O o o n o 0 o O o N D o o N o O D o O O o o O o 0 o O N o o 0 0 0 O o O o 0 D O O N N O O O N N O N O O N N O O N C O O N N O O N O O O O 1 N O ry N C O O N N N O O O O ONNCmNbNCNI'1NWOCIib01'1 //I ri l/IgaNONOnNNNOWgmNOP _w 1O�F.1j_;_O__gCFb_Nq•4 £. p10O b_p_N g01+IC.m OPbbmq pNbnWNNWN10mC N -W pNNflrbmC NN '1 PN N NNNNN Ki NNNN N .4 N N N HI al N al N S I F N O b b O O O C O O o o b O O O N O O O h N C N o O O V V O O O b O O O O N g O N m O O O b /•1 m • H 1 J O U ly O O O O O O O O O O O b O O O p O O b O O O O el /i O O O C O O N N ry C O F C N O O C m P b O O O O O O O O O O N N n O O O O O p O O O O g q N N O q O N C O 1 S F F N N N m F O O N NI•I g O O O N O O O O N O F H ry O O N N N W O O O 1-I )01 [+ WMrlrymgWNNp Ne4NNpWgO e1NC•-1C e1HNhPCHMWNNrybCblO hChly NPl •"II'/NNli ri el rlNNrIH HN N14.y N14 nIN Nr1•Y N'HHHH1-I •1 Iy NNNNNr1 /1 NIy /iti N14N 'Jul 4£I .I m a ¢ a p( m y• 2 2 a25%YY5 52S S'YXSY25 NIS5Y5Y N 1 SJaCSYY5xS 0I 'l > EI 000000000000000000000000000000 0 o O O o 0 0 0 o O o o O O O O O O O O O O O O O O O O O O O O O N O O O O N O O O o O O O O O O O O O O O O D O O O O I \ NWWN/1N/•I/t r1CpWNppm Pfl m mryryl•rb NONNNNNN O/tgCnN ry/l /1gnN/1 pP • 1 F P 1•Ip N HNNI'IN 1 I FI 1 0 m m m O m •d pqocnp 0 000 Uo 000 Hao mQ6 mgM1 O O O i[ N H 1 � I Q 4 1 u r ewl w NxI z a41 a ,1,I W N I IF,, N b 1 , q., H o q M I F N N $ x • H • b H {1 u O O G, b N . N f9 •• \ Tp 1 N U r 0. 1 of m 1 q 0 N 6 i I, N (7 N N N N N N N N N N N N 0 N 0 N N N N N 0 N N N N N N N N N N N N N N N N N N N N N N N N 000000000000000000000000000000000000000000000 m m m O N m b m n m m 0 m O b b m m m m W m m m N g m b m m O 1.1 O N m IO F m V m m ry h a N C N H b N H O 0 tl N C N H b H O 0 o N H N H P N N m N H N N m N 10 N m H N a 0 0 V b b m m H H g m n N b b m O H to m o w Ip b H H N H n b H F h N n H W b F O N F N b b tP 1P C m m m n10 rtb 'e H ry p N N n n IO aW r b[ M ry n n N b b N b n N V O p N n b b 00 N ¢ p a m n N N N N 4 n N N HC xrn.la egy4ozirWt„aaQaH(�a≥1��+aa≥oa�G .q. ya NaZCa WaxH Simi aka a`L xy0aum•I pa.£ 0a a as "'ax QZz tt//�� pCa VQ 0 DqI £OO7 uMKmazQ a aN HHry°�02 ya D110 [or plxOc ww 'aoaoo U'9a /¢�/�U O gNN.t£H UD,M 0 U3 ac7 g444 UU.tgWUNHH H»CN7mOa 44� > Hwoa»m>�i S waW> O'£1-CHWOMHO £HH >50.0dm HH %WFjwNMOIHW M 6ad}1 1] >5F0. 4/JNh /] Ft-hr-Cr h F F C h h F F C F h F F F F F F F h F F F C F F F F F h F F F C F F F h F F 000000000000000000000000000000000000000000000 000000000000000000000000000000000000000000000 N N N N N N N ry N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N NNNI.11•tl•1N Nt•INNNNOOOOOOOOOOONOOp000eiHHHHNNHHHHH H• -I m m O 0 0 m m 0 O m 0 0 0 O O O O O O O O O H H H H H H H H H H N •4 H /t'1 H N H H H 000000 0 0' OO OOOHHtYHHHHH_ mHm HH ri N��H••yHy H�ryyH��yHd�ryyH••N.-IN HHHH{H�mH yH amamaaM0.dW0.MGGWaWWM FWWaGmGW460.0.Rt4 PrG�0ar6WGG6fLWW aawwNa N N a n m m o H ry N a n Ip h a n N F m m o N p p n V N h m m o H o H N r•1 a n1p C m m O H N N X H H H N N p p a a P p p p O O O O O O H P a F F h N N N N f•1 N N N N N N N N N N N g m I•I f•1 �]FCFFFhFCFCFFFFFFCF'FCbmbVNbmbNbbNlPb blGbbbb blo 1p lDb Q'0000000000000000000e00000000000 o.eooOD00000000 ff Pt H H H N ry N N ry N N N N N C C r•I N N tO m a p N N N F N F F F F m m m W m m m m m m m m m g p p P p C P p a a p p p a a P p a p a a P p p p a V V P a a p p a a P a p p a p a p p P P H F h h F F h F h F F h C h h h h F h F F F h F n F h F F h F h h h h F F h h F F h h F 'Q000000000000000000000000000000000000000000000 000000000000000000000000000c,00000000000000000 z aaaaW WGGµGWPIWyp gpAmm64p0.paly p{ypy 14wl Pm Par Plaaw waawnoml 1-4 H g O O O O O O O O O O e O O O O O O O O O.O e O O O O O O O O O O O O O O O O O O O O O O O • P0000000000c000000000000000000000000000000 O O O O O 0 O O O O O O O 0 O O 0 O O O 0 o e O O O O 0 0 O O 0 O O O o O O O / 0 O e e 0000mOODooDmm00000e000e0000m0e000emooD000eeoo F F F F F F F F C F F F F C C C F C h C F F F F F h C F F F F F F C h F C C C C F F C F F .I rP I I r I lit r r. 1 1 1 r I r III II I 1 I II r I 1 I. r r r r II r 000000000000000000000000000000000000000000000 ooO000DDeoDODDWOOooOOm000mDDODODmoDommooD000D H N H H M H H H H H r{ N H H H H H H H H H H H H H H H H H r4 ti H H'ri H H H H '1 H rIH H H N a0l')NI'ICocoa o 000000000000000000000000000 00000 000 0 0 000 000 000 0 0 000000000000 Cocoa 0 o m o 0 o O o o e o 0 o a o 0 0 0 0 0 0 0 0 0 o D o D 000000000000000000000000000000000000000000000 r r I r r r I 1 1 r 1 I I r I I r I I r 1 r r r r 1 I r r 000000000000000000000000000000000000000000000 b 1p rp rPbbbVbVbbmtlbbtp 1pbVbbbbmlpbV brp brp 1pNNbmmNbmlObbb H M H H H H H H N H H H M H H H N H ry H H C H H H H H H H H H H H H H H N H H M'r-r H H"'I H C, I • I I O O O O o o O o o O o O O O o e O o o O O o 0 o O O o o O O o O D O O O O O O O O O O O O O O O O O O O O O O O O O O O g O N O O N N I O O O O O M n N O I ry y N e1 O N m b O m b N P m O p O O N N N O O O O O O y y O -- - . C I O £ N n C P N N O O N ry N P C_N N", d b N m m d O C.N b.C N M P N q.y p ry.P m -t0 P b d N N m m N I -1'N p P O d m b"P'N n p P N n •4 fl aR ;. •j pnNNNnnNnNy NnN HnnnNNH 1 I a I I a �y I y JI N al I -I' I • I F o o O D O O O O D O O o e o 0 o O o 0 o a o 0 0 o O O O O D o O n o b 1 O O o n n N N rIC • I O 0 O O O O O O O O O O O O O O O O O O O O O D O O O o O O O O O y n O m p O O O P N I'1 N •I y O O O O O O O O O O O O e O O O O O O O O O O O O O o O O D N N n O O M H 4 S; U b O O O n n N P ei m O O O O O O O O O O O N O O O O O O O O O O O O O O y O o O N •4 O b C N O O C r'1 C d P b N N O I H n N n H •i n •y N H H H N H H H H N H H N H r{ N H •I H N N •i NNN H N H H H H H N N N N N N CU, Out aNI 5%SSSSS%SS%%IaT.%%SS%%%%%YTS25x25S%%5JaC . .aT,5'JaC%T•S y.%%%' Di i 000000000000000000000000000000000000000000000 .1 1O O O O O O O O O O O O O O O O O O O O O O O O O e O O O O O O O O y N O O O O O N N N O I I \ N n N y P O H p b O N N O P Ip O b O O N y y O y O N O O N y O N N O P N m b y y O O N N N C 1 F N ly •{ N N N N N H H H N M N N H N N n n N M N N N N n n N H •Y n ei H M M N H H I H a 1 P 0 P al P \T. eu Ii P1 a P 1 { Y I b y N 1 6•Fo NI 000 dI Uo NI b 0 000 i 0 Z �•-lfar aaa mow O SN Ia.1 O • C. CI O a mat F -'mm a OOI W wa1 (I N N d I a HI Q H I y in O Al I U b -el. H 1 b' 1 O in bit.'i OI I \ a 0222£1 ro • a� 01 ci a 0 N 1 0 0 i O 0000000000b0000000000000e0000000 0000 o.o,a 00000 U N N N N N N N N'N N N N N N N N 0 N N N N N N N N N N N N N N N N N N N N 0 N N N NNN N WZ 000000000000000000000000000000000000000000000 C C m M O N N b m m N p O m M O O n •4 •i 1p O m N C p p O m M O m O 1p m b 0 M C O m M V O b m a NNNPrynNp1p 1p 1pNyNMmNnn•-I p1D 1010mNNNNMNVNpOONyNyNNb00 a p n d M y N m V N N n N n p p n m O N m 10 N N N M y N M p 4 O e1 m Ip m m m< •4 M p O H P P M m N N b b N N b C m m H N N n m C N n N b C m m m O N N N H m m 1010 b C m N N H P m V b N m V O n N N n N p N b m 10 b O O n n N N N n N N m V b m r m� N N w N n n N n n a N t bp 1p /NL ry n N y COI 04 pgHM yO �£I yyyiii Ha.Ia as M�£I `i�KYO X14 a1a-I pS £>y.Ne££ Ia-Ia M�$ja 15 H£M24a,U£gy%¢w CbMmWOflltia zaO ry�q m'�>a CK HO ya yyZa�>a ClgalOCO 0 £I-100SinFhR£aHbOhh>M1GIOj4U£h%1-Ih>Ob.ShWG£OW IOjW C C C C C C C C C C C C C C C C C C C C C C C F C C C C C C C F C C C C C C C C C 000000000000000000000000000000000000000000000 0000000000000000000000000000000000000.00000000 N N N N N N N N ry N N'N N N N N N N N N N N N N N N N N ry N ry ry ry N N N N N N N N N N N N n H N H m m m m m m m m m m m m n N N N m N n N N N n n y m n N N ry N N N N N N N P P m m U N N N NNNNNNN Nly ly H H ry N N N N N ry N N ry N N ry ry N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O NN•i•{NNNNr4NNNN•iN•iHHNN N'•4 HNNNNNNNNryryryNNNNNNryNNNN H N p N� N N N H H N N N H H H H N N N H a H' a N� H N N p H. a H� a H' m H� H •J H a N N y N� H H H N H N N N H H H' •0/1 6Wa6000WWWpWpdyµ6mpal4 aG0.maWW WP4a6GG6Gryy4aa6M6 O N I, C 0 0 0 00 0 0 0 0 0 0 00 0 0 0 o O o O C o 0 0 0 0 O o oo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W m m m PPP C1 q PPP m P P P O O O O O o O O O O O'In O O O H H H N N N N N H H H ry N N N O p d d C p C d p d d d win N N N N N N -N in N N N in N N in in N mm inu) in N N in N N N H N N NN C C C C C C C C N C C C C C C C C C C C C.C C C N C C C C C C C NN NN F C C C C C C O Na000e00000ee000000000000000000000000000000000 a O o 0 0 o a t a aaaaaa a-aaaaaaaaaaaaaa a a as as as za aa aaa ama aaaammwamaawm a'�a�a��aa��amama 0 H F H Q0 000000000000000000000000.0000000000000000000 O o 0 0 0 0 0 O 0 O O O O o 0 0 O O D D 0 O O 0 D o O O O o o O o 0 0 0 0.00.0 0 0 0 0 0 0 a e D o 0 O o 0 0 0 0 0 0 0 o D 0 o O o 0 0 0 0 0.0 0 0 0 O o 0 0 0 0 0.0 0 o D o o.o.0 0 0 C C C NC C C C C C C C C C C C h C C C C C C P C C C C'CC C CC C C C C C C 1 I I II I 1 1 I I I 1. 1 1. 1 1 1 Ii 1 II 1 I 1 1i I 1 I ii I 1 1 1 11.1 I 000000000000000000000000000000000.000•0000000•00 0 OI o D o D o O O O D O O D o 0 O O O O 0 o O O 0 o O O O'o O O O O O OHO O O'o O o o O D O D N N H N N n r4 N N N H H H H N N N N N H H H H H H •i H H N N H H•iN H H H M H N N 000000000000000000000000000000000000.000000000 o D O o 0 o D D O D D D o D 0 D D 0.0 D 0 D D 0 D D D D o o O D D 0.0 o D D o D O 0 e e D II 1 I I 1 1 1 1 I1 III it 1 II 1 •.I ii 1 1I 1 I 1 1 I.1 I I ILI I l ii1 1 1 I a b m N b bmm m 10101010 b bhp WI0W b b ID lD O 'O'D b b bb-NWN b'nmw m b NNbb l0N N H N N N N H H N N H N H N H N N H H H H •{ H H H H H14 H'H H H H H N H H N H N'H'H •4 H N ra HO IC N O N N 0 N D 1 1 O O M N O O O O O O O O O o O O O O O O O O o O N O O O O O O N N C O O O m O b C O O O O O O O O D O O N N N 1 O O O N O O N O C N p O O O O N C C O O O O q q q 1 1 f O £ N g O ry O D O N V o O O N N O O O C b m N C V m m p N N O b C 0 0 b O O O N g N m N N A C N O CN p p p b ---MfAAN 'ir1Aq H A qq R pNVWArlNv1AN- NAri NCpn m m q C 1 VI I • N N I d V p a£ HI N al N al H 1 Y A 4 1 F O O N 0 0 0 o O O o O O o 0 0 0 0 o O o N D o O o 0 f y 1 N O o O o 0 o O o 0 0 - O O O N O O O O O O g O O O 0 O O O O O O O O O N O O O O O O O O O O O O m b O O O O O N N O O O O O o O U H ' U O O O O O O O O ry O N O VI O O N O O O O O m N O O N O O p N g O O O D O O N N O O w m O O O A N C OS I O C N N C N N N F 4 q 1 UOI � 1-4 A N C n N N C N M N g O N N A P m A N q M N m Ip C M m m C m m M g q N r C N NNNN NrI ri A riANNANAri riAN'I ri A rIANA A,N ArIAMriANAAA • t_IQ+f Rdl SSaS52S25S%%%%Y.55Y5Y%%S%5%%%SY%%%%%%%% C'., UQ b J • 0 1 A I N FO 0 0 0 O o O O o o D o 0 o O O o 0 O O o O O O O o 0 0 o D o 0 0 o p o 0 O O N O O O O O O O O O O N O O O O 0 o 0 0 O O O O N N O O O O O O N N O O O O N O N N \ toNq r1NOONb Nr OpMM0000CCVrmmppMmNm(yN ryfypppp• r1 N r1AA A pp OI r PI I F pppp A NNNN p p P 1 M C N C 1 N N N a 1 P11 $ m f 1 P OP O pp C' 0' d F •q V , Pa U m U •1 O O O O O O O e O O O O O O O O O O O O O O O O O O O O O O o O O O O O O O 1 U N N n N N N N N N N N N N N N N N N N N M1 M1 N N N N N N N N N N N N N N N N aUm our Z W e000000D00000000000000m00000D000000000 noaRI a mnbObmnrOANNmAmrypnbOMVmmlrlO rim mmnlCVmOVmr w wJ Fj I F', N ry A m O O A N N n m N O n p b m N ri m n O O b A A n H O O m N O O m O O N M a N 1 a n p O ri g q m p A J m N q P b N n P O A ri g m N m M p O m P d O m q A P q P N I Ii] A A n m m b n m A A n N b ri m m m •y m m N m b r r M A g m m m m V m m m m m UNO INp j a Om1mrG'1NNNNNmmOpNbNNNmANNNNNNm m'.er]rINNN/rLiNNNNNN 00 A 0 (h -IX MNa £ O U' £ g R S M N > M {i[. ££ M a a£ U E g H a O S' H a MC ma H 1 H MgN °n� .-Ca ax.ofapggu 0 q a fZRqu40n RCf=rr��aKoRO jFL K i o m[zi Crl�Ca KN. MWA00 KKKb FoF w£ m°irr C5a1•n S waf^U^U0.0.��H''£,rcooS o ma d a' rj Ub ≥ EioH ODUc t I -40o U' r?MZUIO Jjf� aU g/a�ON 610 NIHUaM �mg0 Iwi A NN NNN NaNNNN NN N mm� maFawxFow>n00 rrnrnrrrrrnrrrrnrrmmmmmmmmmmmmmmmmmmmm mqa 1 00000000000000000000000000000000000000 0000000000000000000000000000000000 1 0 0 o D D D a D p D D D D o p o o D D o o D D o 0 o p o D o o p o o e e p e o a 1 N NNN N ry N ry N N ry N N N N N N N N N N N N N N N N N N N N N N,N NNN N O 0 m ra w m m m m m m b m b b n n n n O O O O b m m m b b m m n n n n O O O r r C r 0 m I U OOA.iri Nrin raNNNryrynnnnpC0000000AANAryNryNNNry • a S I a N N N N N N N N N N N N N N N N N N N A N N N M N N A N ANNA A A m m 1 `U A A A A N N A N nl A N A A A A A O O O O O O O O oO o O O O o O o O O O O O O O N a a 1 o F o M car m a a a a w a a a a a w a a a a w a w a w a �1 a w a a a a a w w a w a nla a O 1 O m m O r m m O A ry 1n p n p N m A N n p m P O N ry n g N m A N n P N m r m m O A 1 !1 F 1 m •V' n O m N N b m m m V m g n q b m m m q m O O O O O O O P P V p p d p N N M n I)11 a O a a' ri N N N N N N N N N m p p p d d p p p p p N N N N N N N N N N N N N N N N N N FN mm fJ $a o D o 0 0 0 o m o a o 0 0 o D o o D o o a o p o O o o m p o 0 0 0 o e o 0 0 • O V O 1 m N N N N N N N N N N V b m m m m m m m m m m g q m m q R O O O A A A n n n n S 0 a 1 g N N N N N N N N N N N N N N N N N m N N m N N N N N N m b m m m m m m m m b F F m W 1 H r n r r r r r r r r C r C r n r r C n r r r n r r C n n n r r C n r r r r o 1 4 • F .-41 O w O o 0 0 0 o O e o 0 o e o o D o 0 o D O D o 0 o e o 0 o O o O o 0 o a m D m p 0 1 ��jj 0 0000000000000000000000000000000000000 S AI b zaaaa60.w MaaaWaaawaWG4haawawryw0.0.6ga4aL6dWW pW mw H 1 ° N F F M m I H N F Ig o 0 o m o 0 0 0 0 o D o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 U. N m fl o O O O O O O o O O o 0 O O O O 0 O O e O o O O O O O O O 0 0 o 000000 O w 1 0 0 0 O O O 0 O O O 0 o O O O O 0 O e 0 0 0 0 0 U 1 nrrrrrrrrrrrnrnrrrrrnnrrrrrnrnnrrrrrrr h 1 II 1 1 1 1 1I I 1 1 1 1 1 I I I I II 1 1 1 1 I II 1 I II 1 1 1 1 1 1 % 1 000O000000000000eo00O00000000ooa0e0000 00 0 1 m O D D O D O D 0 0 0 o o O O e 0 D m m D D o o m o D O a a m o o m p D m m D • 1 i N N N A N N A A A A A A A A A A A A A N A A N A A A A A A A A U U • I N a n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n 1 1 000000000000000000D0000000000000000000 o O O O o O O 0 O o o O o O O o o O O o o O 0 o O O 0 O o O o O o e e e 1 a o O o 0 o O o O O o e o 0 0 o O e O o 0 0 0 O o 0 0 0 o e O o 0 0 0 o O o 0 1 \ 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A 1 0 0 0 0 o O o 0 0 o D o O o O D O O o o O o O o o O O e o 0 0 o O o O O o 0 o m V £ 1 b m b b m V m V m b m m m m m V m m V b b b m m b m m V m m m m 0 m m m m m •m N aIu 1 A A A A A A A A N A A N A N N N N ri AAA A A A A A A A A A A ii N N A A A m • O 0 O C 1 C n r r r r C r C r r r r C n n n C m m m m m m m m m m m m m m m m m m m m H H £ 4 1 0 0 o 0 0 0 o 0 o O O o O O O O O O O O o O O O O o e O O o o e o o O O O O a - co N. N • G U 1 F O m m m m b m m b b m n n n n O O O m w m b m w m V w V n n n n O O O n n n r m \ J U S 1 R N O O A A A A N A N A N N N N n n n n O O O O O O O 0 O A A A A N N N N N N n R • \ M 1 N ry N N N N N N ry N N N N N M1 N N N N A A A A A A A N .y .y n A M A A A A A A A 0. CI F m1 R ° NI ° 1, 1 0 1 T N P Y1 II (] 1 p m q pl _a�...m 00 -w 0.0. 0I T V V p N NI a 1 a 1 • 3 H Zr N V 1 M r¢¢ -I M O i GVr p 4£i 2 z O 1 } 0 0 0 0 in N in 1 •( '1 N fClC Irr I F N N C r N N N N 1 p a1 A d 1 $ P I KU' d ' q V 1 F .i o 00' pt w p a h i N I m N 1 N d a'[-. O 00 vl 000 a, •o HI 0 Wo r F w0 l I maim °' ; a S o o a NOOi F� • Wi .•;• o 0 o o O w • O F MI U N N t 0 o O qa 4U1 N O 1 p F 1 N a d ar Et311 i 4301 0.' i w 1 G b M V a 1TIIO 'QS -I 61j' Dl 0 M I F I U V U U N N o $ O I •j 1 1 E N 1 1 a .I O U .1 I ' Hbr ..11 N app o a to 1 qI Cl N np 1 q pF r a I d el WI R O n O 0 rJ 1 S W V ` ci n ry Q mn m,+ry o. 0 °° N m 0 'b n n 0 ,H ei Q m - n s1' 0 O m 0 Q ti N h m Q N ry e4 . H ul O O n N 01 n tl e -I O � .Y O Jm O m a Z {T' wi N oq Se' 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o o m n a coc o 0000c o ff P . o 0o 0 00000000 0 0 u E O d pp O o 0 0 0 00 0 00 S 0 pp pp 0 0 0 088 g b 00 0 0 0 0 000 0 p g CI C o C o o O o • u cc 000 pp N N o F VO O O O 000600000 O p O 0 O O O O 008 0000 CO 30•°-� oc000c000 c 00 0000 o0 0 000 -i .� ciCO 0 r N A 'O 000000000 0 0 0 0 0 0 0 0 p p 0 0 0 0000 0 € 0 00 0 0 0 0 0 •L 0 O O N m V (V M 9 S 000000 0 0 0 O 0 O C a p. 0 0 0 0 0 0 0 O 0 000 0 0 0 0 WI.. 0000000 co 0 O O O O 0 0 0 0 O J 00 0 000 0 o Ln v v "p a m n p n 0 N H Q m N "1 O n N m to O O Q nS p eeii v1 O ti ti N YI P v1 p O O � u_ N rl O ri OO N € Q N vl OO O 4 •1 { O YYYj O pQ p Q O O O Ooo O O p S O Op O1 0000 cc �' b N O W Q. N O O 0000 Q h n InO a)^O, O O G Q' t Q a0 N .1 ei H n N N .� m N fh In N 4 N OI VI N 1 O n a0 �+m p p NQ O< Co N n n O h GOO �_ Lw m m 0 O CO 0 0 0 o e•} ,4 0 0 0 0 0 add mo 'n 0 m .y OO o d ti o 0 .0 O O O 0 0 0 0 0 Q 0 0 0 N . 0 O " O o 0 0 0 •L M (O Y1 v0i O O .010 l!1 O ` 3 m Q H l0 N ,y N Vf '� .N•i .�i ai ti P € a 'C O s o0 000 aka wo0�000000 0' 0000 o p Co COLON Q 0000 °'„" o"$ mm `^ a oi c ei r vi N N N N ,-1 Q 01 b my LIl Um m N ...� ,o NN m. lrlN n ti Q VI Cc Cc Co m m :° 5 0 o Yi a C C o v n n m w a m m m o c Fo V •� " C C C A �,. e C 17 2 t+ O iC S iK A W O _ N O 3 J 6 m J J . .S L l L L L L a E E N N N O a a a a v a a J a a __:z$ N N N 10 N N g U V 'V O m f0 N C C C J N! N NI Q C V l7 V V lJ V LL a m C E g u X y C m 0 V V V V C Q C V c c a«« Fi Yu E 3 a 9 `o Lo 3 N E m L CC CCC a oL y ti i. iY LL V V' U' C — C C N _ K 2 m 6 m ¢ L E O 6 0 0 0 m¢ V U V O Co m r'J w ` U C C d �o O W a E.o° a 1° u b '-cc. 4 • • J � I- • O o o e f ^ r • O N � O 19 h n a J r F - H t O w U •x J V O O fl < -o u1 p• O 1- o m m o n Fes- J •d N OF a N y J r � C a w N Q O o Ri t7 � tl � w R m ,- V � r � tlJ b IL m o Ad g LL C m n a m 0 CD N J O m 0 O H a w o V W C, o CC, h • U FO t c m 4 t m (/1 5 UI .- N -r fl 0 • J 0 a J J C) It 12 12 0 I. • C • '4-I A N O O O O O O N tV V v� v� to an An VT w M r-i S S S e> O O O O o O V' O V (fl- N t/f in in t/T 0 ? t to S S 0 0 Co v V* m o 0 0 111000 OV} VOf 0) -in (O W N 6'3m S oocn 6C 0 s N eta n r- N- S 4i S to S sC 9 x Y W Y I' « � t L L O m O f- d go 44 ma y0-.a...m!- w w W w O w w w w c O C, y V CM O O 1- F N F a m a a 0)00- m J 4S .' C. Ca 'Ot O G �Ew�IuE a awu_OKOO ,2 Cl) = . .• ° i J . ( . • - k k ? @ • •_ • .- `2• 2 B • $ § (0 ° . • • UI- m 0 a a m . 2 tsJ ) k _| ■ C') k§ |;( IL ] � §-- S®° u. 2 ) m . . . . . § I.- . -J -J O C . . t \, e k --- � 0 . ) n . o ) . ■ t a. McGoodM Williams ff Yares Engineerlog Confidence Rolrm9 HIUS DMa. Gaye90•r.IIe Arkansas n703 (479)4439404 TO: Brasfield & Carrie; L.L.C- • 729 South 30th Street, 352$3-2939 P. O. Box 10383, 35202-0383 • Birmingham, Alabama DATE JOB NO. December.7, 2007. Fy-317 CS' ATTENTION •Tom Marcum WE ARE SENDING YOU ■ Enclosed ClUnder separate cover via I the following items: ❑ Shop drawings O Prints O Plans. ❑ Specifications ■ Submittal ❑ Change order ❑ COPIES DATE NO. - DESCRIPTION 6 11/1107 001-02821-0 Fencing and Gate .: ECEIVED .. DEC 12 [007 THESE ARE TRANSMITTED as checked below: O For approval O No exceptions taken ■ For your use . ❑ Make corrections noted • ❑ As requested ❑ REMARKS. ■ Amend and resubmit ❑' Rejected -See remarks .. • Please see attached memo dated 1217107 and color copies of sheets Cl, C3, and C13.showing locations for each fence type — and locations for gates to be provided by Change Order No. 4. LITTLE ROCK FENCE CO., INC. • 12 Versailles Ct. H. Little Rock, Arlcansas 72211 Phone: (501) 221-3335 Fax: (50]) 228-7070 E-mail:. gjacks..lrfencera"?comcastvet ATTN: Y—q,c�G� ff INVO]CE # NAME: [ s✓l C5 I ZLG SALESMAN: < AIIyX5 S �-. • ADDRESS: D) I 2 t=` 4-u &u LL €-.. c - _DATE:__________• % CITY: E STATE.:4LZIP: s 3 PHONE: ___7/$/5Z FAX!_____________ _ QTY. UNIT nPcr•umTrri T _�r...n _mnurucI� nil - ®mss �.._.,.�. , _ ::f ... Jan 14 08 01:59p Ozark PATTERNED CONCRETE January 14, 2008 Proposal No. 8008 Brasfield & Gorrie Attention: Judd Fax No. 205-794-9652 479 756 2319 p,2 OzARK PATTERNED CONCRETE®, [tc. • 'Es r susHED IN 1990' Please review the following proposal with regard to the installation of architectural concrete: Included • Footage indicated below. • 3500 PSI concrete with air entrainment @ 4 inches in depth. • Color hardener & sealer in imprinted areas. • Joint materials, • Placing and finishing concrete. • Detail & seal concrete in imprinted areas. NOT included o Labor & equipment for grade work in excess of +/- one inch. o Forming materials & labor. o Base material o #3 rebar @ 2' centers. o Pipe materials & labor to install pipe for gutters, irrigation or lighting as required. These services can be provided based on time & material costs. Material and equipment to be billed @ cost plus 20% and Labor @ $37.50 per hour. ENTRY WAY 240 SF of imprinted concrete................................................................$2,000.00 NOTE: Pattern - Large Texture Mats Color - Ash White w/Beige Cream Release TERMS: 30% down payment with signed proposal. Balance at completion. Figal billing to reflect actual footage placed. ,e Roge'r7Wirick -� � P posal Approved (Signature & Date)' *A signed proposal is required to reserve space on schedule.. Above quoted price is valid for90 days from date. AR Contractor's License No 0129580408 °"t' 2 �zos"-ast-sy� f4p y79- yNy- $70 PO Box 508. • LowEu, ARKANSAS 72745-0508.479.756.2319 • FAX 479-756-0452.OZARKPATrERNEDCONCRETE:C0M Birdsong,Kasey oFrom: John Siversen [isiversen@mwyusacomj Sent: Friday, January 11,20084:19 PM To: Birdsong, Kasey Cc: Marcum, Tom; lcrider@mwyusa com; dpowers@mwyusa corn Subject: FY317CS Textured Concrete Sample Review Kasey The textured concrete color and pattern has been, selected for the East Entry Canopy and is as follows: OZARK PATTERNED CONCRETE: Pattern - Large Texture Matt Base Color - Ash White #0266 Release Color - Beige Cream #A-59 This was all discussed and selected with Roger from Ozark Patterned Concrete and Mark Stuck MWY after viewing a sample on site. . If you any questions please give me a call John Siversen FicVOodriin Williams & votes • EaoEneaIii14 tnnfleenoc . Project Manager/Architectural Designer Phone 479-4433404 Fax 479-443-4340 isiversen@mwyusa.com •• January 16, 2008 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive. Fayetteville, Arkansas 72703 Re: Architectural Concrete @ Structure #22 Westside Wastewater Treatment Plant Dear Lane: In accordance with McGoodwin, Williams & Yates' email from John Sieversen dated January 11, 2008, Brasfield & Gorrie, LLC is providing the following quotation for your review and approval of the architectural concrete at the Operations Building, Please respond in writing with your acceptance of'this quotation and include in the next change order. If you have any questions or comments regarding this matter, please feel free to give me a call at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Tom Marcum Senior Project Manager Cc: 2M4 — Architectural Concrete CI CI 69 r 0 o O o '0 H o o e • w 0 0 0 o j w a n F m mix I m U W oo N Q •N O �rp)i F-000 7 H m .t •�-. 7 < - m O J a •ai ~O O m U) a N n ss J - H U W m _- C Pt LL 4 it J d N a 0 w J. Q LL U. C V N j = J o t O • Z m U U 2 w CO o 0 J F O o •L c m U m W W ' N 05/(4&. • IIuJ From:. Sent: To: Cc: Subject: Kasey David Powers [DPowers@mwyusacorn] Wednesday, September 19, 2007 5:21 PM Birdsong, Kasey 'John Siversen'; 'Kahlil Rowett' FW: Fy317 wall covering Ref three choices below for vinyl wallcovering, the basic spec is fora VWC 54" w, 20oz /LY, and Type II Pattern; Class A Fire Rating, Flame Spread 15, and Smoke Developed 25. Material should also have a 5 year Warranty, anti- microbial features, and mildew resistant. National Wallcovering specs below are a Quality/Reference Standard for the VWCManufacturer's Yep:' and phone no. are included below. . From: Kahiil Rowett [mafltb:krowett@mwyusa.com] Sent: Wednesday, September 19, 2007 338 PM To: David Powers; John Siversen Subject: Fy317 wall covering First Choice Vinyl wall covering National Wallcovering(Kim McClain 1-501-378-0039) "C&D Essentials" #CD-ES2-16 54"w, 20oz/Lin Yd Type)! (Lobby 22.101, Foyer 22.106, Corr22.111; Break Room 22 119 and Training Room22.120 see Finish schedule sheet 22A1) Second Choice Vinyl wall covering National Wallcovering(Kim McClain 1-501378-0039) "C&D Essentials" #CD-ES2-56 54"w, 20oz/Lin..Yd Typel'1(Lobby 22,101, Foyer 22.106, Corr22.111 Break Room 22.119 and Training Room22.120 see Finish schedule sheet 22A1) Third Choice Vinyl wall covering National Wallcovering(Kim McClain 1-501-378-0039) "Sympony Select 11" #SSP220 54"w, 20oz/Lin. Yd lypefl(Lobby 22..101, Foyer 22.106, Corr22.111, Break Room 22.119 and Training Rodm22.120 see Finish schedule sheet 22A1) . Kahlil Rowett ARCHITECT INTERN Of' OU� ' tC illi i14jltialnS rVM s l hkiteifa� >'a'gTitlaece Ph: (479) 443-3404 Fax. (479) 443-4340 krowett@mwwusa.com 1 i: I • I otc� l2 Chuck's Paint. Service • CPS of NWA, Inc. PA- Box 4581 ontitown, AR 72770-0458. Phone (479) 361-1148 v Fax (479) 361-5788 Proposal Date Estimate # • 10/292007 638 Attention Project Description Brasfield & Gorrie Const. FAY WWTP:Vinyl Wallcov. Mn: Kasey Birdsong Scope of Work Total Furnish and install vinyl wallcovering @ Operations Building(Lobby, Foyer, 7,840.00 Cor22.111, Break rm, Training rm) NOTE: 1) Quote is for option #1 or #2 2) Option #3 does not meet specifications (Not Mildew Resistant wallcovering) pcsr ztria s G. of ro c sKI ? 7o i JSH ✓ir+Yc. wau- C.OV&2tnJL 14 rE, ,ttn7S qj,z?o7•' Bf$zit bJ d'no,,JG- Ptt p7JY 'I Glolin^� RNo Cb,XJ '1 / 9i.iT Ski ✓GE Ei7'wi≤ # GJ'- Chuck's Paint Svc, Authorized Signature Total $7,840.00 Stc cQ . o4 t. ■ :1 •Birdso ' . From: • Sent: To: Subject: brandon niounce [brandoncps@coxjriternet com] Tuesday, February 05, 2008 8:58 AM Birdsong, Kasey - Operations bldgwall primer Kasey, Io prime the walls @ the vinyl wall covering locations in the operations building is $560.00.. Let me know if you want us to proceed_ This will need to be done tomorrow the 6'h if we are going to install the wall covering on Thursday., Thanks, BRANDON MOUNCE CPS of'NWA,.Inc. dba Chuck's Paint Service 479-361-1148 Office 479-361-5788 Fax brandoncosna,cox-intemet com Wo virus found in this outgoing message Checked by AVG Free Edition. Version: 7.5.516 / Virus Database: 269.19 20/1260 - Release Date: 2/5/2008 9:44 AM • Ii ..�JF - o s l(- t 2 Chuck's Paint Service CPS of NWA, Inc.. P.A. Box 458Iontltown, AR 72770-0458 Phone (479) 361-1148'-• Fax (479) 361-5788 Proposal Date Estimate # 10/29/2007 638 Attention . --- Brasfield & Gorrie Const. Attn: Kssey Birdsong Project Description FAY WWTP;Vinyl Walicov. Scope of Work Total ITh'Furnish and Install vinyl wallcovering @ Operations Building(Lobby, Foyer, 7,840 00 .:..:. .. Corr22.111, Break rm, Training rm) �,+' NOTE:.• 1)`Qdote is for option #1 or #2 )Option #3 does not meet specifications (Not Mildew Resistant wallcovering) • i k*.• .fit{.ti..1 !:::\'. Authorized Signature Total $7,840 00 • t. .. - r m .- ' p V Q b 49 O fA N N (00 O O O O OO CD O N I- N O N V rn N W m r O) J b b O• I b m E F N 7 N S w m U ep m W L. a/ N w F m 9 Q 1n O n O • _—&-__3; r rn Nb M.. I • K 9 Nb W • U N O O O O O J N m O O O J W r O rn m LL K m ' w ma O m 1 a f9 LU W ... g. o tCM • o q " R o u_ H1 U- u v LL S co IL C rn 7 m m - y N W J J N N �- r e o { -- O ,_o C) d C) a Y a 09 ry m J `m o o u m V 0 D p U ~ D C m • m J a m m y fr N m V' e0 f0 N C, m a . n' '1 Eo o V. 4). woJ p "'• Z 0 LI U H W E 0 H i • w w 4 U C-;CCCCLYJJJJ U r yyw 00 �n0 FCh N 1 1 I D0 H T\ m V N Pmc', N H b H V'OH u-Ut W0 £a� GAO A 00M �l -i HE 04)01 W[GN y 00 a w w G 01 LAm ao Co 0 00 o I NN 0 O ) N 0 a .\1 o h om u Hin M 0. OW U] 4J0 0 G"o ti me wt) • O N r r-1 o p o p p o O ''''' I IE a 00 00 O N O O O O O O 0 0 0 0 0 0 O O O O O o O O O O O O O O 1 y NOIf' 1110 000000 OOOOOOOo0o000000000, O O O N '10 O 00 C O 1110 o 'H m n00000 0 0 0 O O Ip 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0- I F b bN m0o H m N NN Nom+. VNm NNO', Wu 'IINOHIII Cow Y1 V1 '('OI(100NNN001(1 Y1 •✓<1r Nyl rlm 01m V'm Nmmm'-ImNmNeiNmVNr .y H HH N H N . ri p 1 1 w Vi', 1 QI 00000 00000 0000mo0oaoo0o000000 I a O - 00000 000000000000000000 IfI NONN OOb N1(1NNN011100wNU100mb H1(l rlm O1mCmlflmm me{mNmN'iNmCNr W .i I1 0 0 0 0 I O O O N N o O m a' O O N N • m ry ry 00 0 0 0 0 o O o O o p o o p I w O O o p O N O N O O O O p O OH I-10 Ow0 I(100' Om m b b N N m W O O O H M m m N Ifl ON NV CNO Nrb mN N 1 'I m m m m p I b1 O O O O O O O O 00 O O O o p or ro Ooo 000 om m 1••V VH HC VCV mCC mm m N L 0 0 o m o mO p_ 00000 o p o a o 0 o O O o 0 0 0 o O O o 0 Pi WN -o O O .{O No p 100000 NVIN 0ffln OVI VIm OpOo000 .0000 . .. . . .mlllbNNM V1000000 H NN NN V alHV00 rm.-I OfNVmNbbNmO1 IN HH "9 .i .'1NNN .{NNmNrvNMNNm.i riN rlmNN ❑z E F F yWy G] w Q 0 W H qyy0 K H pa. d -d UV 0 y mw 00 o h oar OH000H04 o Roao W CI W W W W W 0 .. . N N NWI N W rT mw L a .1 J! uaa uw u z m a F IF -1 F F E � .Fu FW ZQgQ `.4w. F� a am�' w!µ7��, Ww W'W] W,$ W 40tHO S.] oo H QI]m3 'FFW oQ Uaa OZF OX OF U4444a wow g$F uw... ryry'�Wwo OMWWQ oa "w w.a] 0 01 E WU mm mz<HQx mUWI.�E OW 1ZN`i r]CO-1 �m0 OH O O N 000 00 O Hrj [[iiRC V' 000 zi WW (W'j WUWj xwQ x Uw U Up Um U> U[Ww N,2> UiG wWw�ai1rIy�wIKaF h XX y [UUv�w ZQ U.7 azg3 [�W'j [[... y�,�Wj'❑ Z PW .] O S .'tQ Hi F . I-+OO]4•HwQ�r�[1UQKId000 0 h w CO E -h 3❑ m Dh 0.'V❑•3GEhHgm>W EF-'RlShha'Sw W .i O O H H H N N N .i O O 0 p N b b ii H H 'O O O O O O 0 O o o p 'H O H H H H 1 0 -- O O o o O o oo H m a H I m 1Li 0 R I a I rl t >1 1 E o lO O U It -U1.1 C, I O U p I P m I N ❑ m' b E 0 U I H m 1 m I 4 i E a I F a • a` IC' • WW I 3H OLK U4 I V i ax C F 0 ac', I I I 'Jm H FHp.\ mmN a W N N H b RWi H P 'a, on - H '2' 7 X y�.1• 4L11) b1OV I QOO E'H 0)0 a�0 E I J COD, OL vw wp� W W N C K �QQ Wq01 too o E- O o 0 - I N N O. o I oH „ 1 u H m H H OW m Lu C G O4.1 H k u ro 4.10 (0i m m m VI to mu ( 'U H H Nx t rC IITS •) 1) L 0 N L 0 W L 0 L L O 0 Q 0 0 z OWL-. 0 2 O 0 NH H F H 'H N F a NJG Fprao £ H N F H 40 u CO 0a Dl a 0 Co 0Y' UH UZOO. U O -1U U Som)>a. o zoa o>X4 ozMO°x o Q8 Q0.' 8 S' OQ� VGSFzEooI 882oa�0[2. U CO 1-4•Xw> W F0 FHgzr�Q�ysf��PO Dl Fla q wN j„u QWG01W at a - a I a -a- O o H j0 H Hf H N N n m uH m m P - N H 10 H H .10- - H H p m m m H H H 4 H. d= N m en pufo m m wnolp 000 ormoM Vj o (p pj V W HNIO 0 0 NHON '4000 OLINOH p V VI •N' .� O a 01+1r 0 W m m 0.4 V pt+lO N w r N O N N r a't-IN 0 0 OIUI0rl p0O en NNNN vi m H rpc 10 UI moWW Hrr0 In H m m . H -I Hei P ' N IO Ol 0 m 0 10 en b III 1'l pm0 m m 111010 IOOO ONNOni 0 O 0 0 H rl HNm 0 W I0H0N O00 O0NOH p. aT H r1 0 0 0 m r O O O m O H O P N r t0 r N 'i HN 10 b 'm m NHN O N P r N N N N 0 Hm 001 a N N p m N N N N N p H r aT P rl rl rl H H H 0 o 000 o O 0000 0000 O O O O m m 000 O O N O O O (N000 O O O N p P N N O O 0 0 m O O O 10000 O m m In• m M I0 N In N P P m p C0 10 O a bmm I+1 N Or.wm Nmmo W W H ri H H N H d N N P P 0 0 000 0 0 0000 000 00000 0 0 -0 0 m m 000 O O m m O O 000 00000 O O m m '.R P NNm m m HHOO !•INN PHHHH P H V 1p HHHH PHH N r b 10 p o O 000 O O 0000 0000 O O O O O O 000 O O 0000 0000 O O m m ('1 N PV'P N N 0000 0000 O O p p. NNN r r PCPP bellCP N- 0 P P H H N C' 000 0000 000 0000 N N 1000 0000 .000 0000 - NmO NmOr 01110 I•'ImOr b p m P O 1p P N N O P O V p N H H N H H H H H N N H H H Dl a W w a °� ryyqe u yawyw r((�w�al SO Q N 00W xmm w E NODU R�.r7C cam. wou I. I• AAMERICAN CAST IRON PIPE COMPANY . AMEIUCAN DUCTILE IRON PIPE DIVISION 1501 311 AVENUE NORTH INVOICE B1RMJNGHAM, AL .5207 TELEPHONE 205-J23-7701 FAX 205-32$8931 INVOICE #: D190511 140 DATE: 12105107 Bill To: BRASFIELD & GORRIE, LLC Ship To: BRASFIELD & GORRIE, LLC P.O. BOX 10383 CALL 281-5444 JACK CARTER IS SOUTH BROYLES ROAD WESISIDE W T P BIRMINGHAM, AL 35202-0383 FAYETTEVILLE, AR 72704 CUSTOMER II PA- NLTIBER -- DA7C SHIPPED SKIPPED 17,1 SALES ORIGI=PntPAYfA-LL0W YI;LE FREIGHT BRAGO40 WESTSIDE WWTP 051612 12/05/07 FEDX E e BHM LINEN DSSCRfhlON WIIGN7 .-- Olt'LA7DY WM UNITPRICE AMOUNT DELIVER M -F 6:00 AM - 2:00 PM 126:! i18' FASTGRIP GASKET,350 PSI STYRENE BUT- 8620 14.0000 ADIENE, COPOLYMER (SBR) RUBBER REFERENCE 174,60 2444.40 ANSbAWWA C1111A21.11 AND DRAWING PA -00651 _ ... _. .-� -. 6U8 _ {� r rO N"JEE1A��N"� r UCli . ..i(IT 15 L&t' ao 6 Lining and Weight Adjustment .20 '�� Total Weight 88.00 Material Value 2444.40 ,,ff TERMS: NET 30 �b l Y Mdse All cAockd p3pbk to: - Wue 1'nnsfatp: AMERfiAN CAST IRON PIPE COMPANY AVERICAN CAST IRON PIPE COMPANY AMERICAN PaASTI: P.O -BOX402659 or BANK: B4NK OF AMERICA CAST IRON PIPE COMPANY AT1.ANTA.QA 36384.2659 ROUKEL M4.IBER026009593 or BANK: BANK OP AMERICA ACCOUNTNUMBER: 003275320981 . ACCOUNT NL - ID D SWIFT NUMBER: BOFAU36S ACCOUNT NUMBER 003773320981 MINE 6VEMSU1. FALLSTOAI.lBE PATMNEpt ACCGRpAVCB RT[NTNElERA130F1N1S AGItEFMEM.lNEACR%8!t SHALL BEI EENED70 BE DELMQL(f.NTANDASER110E CHARGE V ON&NALF()1.T:IPER MOVTIOAISti ANNU1t CNAROED WEEKI.I' Rfk. 8E MADE 0VTMLNPAID BALANCE WNERETNE.�V.WALRAT8 OFIS%E\'CEED37N63LtXIR111N A1LOR'£p .TNE I]IRcE33NAu. BE)LASBA[fNA110RT➢ . .. ADPII7V PACE 1 ORIGINAL V 1•., r 1 rl rThZ4fliz.j p lfl !jtroj tI as ii Lt Iw,IflV!,A.;r , MATERIAL - SEPTEv1BER2005-AUGUST2007 .%o CHANGE '- 111 • ...1 b"u ,v Fe. r 1 F. e SS *vim C+�9 y.,. • f 1 n 1 11 4�♦Y 4Y •!'. ALZ. hS I; � -r a Y.< i � x411 � i - ._i: • �.. ! 1• ♦ e ' Y 1 1 - NI; LLI L.ILL [ ; i� i - Y`Lr'L. 11T Ub • Branch, Judd From: Chad Rainwater [chad@holmeserection com] Sent: Friday, December 21, 2007 8:49 AM To: Branch, Judd - Cc: david@holmeserection com Subject: RE: Please provide a quote - Liner Panels in Structure 13 Judd, We hereby agree to erect the liner panels in the blower room of building 13 for the sum of $5,832.00. This price does not include any material or any work associated with the ceiling. Let me know if you have any questions or concerns. Best Regards, Chad Rainwater Holmes Erection, Inc. Office 479-646-4331 Cell 479-650-8838 From: Branch, Judd [mailto:)Branch@BrasfieldGorrie.com] Sent: Friday, December 21, 2007 8:43 AM To: Chad Rainwater (chad@holmeserection.com) Cc: Carter, Jack Subject: Please provide a quote - Liner Panels In Structure 13 • Chad, As a reminder, please provide a quote to install the liner panels in the blower room of structure 13.. These panels should be installed in place of the acoustical wall panels shown on drawing 13A1. Please give me a call with any questions. Thank you, Judd Branch Assistant Project Manager Brasfield & Gorrie, LLC 3021 7th Avenue South Birmingham, AL 35233 p: 205.714.1566 f: 205.714.1652 e: ibranch@brasfieldnorrie.com w: brasfieldgorrie.com This email and any files transmitted with it are confidential and intended solely fox the use of the individual or entity to whom they are addressed. If you are not the intended recipient, you are hereby notified • that any disclosure, copying, or distribution of all or part of the transmitted information is strictly prohibited.. If you have -eceived this"transmission in error; please.notify the sendei immediately by responding to this transmission, hank you.• Branch, Judd Dwaine Jennings (dennings@allianceokc.comj Friday, January 04, 2008 1:27 PM Branch, Judd Fayetteville wastewater tratment plant Building 13A. Alliance to furnish 24 ga. color PBR wall panels in an Alliance standard color at the walls of this building. Price includes panels, top and bottom trims, inside coiner trims, J -Trim at columns, and self -drilling screws. Any other materials or labor to install to be by others. Material FOB Fayetteville, Arkansas (no sales tax) $ 9,650.00 Thanks Dwaine Jennings • fl&d. iSo Wctodminlne8[iy Confidence Yates Architectural Engineering Confidence . .. G9 Slrg Ma -:as i2703-Pt,dc i4T).V4:4O -F-X (479)443-4140 . Project: Westside Wastewater Treatment Plant City of Fayetteville, Arkansas • Project Engineer: McGoodwin, Williams and Yates, Inc. (MWY) Job No.: Fy317CS Date: November 30, 2007 Reported by: David Powers, Project Architect McGoodwin, Williams and Yates, Inc. (MWY) SITE OBSERVATIONS — November 29, 2007 Those in attendance were: Kasey Birdsong, Jack Carter:......................................................... B & G Lane Crider ........................................ MWY • David Powers ............ ............0............................. ............MWY Item 1: Building 17 —Odor Control Building `Acoustic Panels at walls — install panels inside of wall girt at top of CMU and extend up to wall - ceiling intersection. Install R-19 unfaced thermal batt insulation (if vinyl faced blanket insulation was not provided by metal building manufacturer). Paint all exposed metal building framing, "Acoustic Panels at ceiling — install panels parallel with metal building roof purlins, attaching panel directly to bottom flanges of purlins Install supporting 'Z' framing inside of purlins at end joints and at intermediate spacing as required by panel manufacturer for panel support Paint all exposed metal building structure/framing NOTE: Install ceiling panels continuous from exterior walls up the roof slope to existing purlins approximately 4 to 5 feet from ridge line — leave an area approximately 10 feet x 20 feet of open (exposed and painted) metal building structure at ridge. Item 2: Building 16 — Chemical Feed Building. *Acoustic panels at walls — same as for Building 17 at three exterior walls, and full height at partition wall, from top of CMU up to underside of metal roof system. Paint all remaining exposed metal building framing. `Acoustic panels at ceiling — similar to Building 17, except with only a small °open" area (2' x 5' approx.) at the ridge. Finish open area with FRP faced plywood panels and trims. Paint all exposed metal building structure/framing. 'Ceiling at Chemical Feed Room — install metal stud framing from exterior wall across to the partition wall for installation of FRP faced plywood panel ceiling at 10 - 0" AFF. Size and spacing of ceiling framing as required by FRP panel manufacturer. • NOTE: Install all FRP ceiling panels with Hllti Kwik-cote fasteners at panel edges, color matched nylon rivets at panel field, and manufacturer's panel adhesive at all support framing. Wall panels can install with nylon rivets at all locations — subject to on -site test panel acceptance. Page 1 of 2 S Item 3: Building 13— Post Aeration Basin Blower Building *Interior finish for exterior walls — in lieu of acoustic panels excluded by contract negotiations, provide the following: Exterior walls — install prefinished metal liner panels and R-19 unlaced batt insulation. Install • panels horizontally, and anchor to vertical exterior wall framing. Paint all exposed metal building framing. Interior partition wall — install prefinished metal liner panels horizontally over metal stud framing — full height to underside of roof panels. Cei ing — exposed/painte meta building structure and vinyl faced insulation. Item 4: Building I & 19 — Inlet Facilities and Electrical (South) *Exterior concrete wall finish - provide texture finish elastomeric coating per specs. Contractor to provide texture samples and color chart. Prep walls per Section 09900 specification. Item 5: Site Perimeter Fencing "Per discussion at Owner's meeting 11/28/07, MW( will revise fence submittals to show the one 20 ft. wide vehicle gate at the west side, and the two 6 ft. wide man gates (one at each of the east and west sides) requested by the Owner. Revisions will be noted "pending Change Order No. 4". NOTE: Owner approved a color coded drawing showing the fence types and the location of each type around the perimeter of the present site. • NOTE: B & G to provide field determined dimension from the northwest corner of the perimeter fence to the location for the north pole of the new vehicle gate. Item 6: Building 22 — Operations Building *Reference (exterior) Aluminum storefront corner glazing details at Work Room 22.104 and Control Room 22.105 — as discussed with Kasey on 11/28. 1. Mitered framing joints at Room 22.105 are unacceptable and must be replaced. 2. B & G will ask glazing sub -contractor to install one panel of the butt glazing in a finished condition for review. 3. If the sample joint is approved then all joints would be finished in a "butt glazed" condition: 4.. If above sample is not approved, then an extruded aluminum corner cap would be required at the exterior— contractor will need to provide proposed details for anchoring cap to sill and to intermediate horizontal frame. NOTE: Brake metal cover is not acceptable. Cc: Attendees City Mark Stuck John Siversen Page 2 of 2 • Marcum, Tom From: Marcum, Tom Sent: Thursday, February 07, 2008 8:31 AM To: Lane Crider' Subject: Liner Panels in 13 Attachments: _0207082935_001 pdf Lane, Attached is a price to install metal liner panels in structure 13. The acoustical panels were taken out for budgetary purposes, but nothing was put back in their place. I wanted to run this by you before proceeding. The amount of the acoustical panes, back then, were removed from the contract at $38,943. The cost for the liner_ panels. is $16,492 I also enclosed David Powers Site Observations of November 29t" to show where the idea came from. Is this ok to proceed with? If not, other options? Thanks Tom Marcum Brasfield & Goiiie 30217th Ave South Birmingham, AL 35233 205-714-1456 Phone 005-714-1652 Fax • 1 J J •' v KLL •.. a, C9 r iS LL W w O LL LL. � 9 m ; r •a r F w iTp O O e • O w ea TT TT I N N � � w w ~.c c `o m Fl o. o a C J 7 - c L m N N N 0 J � w 0 7 e» 7 J � o d N O w � c J C7 E.Q. � O Do` 'rn j n m N �- N •Fire & Security Si►nplexGrinnell October 23;2007 Mr. Kasey Birdsong BrasfieldGonie, LLC k $beef - 5/8453;. ..-. 18479;1.:: RE: Cost for Underground Cost'for re-routing the Fire Department Connection W ••: estside WWTP (s E i Fayetteville, Arkansas NOV 022007 -DearKasey: — — __ = — • Per your request we have listed the cost for the 2 items listed above. B. Fire Department Connection Relocation Costs: • 21 feet of 2 %z" sch. 10 steel pipe - $57.06 • 1 - 2'/z" grooved tee - $22.87 • 3-- 2 %z" grooved 90's-. $44.45 • 9 2 F/z" grooved couplings $107.61 • Misc. hanger materials - $14.04 • • 2 — pipe cuts - $66.00 ... . . • 2 '- Pipe grooves - $78.00 • Labor - 9 man hours - $585.00 • Sub -total - $975.03 • 15%profit - $146.25 • ,Sub -total -'$1,12128 • Taxes — $22.74 • Total - $1,144.02 If you have any questions or need additional information do not hesitate to can., We appreciate this opportunity to be of service for you.. Sincerely, • Ken Thackery Construction Supt- C1 RESUBMITTAL REVIEW TO: David Powers COMPANY: McGoodwin Williams & Yates FROM: J.Rod Barcenilla DATE: 07-18-07 PROJECT NAME: Fayetteville Wastewater Treatment Plant (West) PROJECT #: 2016 SUBJECT: Fire Protection Resubmittal Review —Structure 22 All items were reviewed as to general design and construction only. Dimensions and quantifies have not been checked. Approval stated herein does not permit any deviation from the plans and specifications, unless specific permission for each deviation is requested and granted in writing. Equipment and materials shall be installed per the requirements of NFPA 13, local Fire Marshall requirements, and within the limitations set forth by the UL listing and FM Approval rating of each item. EQUIPMENT AND MATERIALS I Flexible Sprinkler Connection APPROVED Provide UL Listed and FM Approved flexible sprinkler connections. 2. Top Beam "C" Clamp APPROVED Provide UL listed damp. • 3. Fire Department ConnectionAPPROVED ved re departrent con edion. Coordinate exact location of Th •FDC with Fayetteville Fire Marshall Prior to installation. FIRE SPRINKLER SHOP DRAWINGS I HYDRAULIC CALCULATIONS 1. Structure 22 APPROVED AS NOTED Coordinate fire department connection location and layout with fire marshall Provide 2" drain. END OF REVIEW Page 1 of I xR.mw,.u.W.nm. nfl avmuTtM.' 1iwt CP*a • Birdsong, From: David Powers (DPowers@mwyusa corn] Sent: Friday, June 29, 2007 4:20 PM To: Birdsong, Kasey Subject: FW: Telecon wl Matthew Rinehart , Re: Fay WWTP, Sprinkler Submittal Review Issues Kasey More info on the fire sprinkler system — FYI Ill Per item 3 below, I hope we don't have to relocate the FDC. DLP From: John Rodney Barcenilla[mailto:jbarcenilla@gaengineersinc.com] Sent: Friday, June 29, 2007 4:05 PM To: 'dpowers@mwyusa..com' Cc: lcrider@mwyusa.com Subject: Telecon w/ Matthew Rinehart, Re: Fay WWTP, Sprinkler Submittal Review Issues David, Below is a memo of the conversation I had with the Fire Sprinkler Designer :JTELEPHONE MEMO - Items Discussed):, 1. Fire tamper switch is not an NFPA requirement Per MR (Matthew Rinehart), a fire tamper switch is usually submitted since the owner typically wants to be alerted if a valve is closed. it is also possible that the addition of a • tamper switch could help get a better insurance rating MR will resubmit a cutsheet to David Powers at MW&Y. 2. FDC is usually provided with the descriptive engraving. GA (GA Engineers) let MR know that this will need to be 3 —Talked about the location of the FDC and that it needed to be coordinated with the Fire Marshall. MR says that the FDC may need to be rerouted to the frnnf of Hia tiuildinn since there is not immediate access fora fire truck b get to the rear. Also, the FDC needs to be w/n 100 feet of a hydrant. GA reminded MR that he will need to verify wififie fire department if the FDC will need to be remote A recent change in the local fire code states that the FDC must be placed a minimum of the (Height of the Building + 15%) away from the building. MR to verify if this will be required. ___ —'...-_____— — --- — 4 as rved a stamped drawing from the ISO and also a letter. MR will forward copies to MW&Y 5 MR will contact the Fayetteville Fire Department and follow-up on the approvals, etc. Will forward any acquired information to MW&Y. :TEND OF MEMO - This memo has been provided for your records]: Thanks, J.Rod Barcenilla, PE, LEED AP rr GA ENGINEERS, INC. 2233 N. Green Acres Road Fayetteville, Arkansas 72703 479.442 4682 Phone 479.442.0413 Fax ibarcenilla(a oaengineersinc.com CI McGoodwin, Williams and Yates, Inc. •Engineeiing Confidence Since 1946 909 Rolling Hills Dr. Fayetteville, Ar, 72701 Tel: 479.443.3404 Fax: 479..443.4340 httn://www.mwvusa.com • • a J W a 0 CD W LL in m r w m h h O O 0 LO m o0 o n N N N C yy V 7 eps N 7 U ~ a J Q c o u 4 Q o W N R ~O 7 O D J m r oy m = c J m a, N a n O Q 4 mQ0 f � ') J a 0 Z O U N W c-. � O R R F U D m O m W X11 � N aL G -- OIL CAPITAL ELECTRIC January25, 2008 Kasey Birdsong' Brasfield & Gorrie 30217' Ave. South Birmingham, AL 35233 Reference: Fayetteville Westside WNTP Phone: 205-7144542. FAX:. 205.714-1852 Subject: RFI 111-• Structure #2. MOVs Kasey, We are providing the pricing; in accordance with the response to RFI #111, that adds the electrical requirements to the motor operated valves at structures -#2 and #12. This requires adding a new breaker to 13 -MCC -1 that will take two to three weeks to receive. Let me know once this is accepted so we can get this on order. The price for this work is an increase of $4,725.00 to our contract amount. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gonie Regards, Richard Morrison 199 Fantinel Drive - Springdale, AR 72762 - 4793615833 - fax 4793619835 —.a--navansw I OILCAPITAL ELECTRIC Fayetteville Westside WWTP Date: 01/25/08 Job No: 06-30-5003 RFI 111- Structures 2 & 12 MOVs Description Value Material $2,643.64 Labor _ $1,493.28 $0.00 DIE $124.44 Sub -Total $4;26136 markup 10.00% $42614 Subcontracts $0.00 Subcontract Mark-up $0.00 Sub -Total I _ __ $4,687.50 Bond $37.50' Total $4,725.00. ITEM NO. ITEM NAME QUANTITY 1 1x3/4re32 1 2 3/4 st conduit of 12 3 114 slf drl anch 10 4 314 pb grc 20 5 1 b rc 30 6 3/4 pb t 27 _ 1 7 1 bc37 1 8 314 _ b clamp back -_ _ .__.� 4 9 1 pb damp back 6 10 10 _ 3/4 b stra 1 -hole b 1 -hole mall 4 4 11 11 1: b 1 -hole mall 1: b stra 1 -hole 6 12 3/4 pb st conn str 8 13 12 thwn cu str 150 14 10 thwn cu str 1240 15 15a/3p cb add to MCC � 1 16 2" x 12" core drill 2 • Birdsong, From: Brian Gartside [bgartside@mwyusa.com) Sent: Wednesday, January 16, 2008 9:00 AM • To: Marcum, Tom; rrnorrison@oiltapitalelectric.com Cc: 'Lane Crider'; 'Lane Crider'; Birdsong, Kasey; jrichards@mwyusa corn; 'Jim Ulmer' Subject. RE: Response to RFI 111 Tom, _ We intend for the gate (12-WG-01) at Structure 12 to be local control only; therefore, power only will be needed. . • Gate (2-SLG-4) at.Str'ucture.2 is to be automatically closed when the EQ Basin is empty. This automatic control can be accomplished by using relay contacts inside LIT -0424, the EQ Basin level transmitter. The submittal indicates there are four -"Form A" and two -"Form C" control contacts available. This transmitter and the 2-SLG-4 actuator are only about -twelve feet apart, so install a 3/4" PVCRC conduit with 6-#12 wires between the level transmitter and the actuator' for the control functions. • Brian Gartside McGoodwln, Wlllians and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Ph: 479-443-3404 • FM: 479-443-4340 From: Marcum, Tom[mailto:TMarcum@BrasfieldGorrie.com] Sent: Wednesday, January 16, 2008 7:02 AM To: Brian Gartside Cc: Lane Crider Subject: RE: Response to RFI 111 Just to confirm, the gates are NOT manually operated and they are to be wired for power and control as described. Correct? Tom Marcum Brasfield & Gorsie 30217th Ave South Birmingham, AL 35233 205-714-1456 Phone 205-714-1652 Fax From: Brian Gartside [mailto:bgartside@mwyusa.com] Sent: Tuesday, January 15, 2008 11:31 AM To: Birdsong, Kasey Cc: jrichards@mwyusa.com; 'Lane Crider'; Carter, Jack; 'Richard Morrison'; Marcum, Tom; Beth Parnell Subject: Response to RFI 111 • Kasey, • Here is our response to RFI-111, which ha's been attatched. Brian Gartside McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Ph: 479-4433404 FAX: 479-443-4340 From: Birdsong, Kasey[mailto:KBirdsong@BrasfieldGorrie.com] Sent: Tuesday, December 18, 2007 9:44 AM To: 'Brian Gartside' Cc: jrichards@mwyusa.com; Lane Crider; Carter, Jack; 'Richard Morrison'; Marcum, Tom Subject: RFI 111 RFI 111 is attached regarding power feed and controls for electric gates at structure 2 and 12. Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 • This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you axe not the intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or part of the transmitted information is strictly prohibited. If you have • received this Uansmission in enor, please notify the sender immediately by responding to this transmission. Thank you, This email and any files transnitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the Intended recipient, you are hereby notified that any disdasure, copying, or distribution of all or pan of the transmitted information is strictly prohibited If you have received this transmission in error please notify the sander immediately by responding to this transmission Thank you - . 2 N CO (D CO N N m y m! 0 rM e�e�� fD CD -J W63 63 6 us N di g 0 M 0 0 0 O ZO • Cd lh ml O N U 6' w w m D 4 N C A Cu t Q m 7 F v m ~too y J o m t Q a rn b n O w F CO CO n J CO m o o Un v w w a CD a J gi' $ 0 0 0 it m N L; in in W N4, 49 - L C (7 0. r C CO fop M Co fV C y iL » 69 W LL IL. 3•• C P M o 8 -I G m m O 7 vi m 9 f m m m m m m n m o 0 o CJ NW r o Zo p, m � o � m m Y N CO O O v Q N o H � y F- m m m m 0 y co M S W N CO C ID N V O (N 00 O 0°i! ~ �IT H v? 1/) +h C O CO H 00 00 00 00 C) O C. c. O .I- - I.. @1 N +-� N If)N (ce/! N n + 41/)Y t O Q a. 3 H a H N N N ci iS C. is c O .— m - Ga Ga O—i E a ` v a h 4' w a-1 0) a�i o u o LL 3 J LL 113 I- 0 2 00 op C C C) N 3 c = •0 a - Co -Cn y .0 C C .O V•C a L° L y CU o °- E co w 0 a 1° U m O n v) w U %4 u a a M N n Co F .............. _..... . AOdl12008 15:24 (FAX) P.0011002 _ODSI��z • Clow -Rodgers, Inc. POST OFFICE BOX 1154 TELEPHONE (205) 322-8888 BIRMINGHAM, AL 35201 FAX (205) 322-8089 FAX MESSAGE Date: 01-25.08 COMPANY: Brasfield & Genie ATTENTION: Kasey Birdsong FAX#: SUBJECT: Favetteville ;elof2 • [1 Silencer Stand Support Please review and advise. Ship 5-7 working days after release Price @ $542.00 FOBBirmingham Est LTL Freight @ $16..00 (oversize) No taxes. D • CRCLOW-RODGERS, INC. 3519 11th Avenue North TEL (205) 322-8888 8hm ngham, A! 35234 FAX (205) 922•BO88 I • I • SoldTO: BRASFIELD & GORRIE GENERAL ODNTRACTORS P.O. BOX 10383 BIBMXNGHAl1, AL 35202-0383 16.00 . + 3 rno re. 1.00 lo` = ct 1.00 1.00 32.00 6.00 1.00 am %i Sh)pTQBrasfield & Gorrie, IS,C 15 South Broyles Aveunue Fayetteville, AR 72704 E Nurnbgr:e Dale:.:ge: " SS Pipe Straps 0 concrete 47.00 752.00 iers �r " ditto RCT 52.00 52.,00 4" ditto 4 'O 77.00 77.00 4- ditto 1.27.00 127..00 /2"x5" SS Wedge Anchors ditto rL Freight Charges --partial 83.00 83.00 lipment release Ax exempt Cr direct pay �ryo- sueJOB NO ^o' n C(� 077nnfl PL PLEASE REMIT AIYMENT TO.• CLOW4ODGERS, INC. P.O. BOX 1154 BIRMINGHAM, At. 35201-1154 SUBJECT TO 1 1/2% SERVICE CHARGE IF NOT PAID WITHIN 30 DAYS 1 ■ a J, c W ` U Q IL a m so 0 o y > 3. F` m�IL W U mIL IL C V y4 d IL fI(. I (0 1OC. w - »- Q w €.. O F o m r 0 8 C W N Y C Co m V x o W y wJ c `o m 0=.- a m O O L O a N O 0 i y � J O o a uo O $ N I- S C_ a Co 0 Q m 4) 2 AD .._--....Jul. _.Y: a. STEEL BUILDING SYSTEMS WEND 33339 COUNCIL ROAD• OKLAHOMA CITY, OKLAHOMA 73179-4410 f„ O r. , �\ 0 . :.... . (405) 745-7500. FAX (405) 745-7503 ,e', t*'• f `7 (. �i .. wwwialliance0kc.com - , . .� % max'.' "�'. . CONTRACT FOR SALE OF COMPONENTS 0 BUYER: , - - . . -. SHIP 70', Buyer - Job It n (..,.J Date BUYER* Materials Ga color -Quan- .S5eel R Pe<St,eel Trial Sq.R dMaterWi 1Uni Fri �L�aI� �, fd . - Feet -Indies - .. V l Y' IIOIQ&—ao ODNO NOS b' 2a -,d�� 12 y Ln. A.Nov L IAMAUIHORIZEDBYTHEBUYERTOACCEPTMEMATERALSSOLDHEREBYIHAVECOUNTED AND INSPECTED THEM AND ACKNOWLEDGE THEM TO BE COMPLETE AND IN GOOD ORDER. Sub Total 6D4 I r 0(3 ON BEHALF OF BUYER I HAVE- READ.AND AGREE TO THE TERMS AND CONDITIONS ON THE REVERSE SIDE OF -BUYERS COPY. N ADDITION I UNDERSTAND THAT SECONDARY MATERIAL S - TaX G5ry/State / I ' n ISSOID-AS IS' AND NO WARRANTIES WILL BE EXTENDED ON SECONDARY MATERIALS i 1 `p Freight . .... .. _ ATE - BUYERS SIGNATURE Total Amount Due - $' &9qg. r? m 0I N CD m , N r N r D1 n N M' r .. fR m J CJ 69 ID W Cs di IR H O 1p O N N. O 00 • to N Yf O r N O N N no • U Q M 4&. r 0I J M N 0 O m I- -I- ..- • W •c 2 w lot__I o o dd N o .. y e m O' O r ID o w 0 • 10 •t JJ N ~M CD .O- S — Q r 9 N 4. 1{c O Q 2 E n w a J O m N N N. O _ `= o - o vi r It La ... y n w o .D .. Y. ei- CD r ; r 0 uNi uNi C p m j M O O GV• �i m Nw -J V m g W LL .5 a m 0 m It 6 N O No • y d Z C •o m a 8 g K t = m O g ≥w I c o O E Q u. t m 0 1- C c c C O b m Gr N M V N 0 0 M - O a 1T mmmoOOO O 0 inc. RI N ONo 1111 in NNOO 0 0 0 0.00' mm N W - 1 t nnmmOOO m N NC -P N -'ONO yP.- P" PN'OO- 'O ''N- 0 000 0n P • t0 OONNNfio N.0 m O. W. O OrbH,.MHN0 ,N.N 0 00O mm 0 'H Ommmmmm b N MC- O' 0 NPm to NMWO .N N 111 mbrl NW b P' ♦ 1 nnmm PPP 0. 'c 0n Cl .m MOW -t'a O r1 r1 d' P I- F. -1 ei NM in N I - M R 1 P b M M M I ry R 1 a a 1 M I ' 0 0 i C L I a •m N 10 . 'O In F. P I U O m 0 0 0 0 0 O Ill O 0 0- no O in flt000 O 0 0 O 0 0 1l tJ' nnmm0Oo m P 0 0 0 ' NO 'C' n '.tNmo. O O 0 0 y . -rj I ....... . H N I M N N n 0 m N m N 0 0 0 M O M M M M N O N N N in • r1 I m w b w o m r .n M M H H P r M H m m m m M M P- V' N O I M P M N N N MM N M in in R 1 Cl 0000000 O O mo m m 000 00 0 0 O 0 000 on m aa' j a 0000000 o N no n N 000 0 o o O o O 000 on N •ww I mmmnvNm N O'-mo m 0 000 0 0 '0 0 0 0 oral 'Din 0 H 1 NwNa0 PO m m Hw h h NON P P m m m 0 mHrl Mm b y Q: 1' b lO m P M P P m N b m M M MC -ill m M •N h M M (Ni' in C/C/yyjjll..:tJ[ 1 DO M Mn yCy' I rl I 0000000 0 0 O 0 0 00 0 0 0000 0 O - '0 0 O O O Q i S 0000000 0 o 0 0 0 00 0 0 0000 0 0 0 0 Ia 0 Fah I MMMMIOrvO N m o 0 1.1 p1 (N N Mmmm b ID ri• .7 h� 1 1 I -myl N M M .M MM in in M M N M O M m 7 . Hp: )l\O to P N W O N M P -• OI 0000000 0 0 .00 0 O 000 0-0 0 0 0 0 000 00 0 p.i 1 a 0000000 0 0 100O m m 000 0 0 0 0 O 0 000 00 0 0 U' M H H U I 0 P N M N P P N 0 NO n h '000 b m C P. C O O P N• M:M M ,li.Itj 0103) 1 mmmmmmM in N r4 h N 1I' 0 0 ...N N MM H. AO £-w I N b N 6 v n'd m 0000000 - O0 000 OOOo 0 00 0 N U M U O U d 0000000 00 - 00'0 0000 '0 N o m 61 m m y a N m m O O O O O no o m 10 o N N O O m NO N N flE-. (MmlnunrNmn 0 O n M N rI M rl m m H N MHHHMM MMH NriH NMM N rIM M On M I m m O�00mE-%1 00 w 0.4 lI \\ WM Y.. zz W yy 0 7 om m 0 mm O M U a4w44 WWp yaI 22a 'p El H .Mim [$r 0.'28gK - n41 aWC [z� az W QW S . UU O W OW W OO0 0101 0.010 - W000 IAi -43W 0 o O.. - 4I E U o m m m m m 14 m m m m m COO M rl M M M M ri r1 M M' r1 0 O Z O m m b m m m h m rJ U 0 0 a U- L N a U a a WW WW raaa H 0 0 0 0W W 0 0 wO O O O O- a F FW�>l�z 00pm 9 N Q> O (Hi] 0) W. 0001 F zz V. N IC) U 6' O F 3P> W+RR0 V U V U V 0 V CO wig o U -U O'a 0 0 Fir �y( as r� r� ��j7 1.� (s,�]� �[ �,yy7 �[ V 0.W C r1 V a U xW V U N tFi1 .l .4 !till N64 O m .7W m WqS N mAN. 0 w mWb. 0U Um KOI M.I N5.1 HQ0C7£ a Q a ❑�Hy CW .•O EHO O >I OQW o� O 2��F'j1b1l� [[,01gO�Wp£gCOI❑yO( U � 2w t3 V �a2 U .0a UVQ U,m V �F4 0 Utwit l -l0 t) 00 0'01.,4: Va0O C. W Ha 0 6' M0OHpM Wo paWM (raw 's'1ry`7 '�`"/1Z�- 0 MW 2 F>hWSWa by xN Fw 7a' - 'h fh QQ- N�z Fw'I. Il IJ a. .. a ..a •a N N O O 0 m O C O O M h m M O. M N O M N. m m m o m -o o . ry ' O in .. m '0 .. m .. - M N. N . N V in N b 0 0 : 0 M0 o 0 o m'- o 0 0 ,m .'.m m O. -m - m'- .m N ' .m 'W'- -o O Q V a O 0 0 - 0 -0 - 0 fA •%.,`.., A.�.f f��,`SVIlYi- . �� V�Vi.J.1'j ,�.� T ^`Yi~. }•�4nt.I .f tiI )•)l f).�(' \ III-• :; -\ \ 11\ 4' • Y ,.. SPFCNALTY PRODUCTS •, & INSULATION CO. QUOTATION NOJ455 7201 E. 38th St. SuIte 7287 DATE: 10/30 Tulsa. OK. 74145 TERMS; _ Nets 1 j JOHN MORROW FOB: Manufacture. Phone: (918) 628.1010 j Fox (918) 628.1777 PROJECT. Westslde Waste Water E-mait imorrovrrspl-co com CUSTOMER #: , TO: Kasey Birdsong Customer Brasfield & Gorrie Address City, State Zip Phone; 205.714_7642 Fax: 205.714-1652 SHIPPING TO: Address: City, State Zip: Fayetteville, AR $ rQUANT- .- -...T _-. __ _.. __.._ — __ • _ .- DESCRIPTION '- '-------- - . ' _. --. IUNITPRICE:A --I .. _. _ .. _•-._. IKemhte Kemply MjOUNT 2! 8,480 `sf t090'FJ(, Ciece Iv " '' . - $O. - 3, I .�--- A. o�r4 on 1?2 plywaodl4xB{285sht) ' •i - - .._. �r3 488 02 08 4 5000 ea !1"Iva rivets —" 375 ea i V417 T bar. 8' -----• .- .-.- . • 8' : ea VL121 inside An a _. - _ .._... -' .__ .._._ )- .120 1 91 , 8' 2,6811 ---- 6,100 S 67.50 7• 25 ! ea_V-123 Outside An le 8'------�--• "-""-' $h 5a r 8; 40 ! ea :V-41 C580 a 8' ..—._, .------•- .. - -•--•- 5.180 ,_�f129.001 - - - -- _._.� .2 $,10320: 10 l A F•iFrelghllowed .. -' .. _.... . T ..... 12. 11i--_. :3-4 weeks Lead Time - • -_� . _ _ .. •. .._.__...._.___ 4... $0.00: 13 . _.—_.... ..-_. • $0.00: I 14i - ._.. .._. t -: _... . 1. f Sj 60__. ea ;FR gNKL_IN PRP ADHV 29 O_ Z Tube — -- —_.. $0.00 16i 'Frei vrlll a __ ..__----- ._..3.000—$p80.00t _—._—._. ,. Freight Char es - __--$_. , . apply to the adhesive only. •--� 17: -----... $0.00, ..—.}.—._� __. .. _.. _. . _........--- --- .r... _..... i .__ 1,$000: 19! 201 i I i Isaac; 21! I ' 2.2 i ._� ..--.. ..._. ..._..._�._.. $0100: O___--7 . .. -.—._ .--__._ - . .: -i 241_ :- - -- •----- —.—. • ,Notes: - — --.. •- ; $000: Please reference the above Quotation Numberwi h order. :SUBTOTAL $281438.58 TAX ;Alf Prices are good for 30 days unless other wise noted. ;FREIGHT r—• •-' .. ... TOTAL I H. H Change FRP Ceiling from 10' to 16' material description qty. cost per unit Total FRP plywood sheets 17 $102 $1,740.80 Hat Channel 12' long 15 $5 $75.00 Trim & Accessories 1 $60 $60.25 Total Material--> $1,876 . H H I . i1 • FA ,T a L kG_ TJh 5C. X73 REQUEST FOLMTERPRETA,TION Contract Number WP -3 ContractTitle WestsideWWTP RPL Project Number - CS -050-03 Contractor Brasfield & Gonie, LLC RFI Number 116 Date January 9.2008 From: Kasev B rdsone—Brasfield & Gorrie, LLC IC: McGoedwin, Williams & Yates Re: Ceiling in room 16.101 (Chemical Feed Room) Spec. Sec Ref: Paragraph: Drawing Ref: Detail: A&C/16P2 & 16AI, 16A3 Please advise what the ceiling should be in room 16.101. Detail C/16P2 shows a sight glass that is 16 feet tall and detail A/16P2 does not show a ceiling. On sheet 16A1 the schedule for room 16..101 Indicates it gets a FRP plywood ceiling; however; this clearly creates a conflict. Detail A/I 6A3 calls out another blow- up detail 2/A3, which does not exist Please clarify what ceiling is required in this location. • Signed: Response: []Attachments Response FromTo: Date Transmitted: Date Rec'd: Signed: Signed; Engineer Program Manager Distribution: ❑ Owner ❑ Contractor ❑ Program Manager ®Engineer ❑ Consultant ❑ Other 00930 Request for Interpretation • Birdsong, Kase From: David Powers [DPowers@mwyusa.com] Sent: Tuesday, January 15, 2008 9:16 AM To: Branch, Judd; Birdsong, Kasey Cc: 'Lane Crider'; 'John Siversen'; Carter, Jack Subject: RE: RFI 116 Judd JJ This item was discussed.ih the meeting last Thursday — this is being handled by Lane and Jack in the field, and any response will need to come thru them As I recall from the meeting, they were still trying to. determine the best way to Install this ceiling!! DLP From: Branch, Judd [mailto:)Branch@BrasfieldGorrie..com] Sent: Monday, January 14, 2008 9:21 AM To: David Powers Subject: FW: RFI 116 Can you give me an idea of when a response to this RFI will be issued.. The jobsite is asking for an update. •Judd Branch Assistant Project Manager Brasfield & Gorrie, LLC 3021 7th Avenue South Birmingham, AL 35233 p: 205.714.1566 f: 205.714.1652 e: ibranch(a)brasfieldgorrie.com w: brasfieldgorrie corn From: Birdsong, Kasey Sent: Wednesday, January 09, 2008 9:37 AM To: David Powers Cc: jrichards@mwyusa,com;-Lane Crider; John Siversen; Carter, Jack; Bailey, Micah; Branch, Judd; Baker, Eddie Subject: RFI 116 - Attached is RFI 116 regarding the ceiling in room 16.101(Chemical Feed Room) Please review the RFI and advise Thanks, • Kasey Birdsong Brasfield & Gorrie, LLC Westside W WTP •ph: 205-714-1542 Fax: 205-714-1652 1 . •. This email and any files transmitted with Itai confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not (he intended recipient you am hereby notified that any disclosure, copying, ordistribution of all or part of the transmitted information is strictly prohibited If you have • received this transmission in error please notify the sender Immediately by responding to this transmission Thank you I • 0 February 15, 2008 Tom Marcum Brasfield.& Gorrie 3021 7m Ave. South Birmingham, At. 35233 sea - - . -_ '- - OIL CAPITAL ELECTRIC Phone: 2057941546 FAX: 205-714-1652 Reference: Fayetteville Westside WWTP Subject BIdg1S23abe..Oiti�DdctbiikU Tom, We are providing the pricing for installing a new duct bank and fiber optic cable to Structure 23. The duct bank will be installed from Structure 23 to an underground fiber junction box, the fiber will continue in an existing conduit to Structure 16 where it will terminate. This revision is only for the additional fiber and duct bank and does not include any additional work for the telephone system or cabling. The price for this work is an increase of $6,032.00 to our contract amount, We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, Richard Morrison 199 Fantinel Drive - SpringdaTe, AR 72762 - 478361.8833 - fax 479-3619835 OIL CAPITAL ELECTRIC Fayetteville Westside WWTP __ �� Date: _ ^02/15/08 Job No: 0 -30-5003 Bdig #23 Fiber Optic Duct Bank - Description Value Material $2,650.06 Labot $1,518.12 _ $0.00 DJE $126.51 Sub -Total $4,294.69 Markup __ 10.00% $429.47 Subcontracts (Bauman Fiber Test & Terms $1,200.00 Subcontract Mark- $60.00 Sub -Total $5,984.15 Bond J�--- — $47.87 Total $6,032.03 ITEM NO. ITEM NAME QUANTITY 1 2 grc hub st-6/myers 1 2 2 alum 20 3 2 alum ib 69 1 _ 4 2 alum cvr 690 1 5 2 gasket gask1946 1 6 2 conduit hanger 3 7 _ 1/4 slt drl anch 2 8 ' 2 pvc 40 -- trench 140 _ 9 2 s acer base 18 10 2 pb grc __ - 10 11 2pblb67body 1 12 2 pb clamp back 2 13 _ 2 pb strap 1 -hole mal 2 14 __ 12 fiber to. cable 300 15 ug warning tape 140 16 duct bank excavrbkfl 140 17 tie wire 50 18 duct bank concrete 6 ' L Y. •: 1X.. .. Y • Ii t _ L1 .. }••J. li . -, •Q I 111 Tv 1:. 1 THE CITY OF FAYETra,u .ARKAHSp To Contractor Brasfield and REQUEST ST FOR PROPOSAL Project Number WP_3 . . . Contract Number CS -050-03 Contract Title WESTSIDH W WTP Prom: tvtccioodwin Williams and Yates RFP No I Issue Date: 01-15-2008 Please submit an itemized proposal for changes in the Contract Price and Contract T ones far proposed modifications to the Contract Documents described herein. Submit proposal within _ days, or notify the Owner in writing of the date on which you anticipate submitting your proposal. - This is NOT a Change Order, a Work Change Directive or a direction to proceed with. the work described in the proposed modifications. . Description: Please provide, for our evaluation, proposals for providing fiber service into Structure No. 23. Specifically, we have been asked by the Owner to provide a data and telephone dual.outlet in Room No. 23.104 (Office), ❑ Attachments Prepared by Owner 00932 Proposal Rawest 00932-1 . In 6910 . . e . . . . Co 010 0 69 Co -2 $ . § /J. ! ! o P !«/ \ • Co� k \ § :,2 a a _ § N ' u } _ k 2 a U . ° 2k k • 0 . ) § ■ , $ k o 0 2 / 10 \•5 • • •§ •• [ r February 28, 2008 Kasey Birdsong Brasfield & Gonie 3021 7r" Ave. South Birmingham, AL 35233 e 1'wyFW C G, P IF. Y.. p. Ih6 piT'd-. . . OIL CAPITAL ELECTRIC Phone: 205-714-1542 FAX: 205-7141652 Reference: Fayetteville Westside WWi'P Subject Structure 12 Receptacles Kasey, We are providing the pricing for the additional receptacles at Structure 12 as requested in your e-mail dated February 21'.. The price for this work is an increase of $746.00 to our contract amount. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, Richard Morrison 199 Fantinel Drive - Springdale, AR 72762 - 479-361-9833 - fax 4793614835 OIL CAPITAL ELECTRIC Fayetteville Westside V IWTP Date: 02/26/08 Job No: 06-30-5003 Structure #12 Receptacles Description •- Value Material $253.70 Labor $387.00 Quotes $0.00 DJE $32.25 Sub -Total • -- $672.95 Markup- _____________________--- 10.00% $67.30 Subconnacts — Subcontract Mark-up $0.00 $0.00 Sub -Total $740.25 Bond $192 Total $746.17 ITEM NO. ITEM NAME QUANTITY 1 314 pb grc 10 2 314 pb 1 27 1 3 314pbfd-2 box 2 4 w gfi recep cover 2 5 + 10 thwn Cu str _ 320 6 20A gfi recep 2 • Birdsong, Kase From: Stanley.Williams@ch2m.com Sent: Friday, February 29, 2008 10:06 AM - To: Birdsong, Kasey Subject: Re: addition of (2) double plug outlets at structure 12 Confirmed We need these for the two auto samplers I think they have pulled in one extra curcit which will work ' The recepticle "location will1eed to be field located - ----- Original Message --- From: Birdsong, Kasey <KBirdsongcn�BrasfieldGonie.com> To: Williams, Stanley/FAY Sent: Fri Feb 29 08:56:312008 Subject: addition of (2) double plug outlets at structure 12 Stan, Can you confine that OMI desires to have (2) double plug outlets added to Post Aeration Basin just north of the Flume? Thanks, Kasey Bu dsong Brasfield & Gonie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or partof the transmitted information is strictly prohibited. If you have received this transmission in error, please notify the sender immediately by responding to this transmission Thank you • l! C k ] / @ - , 2 CD �7% o =�l� a I w' - )k I k \<] .\ 2 §■/ ! ! § • § • 2. > . .. 2 ... § . , \ k . t § U o ) 4 o § § , • Birdsong, Kasey T From:. Chad RainWaterIchad@holrnesere�tioncbml Sent: Thursday, February21, 2008 6:09 PM To: Birdsong, Kasey Cc: david@holmeserection coin Subject: RE: insulation at structure 10 Kasey, We hereby agree to complete the work described below for the sum of $429.00, with six inch reinforced fiberglass insulation Best Regards, Chad Rainwater Holmes Erection, Inc. Office 479-646-4331 Cell 479=650-8838 From: David Hill [mailto:david@holmeserectionc.om] Sent: Thursday, February 21, 2008 2:56 PM To: chad@holmeserection.com Subject: FW: insulation at structure 10 Importance: High • From: Birdsong, Kasey[mailto:KBirdsong@BrasfieldGonie..com] Sent: Thursday, February 21, 2008 2:35 PM To: david@holmeserection.com Subject: Insulation at structure 10 Importance: High David, 4 1rs if you recall is was brought up at our last progress meeting from you to provide us with a price to provide insulation from the control Room at 10 to the canopy. I believe Lane (the engineer with MWY) referred to it a the "breezeway'. Can you please provide me with the price for this? Kasey Birdsong Brasfield & Gorrie, LLC Westside WWfP ph: 205-714-1542 cit rL s4c-\ Fax: 205-714-1652 (0, t-e:h �brctA 4 D- rq\g5S ar. 40 +fie coaep, This email and any files transmitted with it are confidential and intended solely for the use of the Individual or entity to whom they are addressed If you are not the intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or part of the transmitted information is strictly prohibited If you have received this transmission in error, please notify the sender immediately by responding to this transmission Thank you - - 1 J.I SUBCONIRACTOR: HOLMES EREctION 2.o'1 Co41' Brasfield & Genie, L..L.C. 729 South 30" Street•Birmingham,AL.35233-2939 Change Order P O Box 10383 • Birmingham, AI.35202-0383 Phone: 205-3284000 • Fax: 205-251-1304 TO SUBCONIRACI No. 051612-004 CHANGE ORDER No. 005 COST CODE No. 13..131210 S 5107 WheelerAvenue I DAIS: 2/22/2008 Fort Smith, AR 72901 PROJECT: Westside WWIP ATTN: Chad Rainwater This change order modifies the Subcontract as described below. Unless expressly modified by this change order, the terms and conditions of the Subcontract remain in full force and effect and apply to the modification required by this change order •Provide and install insulation from the control room at 10 to the canopy "breezeway" pet email dated 2/21/2008 from Chad Rainwater.. Work was directed by Lane Crider at progress meeting on 2/12/2008. • Add.., ............................. ............ �. ,..... , ...................$429.00 This change order has no effect on the completion date(s)/delivery due date(s) required by the Subcontract unless expressly stated to the contrary in this change order the total adjustment of'the Subcontract Price for this change order is an addition of$429.00 to the original, or previously adjusted. Price of $366,132.00, thereby making the total Price at this date the sum of $366,561.00 PLEASE SIGN AND RETURN ONE COPY IO THE ABOVE BRASFIELD & GORRIE, L.L.C. ADDRESS WITHIN 10 CALENDAR DAYS Accepted By: By: ' - Thomas Marcum 'Title: Firm Name: HOLtms ERECTION INC. Date: 10/98 Iitle:. Senior Project Manager • Birdsong, Kase From: Marcum, Tom - - Sent: Friday, February 29, 2008 9:07 AM To: Birdsong, Kasey Subject: FW: Filter Building Tom Marcum Brasfield & Gorrie 3021 7th Ave South Birmingham, AL 35233 205-714-1456 Phone 205-714-1652 Fax -----Original Message From: lcrider@mwyusa.com [mailto:lcrider@mwyusa.com] Sent: Friday, February 29, 2008 8:59 AM To: Marcum, Tom - Subiect: Rer-Falter Bu /----- Yes...we want the. insulation and therefore the deeper clips to be used at the control building carried through the canopy. This will allow the panels to align properly, We do not want the deeper clips at the filter. We don't need to add strips of insulation at the filters, just so Holmes can use the clips that they have. We want the proper clips. pent via BlackBerry by AT&T _ -----Original Message ----- From: "Marcum, Tom" <TMarcum@BrasfieldGorrie.com> Date: Fri, 29 Feb 2008 08:10:34 To:Lane Crider <lcrideremwyusa.com> Subject: Filter Building Lane, Are we supposed to install insulation in the canopy between the control room and the canopy over the Filters? I am not sure what is going on there.. Tom Marcum �-�� Brasfield & Gorrie 3021 7th Ave South Birmingham, AL 35233 205-714-1456 Phone 205-714-1652 Fax This email and any files transmitted with it are confidential use of the individual or entity to whom they are addressed.. If •recipient, you are hereby notified that any disclosure, copyin part of the transmitted information is strictly prohibited. If transmission in error, please notify the sender immediately by transmission. Thank you. 1 and intended solely for the you are not the intended ,,.or distribution of all or you have received this responding to this ; ( f ■ S k .§ o �$� § o $ 4 mU. § I.- I $ a •` � § 03 o \ § 2 J _ ) § 01-_I \ k o _ f|J ! § # 2 ! ! 0 2 �. ) ■ . LI;!IIIIIIIiIIIIIIIIIIIIIIII! � E . § @ e K .. � § � k , � � K 5 • Birdsong, Kase • From: Lane Crider [Icrider@mwyusa corn) Sent: Tuesday, February 05, 2008 9:46 AM To: Birdsong, Kasey Subject: RE: Westside 2057420-021 elevations Kasey, Please have Fontaine quote the 4" extensions for gates 11 -CG -1 and 11 -CG -2. Thanks, M. Lane Crider, P.E. Vice -President / Special Projects McGoodwln, Williams and Yates, Inc 909 Rolling Hills Drive Fayetteville, Arkansas 72703 479 443.3404 (office) 479.443 4340 (fax) wwv.mwvusa.com Icrider(a mwyusa.com From: Birdsong, Kasey[mailto:KBirdsong@BrasfieldGorrie.com] Sent: Friday, February 01, 2008 2:58 PM To: 'Lane Crider' • Subject: FW: Westside 2057420-021 elevations Lane, When Jack get with you please call me about this issue Thanks, Kasey Birdsong Brasfield & Gome, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Eric.Allard@hfontaine.com[mailto:Eric,Allard@hfontaine.com] Sent: Wednesday, January 30, 2008 7:37 AM To: Birdsong, Kasey Subject: Westside 2057420-021 elevations Kasey, I did not find a revision Where the engineer asks to change the elevations. He only asked about the 48" opening. On supplied drawings, the elevations were shown at 1212. •This will make a difference of about 4", Is this something the end user can live with? If not, I can quote you 4" extensions to be putbetween the side frames and the yoke (head) and new stems (they cannot be extended). Regards Fontaine, This email and any files transmitted with it are confidential and Intended solely for the use of the Individual or entity to whom they are addressed. If you are not the Intended recipient. you am hereby notified that any disclosure, copying, or distribution of all or part of the transmitted information Is strictly prohibiled If you have received this transmission in error please notify the sender immediately by responding to this transmission Thank you. • Birdsong, Kase From: Eric.Allard@hfontaine corn Sent: Friday, February 08, 2008 3:27 PM To: Birdsong, Kasey • Subject: RE: Westside 2057420-021 elevations Kasey, sorry If I was long to quote you this Frame extensions for gate 11 -CG -1 and 2: each kit for one gate is 300 00$ including boltings, SS316 - New stem about 69" SS316 (please indicate exact lenght needed): 580 00$. Freight: 250 00$, add 75.00$ if you buy two kits Conditions: Validity: 60 days Terms: 30 days Delivery time: 2-3 weeks after PO, PPD not unloaded Currency: US dollars . • Ptrliflah`aee "Birdsong, Kasey"<KBirdsongO.BrasfierdGorrle.corrD To Edc.Allard(Mhfantalne.com" <ErGAllardldrhfontalne.com> cc "Danlel.Poirier(hfontaine.com" <Danlel.Poirierothfontaine.com> 2008-02-05 10:50 Subject RE: Westside 2057420-021 elevations Eric, Please proceed to quote me what you have described below; "I can quote you 4" extensions to be put between the side frames and the yoke (head) and new stems (they cannot be extended) Thanks, • Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Eric.Allarckthfontaine.com fmailto:Eric.Allard(cbhfontaine.com1 Sent: Wednesday, January 30, 2008 7:37 AM To: Birdsong, Kasey Subject: Westside 2057420-021 elevations I did not find a revision where the engineer asks to change the elevations He only asked about the 48" opening. On supplied drawings, the elevations were shown at 1212 This will make a difference of about 4", Is this something the end user can live with? If not, I can quote you 4" extensions to be put between the side frames and the yoke (head) and new stems (they cannot be extended) Fontaine, ms email ana any mes aansnamea Wan aura comloenaai ana mtenuoa $mery wl me UJk' ui mn muwwudP ul euu,y w mw11, U m) rile dU V,eiJGV. ii rvU n,c „u, ulw Intended recipient, you are hereby notified that any disclosure, copying, or distribution of all or part of the transmitted information is strictly prohibited if you have received this transmission in error, please notify the sender immediately by responding to this transmission Thank you. � Brasfield & Sortie, I.L C Change Order 729 South 30th Street • Birmingham,A 35233-2939 M1L, 9P O Box 10383 • Birmingham, AI 35202-0383 Phone: 205-328-4000 • Fax: 205-251-1304 To PURCHASE ORDER No 051612-003 CHANGE ORDER NO 001 COSI CODE NO . -.11..113060 M VENDOR: H. FONIAIIVE USA, INC. C/o PUMP & PROCESS EQUIP. INC. 3 Executive Drive _ DAIS: 2/26/2008: _ Bedford, NH 03110 _ _ PROJECI: Westside WWIP AIIN: EricAllard Ihis change order modifies the Purchase Order as described below Unless expressly modified by this change order, the terms and conditions of the Purchase Order remain in full force and effect and apply to the modification required by this change order Reference Change Order #4 • Add to furnish material below: 1 (2) new stems for $580.00 each . . . . . ................• ........ ... ... . 61,160.00 2 (2) forme extension "kits" (complete with bolting) for $300.00 each ........ .... ..$ 600.00 3. (2) Door extension plates (ready fox welding) for $150 00 each. ... .. ,. t.. . $ 300.00 4 (1) freight for $350.00 PPD not unloaded on site ... .. ..... ............ . 5350.00 TOTAL ... ... .. ........ ... ... .. $2,41000 This change order has no effect on the completion date(s)/delivery due datc(s) required by the Purchase Order unless expressly stated to the contrary in this change order. The total adjustment of the Purchase Order Price for this change order is an addition of $2,410 00 to the original, of previously adjusted. Price of $874,128 00, thereby making the total Price at this date the sum of $576,538.00 PLEASE SIGN AND RETURN ONE COPY TO THE ABOVE & GORRIE, L.L.C. ADDRESS WITHIN 10 CALENDAR DAYS Accepted By: -- ... — -- — By: �6y— _—. Title: omas Marcum Firm Name: It. FONTAXNE USA, INC c/o Pubm & PRocrss EQUIP. Title: INC. _ Senior ProjectManaget _ Date: • 10198 • FAYET. ' IL L THEam nF rarEnEnrr�Aaxnr sas REQUEST FOR PROPOSAL Project Number: FY-317CS Contract Number. WP -3 Contract Title: Fayetteville Westside Wastewater Facilities ro Contractor: Brasfield and Gonie, LLC From: McGoodwin, Williams and Yates Inc RIP No: 4 Issue Date: 02/11 2 0 08 rtease submit an itemized proposal for changes in the Contract Price and Contract Tunes for proposed modifications to the Contact Documents desciibedheienr. Submit proposal within 30 days, or notify the Owner in'wiiting of the date on which you anticipate submitting youi proposal. This is NOI' a Change Order, a Work Change Directive or a direction to proceed with the work described in the proposed modifications. On Contract Drawing No. IE10 the Cyclone(ClassifierDegritting System Control Schematic (1-ICP-4 & I-LCP-S) contains a HOR switch. The contact on the remote side of the switch is not defined. This contact should be in the starter bucket for the grit pumps. Grit Pump No.1 (4-P-1) should normally be interlocked with Classier No. 1 and Grit Pump No. 3 (4-P-3) should normally be interlocked with Classifier No. 2. • There are three gritpumps. Grit Pump No. 2 (4-P-2) is a spare and is piped and valved in such a way to be able to direct the flow of grit to either Classifies- No. 1 or No. 2. All three of the grit pumps are controlled by 4 -PLC -1 as described in Paragraph Eon page 13550-6 of the specifications. We need to add one auxiliary contact to the starters for 4-P-1 and 4-P-3, and we need to add two auxiliary contacts to the starter for 4-P-2. Eight spare or new control wires need to be used or pulled from these starter buckets to two "AB" switch panels that will need to be installed adjacent to 1-LCP- and 1-LCP-5. The first "AB" switch panel shall consist of a double pole single throw switch labeled Grit Pump I (Norman on the left side and Grit Pump 2 (Alternate) on the right side. The second "AB" switch panel shall consist of a double pole single throw switch labeled Grit Pump 2 (Alternate) on the left side and Grit Pump 3 (Norman on the right side. The fist "AB" switch should be labeled Classifier No.1 Remote Selector. The second "AB" switch should be labeled Classifier No. 2 Remote Selector. These "A/B" switches need to be wired so that 1-LCP 4 is remotely controlled by 4-P-1 or 4-P-2 and 1-LCP-5 is remotely controlled by 4-P-2 or 4-P-3.. ❑ Attachments Prepared by: $tian Gartside REQUESTED by OWNER'S Representative Distribution: ❑ Owner l Contactor ❑ Prowam Manager U ❑ Consultard ❑ Other 00912 Pioposni Request (Rev) . 00932-i _-..._ --- - - �e' ' OiL CAPITAL ELECTRIC February 29, 2008 Kasey Birdsong Brasfield & Gorrie Phone: 205-714-1542 3021 7th Ave. South FAX: 205-714.9652 Birmingham, AL 35233 Reference: Fayetteville Westside WWTP Subject RFP No. 4 - Grit Pumps Control Revisions Kasey, We are providing the pricing for the revisions to the Grit Pump controls addressed in :RFP No. 4. The price for this work is an increase of $1,197.00 to our contract amount. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, Richard Morrison 199 Fantinet Drive - Springdale, AR 72762 - 479.361.9833 - fax 479-361-9835 OIL CAPITAL ELECTRIC Fayetteville Westside WWTP Date: 02/29/08 Job No: 06-30-5003 RFP No.4- - Grit Pumps Control Revs. Description Value Material _ $456.12 Labor __�---- $576.00 Quotes $0.00 DJE $48.00 Sub -Total $.1,080.12 Markup 110.00°/0 $108.01 Subcontracts $0.00 __ Subcontract Mark-up $0.00 Sub -Total _ •$1,188.13 Bond _ $9.51 Total _ $1,197.64 ITEM NO. ITEM NAME QUANTITY 1 12 thwn cu str 500 2 aux. contacts 4 3 A/B selector switch 2 9 § CA 15 0 m0 ) ( o /e { Co . f § Co — a \ < ! k § o Co O 6 ) w § 0 j ; k 2o E ; \ k ! « ) § r 0,1. . BID RECAP SHEET Company: Port City Mechanical JobName: WWTP [Add pump piping] Bid: Base Bid Piping Materials & Labor Equipment Fixtures Other Job Costs Rental Equipment Overtime Pay Other Sub Tota Sales Tax Sub Tota 4/17/2008. Labor Materials Hours Rate Labor $ Total $157 12.9 $39.40 $510 $667 $0 0.0 $39.40 $0 $0 $0 0.0 $39.40 $0. $0 $0 0.0 Varies $0 $0 $0 $0 $0 $0 $0 $0 $0 $157 $510 $667 $15 $0 $15 $172 $510 $682 Subcontracts including Sales Tax $0 Sub Total $682 Material Escalation • Freight Other Other Other Sub Total $682 10 % Overhead $68 0% Profit $0 Sub Total $750 Sales Tax $0 Sub Total $750 Bond $0 QUOTED PRICE $750 to 2 UJ { § Is - CD a�|> ® } ,!» ;� j 12 oCo th L6 -iS § . . 69.,._ e� \' / B K \'-0 g. • /]( )'2 \ - ;2 » \ ( / ilaa ! --------_2Q± Co en / § § .. m ! ` $ § §I ,. § ` 4.C 4er. C;C �eri OIL CAPITAL ELECTRIC February 20, 2008 Kasey Birdsong Brasfield & Gorrie Phone: 205-714-1542 3021 7"' Ave. South FAX: 205-714-1652 Birmingham, AL 35233 Reference: Fayetteville Westside WWTP Subject B1dg.161mmersion Heaters E lei 1«( P ro i-s a> s J Kasey, We are providing the pricing for the electrical installation associated with the. immersion - heaters for the tanks at Building 16. Based on the electrical data you provided, these heaters will each require a 480v/30A service. This will need to be served from 16 -MCC -1 and requires the purchase of two new circuit breakers for this MCC in addition ₹o the conduit and wire to each heater. The price for this work is an increase of $5,394.00 to our contract amount Please let us know if we are to proceed with this so we can order the new breakers. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards Richard Morrison 199 Fantinet Drive - Springdale, AR 72762 - 479-361-9833 - fax 479361.9835 OIL CAPITAL ELECTRIC Fayetteville Westside WVVTP Date: 02/20/08 Job No: 06-30-5003 Bdlg #16 Immersion Heaters Description Value Material _ $694.66 Labor $1,339.20 Quotes (Square D) $2,720.00 DIE $111.60 Sub -Total $4,865.46 Markup 10.00% $486.55 Subcontracts !_ $0.00 Subcontract Mark-up $0.00 Sub -Total v -- $5,352.00 - Bond _ "J $42.82 Total $5,394.82. ITEM NO. ITEM NAME 1 __QUANTITY_ 1 gre locknut 4 2 1 grc bushing plastic 2 3 1 alum __ 30 4 3/4 st conduit of 6 5 1 conduit hanger 4 _ 6 114 slf drl anch _ 12 7 jb (4x)6x6x4 ss — 1 8 314 pb rc _.. 50 _ — 9 3/4 pb hub st 2 4 10 3/4 pb clam back• 7 11 3/4 b strap 1 -hole mal 7 12 _ 3/4 pb st Conn str _ 2 13 3/4 pbstconn90 2 14 10 thwn cu str 500 15 gray wire nut 6 —.16 30a wire termination 8 17 lbr 30a/3p MCC breaker 2 Feb 19 2008 8:37A(1 UPCHURCH ELECTRICAL SUPPL 14795218673 p.1 PAGE 2 OF O2C Numbef:20835775 QumeHumberI -. ChengeOMerRevNumber:29 ProocLName: WESTSN)E WWI? Quote Name: 18#1CC-1 (2)30N9P FEEDER ______- BUCKETS Item No. Otv. Catalog Number[Detafs -V 271.00 1 Wektastion: 16MCC•13OA03F Feeders Mcde 5 LVRICC t$del BMOC • Ndu*Mol Package SSs em Vote: 48m'/27V 3PH 4W60Ht MaxAvalk6ta Fa 4t Cmreal (R%3$).. e5PA Control Power- 120Vac Ce.thdIPwpo5eI Egcbre ru O1an ITypes VYaIns UAW Gary White hdetlot - Neuoal aog imum Drops Per lineup Standard Exterior Pabn1ANSI 40 UnIt Nameplate Ergrwfed wgh Gray Surlwel Me Letters - FEEDERS 2 - Compac 6 CktUII Bleaker Branch Feeder 30A COMMON FEEDER FEATURES Device Helghl-6 in - Eadmatad Ship Days (ARO) 6 VMrkhg Days 272-00 1 • S042702151 MCC 000R ASY,12- UNR Itl r�r �Ys,r¢. rJ f1Gg.QrO �ON" JrGR4CC,1 �r ,l 71l Q GQ .� " ©iQV .7 04 tjvrfGkB�J 1. er-2nCr- Ya - 41.. -1 27?0t' QUCTATON — PRIMED OR8Cceaa tQ.P300PM S 4794432006 McG0ODWIN WILLIAM l • FAYET h LLE • flWQFFmaiq REQUEST FOR INTERPRETATION Contract Number - - WP -3 • Contract'lids Westside WWTP RFL Praject Number__ CS -050-03 ,__• Contractor __ Brasfield & Snare- LLC _ RFI Number 084 Date_ _ March92007 2007 • From: Kasev Birdsono—Brasfield & Gorrie, r LC Ib: McGoodwin Williams&Yates Re: Section 11392—Chemica1Meterin Pomps ond&onEe Tanks Spec Sec.. Ref: Paragraph: Drawing Ret Detail: Attached is a letter from Siemens addressing the comments made on the submittal 001-11392.0 review. Please review the response 6E that pertains to the use of heat tracing cable or heat panels on the tanks The tanks supplier does not recommend using beat tracing or beat panels, instead they recommend using an immersion heater to achieve the desired temperature. Please advise • Signed: Response: Provide an immersion heater as recommended by the Manufacturer 02 01:34 pm 04-17.2007 414 fAnachments ..-..r,,,,,,,,,,,,,,, ,,,,,, nrasrn:w m uome Date Iransmtged: 4/17107 Dare Rec'd: 3/9/07 Signed: __-------- ' Signed:__ Engineer Program Manager — _ Distribution: ❑ Owner ® Contractor ❑ Program Manager ®Engineer ❑ Consultant - ❑ Other • 00930Requesrrarinrcrymt.den oa9tat • Birdsong, Kasey From: Birdsong, Kasey " Sent: Tuesday, February 05, 2008 9:53 AM To: 'Lane Crider Cc: Carter, Jack; 'Richard Morrison';'Brian Gartside' Subject: FW: Fayetteville, AR - Westside WWTP - Project 123995 Immersion Heaters Lane, Below is the information that you requested regarding the immersion heaters in located in the chemical tanks at structure 16.. If you need anymore info let me know Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Jan Secorsky [mailto:jsecorsky@etec-sales:comJ Sent: Tuesday, February 05, 2008 9:41 AM To: Birdsong, Kasey Subject; Fayetteville, AR - Westside WWTP - Project 123995 Immersion Heaters •Kasey, , Below is the electrical information for the immersion heaters that you requested. This Information should be included in the W&T O&M Manuals that were sent to you on 1-24-08. Please let me know if it's not in there correctly. Thanks for your patience) Jan Secorsky From: Salazar, Gregorio C (WT) [mailto:Gregorio.Salazar@siemens.comJ Sent: Monday, February 04, 2008 2:45 PM To: Jan Secorsky Cc: Lance Calhoun Subject: City of Fayetteville, AR - Westside WWTP - Project 123995 Immersion Heaters Jan, FINALLY, here is the data that the customer is looking for. Each of the heaters were installed in accordance with the supplier by the vendor on the tanks prior to shipping. The 15 KW Heaters will require 480 Volt, 3Phase, 60 HZ power. Please advise"the customer to double-check and confirm that the actual with the data provided here prior to powering up the units. to the heaters is consistent Two (2) each 375GDTL3154R142 GDTL-3-154-R142 Triple Tube L Shaped 480 Volt 15 KW HORIZ LGTH 142 RISE W/GOOSENECK BND - .. ... " NOTE: Please be advise that as the units have not been used for some time that a physical inspection is recommended. The user'should confirm that the recommended voltage supply listed .above matches the voltage supply that is stamped on the units and adhere to safety procedures per the installation instructions. . Again, we apologize for the delay in getting this information If you have any question, please contact me • Greg Salazar Project Engineer, Wallace &Tiernan Products - Siemens Water Technologies Corp. • Vineland; WJ Phone: 856-507-4083 • Fax: •856_507L4079 • • Email address: gregorio.salazar@siemens.com i• Tracking: 2 From: Clarice Pearman To: Jurgens, David Date: 5.19.08 3:45 PM Subject: Brasfield & Gorrie Attachments: 05.16.08 Brasfield & Gorrie C04.pdf CC: Audit David: Attached is a copy of the Brasfield & Gorrie C04. Please let me know if there is anything else needed for this item as well. Have a good evening. Thanks. Clarice From: Clarice Pearman To: Jurgens, David Date: 5.22.08 5:16 PM Subject: Brasfield & Gorrie Attachments: 05.16.08 Brasfield & Gorrie CO4.pdf; 05.22.08 Brasfield & Gorrie CO5.pdf CC: Audit David: Attached are copies of the Change Order No. 4 and 5 for Brasfield & Gorrie. This will confirm that Lori picked up five of the six signed original Change Order No. 4. Also, this will confirm that you receive of one of two signed originals of Change Order No. 5. Please let me know if there Is anything else needed for these items. Have a good evening. Thanks. Clarice r"I David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts •N/A- Mayor's Approval City Council Meeting Date WW System Improvement Project Division vV/s rr, G Water and Wastewater Department Action Required: I of construction contract Change Order Number 1 with Brasfield & Gorrie, LLC., with no change to th cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -2. $0.00 Cost of this request 4480-9480-5315.00 Account Number 02133-0304 Project Number Budgeted Item $ 2,400,000.00 category/Project Contingency $ Funds Used to Date $ 2,400,000.00 Remaining Balance Budget Adjustment Attached Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name pPrevious Ordinance or Resolution # 208-05 Dep tbentector Date Original Contract Date: 10120/2005 Original Contract Number: 1014 22i7) City Attorn y Received in City Clerk's Office R-5-07 Finance and Internal Service Director Date Received in Mayor's Office City Council Meeting of N/A- Mayor's Approval CONTRACT REVIEW MEMO ITo: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director f) �M Date: 30 January 2007 Subject: Approval of a construction contract Change Order umber 1 with Brasfield & Gorrie, LLC., with no change to the contract cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -2. RECOMMENDATION Staff recommends approval of a construction contract Change Order Number I with Brasfield & Gorrie, LLC., with no change to the contract cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -2. BACKGROUND Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment Plant (WWTP) in October, 2005. Work is over 40% complete, and is on track to meet the substantial completion date of May, 2008. Most of the structural elements have already been installed. DISCUSSION This Change Order rectifies several items identified during the twelve months of construction. The larger items involve excavation greater than was expected in order to install the underground structures, electrical room modifications for the inlet structure, a variety of conduit, electrical, and control modifications, and several other miscellaneous minor adjustments. Some of the items create cost increases; others are cost savings. All are detailed on the first page behind the change order. There is also a savings, as of the current time, of $431,221 in sales tax. When the contract was awarded, the exact sales tax costs were not specifically identified. State law allows that WWTP process equipment and structures that physically come in contact with the wastewater are exempt from sales tax. The State Department of Finance and Administration issued an opinion late in 2005. Specific application of this opinion has created the sales tax savings we have seen. The West Side WWTP. renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. BUDGET IMPACT This change order creates no change in the contract cost or time. A balance of S2,400,000 remains in the contingency. WP -2 Brasfield Change Order No 1 CC Memo Jan07 FAYETTEVILLE THE CRY OF FAYETTEVILLE, ARKANSAS CHANGE ORDER Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 1 Date of Issuance: January 31, 2007 TO CONTRACTOR: Brasfield & Gorrie, LLC The Contract is changed as follows: ORDINANCE NO: / RESOLUTION NO: EFFECTIVE A compilation of additions, deletions, and revisions to the Contract scope as necessary for correction of errors and/or omissions in the Contract Documents as well additions, deletions and revisions resulting from continued Value Engineers of the Project and Contract Documents. Note: Please refer to the attached documents for details. Not valid until signed by the Owner. The original Contract Price was ...... $ 59,994,710.00 Net change by previously authorized Change Orders......................................................................... $ 0.00 The Contract Price prior to this Change Order was............................................................................ $ 59,994,710.00 The Contract Price will be (O increased) (O decreased) (0 unchanged) by ..................................... $ 0.00 The new Contract Price including this Change Order will be............................................................. $ 59,994,710.00 The Contract Times will be (O increased) (O decreased) (E unchanged) by ................................... ( O ) days Required date of Substantial Completion as of the date of this Change Order therefore is ................ May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Brasfield & Gorri LC CONTRACTOR BY DATE Mc oodwin, Williams and Yates, Inc. ENG EER 7H,JCCSID BY DAT I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. Distribution: ❑ Owner (4) ❑ Contractor ❑ Engineer 00940 Change Order 00940-I O C1 0 N m p a O T T a o N O <O o d J< S S a G< m a te y �c PL as -0-a 3 m 0� 3(D y m "c� 03 ,�•= ao o f 0 r 3 O o O c##=.Q J. a rT Fx y CD c o oo —�,o mCD d O W J 0 o VOy O ^`^p. J J O N p D CD D o O T J m fD C H m 3 Na CC C CD N A N N O O .. y 0 o o nc ra-- J. =i C7N �O N •' 1O C - i O CDm x N T V A W W O o (D r fD ≤ 01 o g J T N N N •• 3 Vo mom CD a*x < C O NCC N G O l ^ i CO NJ O (nA O yi D D t• 3 -•• O W D.N N 2 S7D dS5 v O a 3 N - V 9; CD CD. -5 N W U) �j J J C-) < OODD J' a wonN O CD O j N• us � N y Nr� N m W W a� AN 3 N (n O of p,aW mo.a O 0 J' N N C m m ^ O 3 O m m a� c o v v d# d O rOn �• o CD J N p J c N J W O Z1 CDm OCD 3 a (DO =� C o co o a O o m CD N CD 3 m w CD 0 C) zi -IN -ow co O y m C 3 A � 1 >0) H fA fA N fA AO NCOW 0En- 3 CD r N W N O N D O) W CD T (T N N C n A r CD O t0 (T OD fT -+ 0) O) O V N fA a O fA CD V W N W ^ -S N O1O C O O C D N W- V C D CD.JO O • O O O OO OOOOOOOO OOO N O O O OO OOOOOOOO OOO - a 0 d) ^) v D Dpi o (� _ N O O N O CD C O O '� O O o OJ �. VI O O O . ^ O o O — J N N V m °i A tWD (n• m A O O N O CO • In C C 3 3 03 FAY.tiiw II •: Ii. 'F... F . F_. THE CRY OF FAYETTEVILLE ARKANSAS (Instructions on Reverse Side) No. TO: BRASFIELD AND GORRIE (CONTRACTOR) _ WORK CHANGE DIRECTIVE Project Number 02133 Contract Title WESTSIDE WWTP Date of Issuance MAY 31. 2006 You are directed to proceed promptly with the following change(s): Description: Change to 4 -wire configuration (addition of neutral conductors) to the feeders at Structures 7, 10, 24, and 25. Purpose of Work Change Directive: See Above Attachments: (List documents supporting change) RFI-006 If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of thefellowing methods of determining the effect of the change(s). ,Method of determining change in Contract Price: ❑ Unit Prices 0 Lump Sum 0 As Stipulated in General Conditions ❑ Other Estimated increase (decrease) in Contract Price: $ 15,948.98 If the change involves an increase, the estimated Amount is not to be exceeded without further authorization. Recommended: Method of determining change in Contract Times: ❑ CONTRACTOR's Records 0 ENGINEER's Records ❑ OWNER's Records ❑ Other Estimated increase (decrease) in Contract Times: Substantial Completion: days; Ready for Final Payment: days. If the change involves an increase, the estimated times are not to be exceeded without further authorization. Recommended: McGoodwin, Williams and Yates, Inc. City of Fayetteville ENGINEER OWNER By (Authorized Signature) By (Authorized Signature) By (Authorized Signature) Distribution: 0 Owner 0 Contractor 0 Engineer 0 Consultant ❑ Other 00945 Work Change Directive And Instructions 00945-1 I.1I.E 1 E V Il.:. THE CITY OF FAYETTEVR.LE, ARKANSAS WORK CHANGE DIRECTIVE Project Number 02133 Contract Title WESTSIDE WWTP (Instructions on Reverse Side) No. 4 Date of Issuance MAY 31, 2006 TO: BRASFIELD AND GORRIE (CONTRACTOR) You are directed to proceed promptly with the following change(s): Description: Change in conduit material from PVC -coated rigid to aluminum rigid in Structures 2,3,4,7,8,10,11,12,13,18,19, and 23. Change in conduit material from PVC -coated rigid to EMT in Structure No. 22. Purpose of Work Change Directive: Cost savings measure requested by Contractor Attachments: (List documents supporting change) Letter dated May 22, 2006 If a claim is made that the abovechange(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: ❑ Unit Prices 0 Lump Sum O As Stipulated in General Conditions ❑ Other Estimated (decrease) in Contract Price: S 44,235.00 If the change involves an increase, the estimated Amount is not to be exceeded without further authorization. Recommended: Williams and Yates, Inc. Method of determining change in Contract Times: ❑ CONTRACTOR's Records ❑ ENGINEER'S Records O OWNER's Records U Other Estimated increase (decrease) in Contract Times: Substantial Completion: Ready for Final Payment: If the change involves an increase, the estimated times are not to be exceeded without further authorization. Recommended: By (Authorized Signature) By (Authorized Signature) By (Authorized Signature) Distribution: 0 Owner 0 Engineer 0 Contractor ❑ Consultant O Other days; days. 00945 Work Change Directive And Instructions 00945-1 Ai.T.lb TT EVIL! F THE CRY OF FAYErTEVILLE ARKANSAS (Instructions on Reverse Side) No. WORK CHANGE DIRECTIVE Project Number 02133 Contract Title WESTSIDE WWTP Date of Issuance MAY 31, 2006 TO: BRASFIELD AND GORRIE (CONTRACTOR) You are directed to proceed promptly with the following change(s): Description: Change outlets in Filter Bypass Line (Line No. 1002) from MJ Tees to factory -welded outlets. Purpose of Work Change Directive: Cost savings measure requested by Contractor Attachments: (List documents supporting change) Drawings and Spreadsheet submitted by Contractor. If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: ❑ Unit Prices 0 Lump Sum 13 As Stipulated in General Conditions ❑ Other Estimated (decrease) in Contract Price: $ 29.199.00 If the change involves an increase, the estimated Amount is not to be exceeded without further authorization. Recommended: — Method of determining change in Contract Times: U CONTRACTOR's Records ❑ ENGINEER's Records ❑ OWNER's Records ❑ Other Estimated increase (decrease) in Contract Times: Substantial Completion: Ready for Final Payment: If the change involves an increase, the estimated times are not to be exceeded without further authorization. Recommended: McGoodwin, Williams and Yates, Inc. City of Fayetteville ENGINEER OWNER By (Authorized Signature) By (Authorized Signature) By (Authorized Signature) Distribution: l Owner 8 Contractor El Engineer ❑ Consultant ❑ Other days; days. 00945 Work Change Directive And Instructions 00945-1 u - cc: Brasfield & Gorrie °Stolz.- t.oC, utt.t FoL0 .-• "&&g LWoE Cro5fiiar�".-.-- June 2, 2006 Mr. Lane Crider McGoodwin Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: West Side Wastewater Facilities Gas Line Crossing Dear. Mr. Crider, As identified in the letter from Brasfield & Gorrie dated May 11, 2006, it is more economical to execute the gas crossing under the existing contract with Brasfield & Gorrie rather than having another contractor do it (or having Brasfield & Gorrie work directly for Synergy Gas. Therefore, Brasfield & Gorrie is hereby authorized to execute the gas line crossing construction. Please call me at (479) 575-8330 if you have any questions. Sincerely, Director ersnd-Gor YV WTP Gas CrossingL, 2 Jun06 doc 229 South 30th Street Birmingham Alabama 35233 Tel. 205.328 4000 Fax 205 251 1304 www basfieldgorrie corn May 11, 2006 City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Attn: David Jurgens Re: Westside Wastewater Facilities Estimate Gas Line Crossing Dear Mr. Jurgens: MAY 1• z 2006 CITY OF FAYL r I tYILLE MAYOR'S OFFICE In accordance with your request Brasfield & Gortie is providing two estimates for the gas line crossing on the above referenced project Gas Line Crossing I includes builders risk insurance while Gas Line Crossing 2 quotation does not include builders risk insurance and would be performed under the current contract between Brasfield & Gorrie and the City of Fayetteville. Center Point Energy requires a waiver of subrogation regardless of whose insurance company provides the builders risk insurance. Please respond in writing with your decision on this matter. If you have any questions or comments regarding this matter, please feel free to contact me at 205-714-1456 Sincerely, C-, Thomas Marcum Sr Project Manager C: 1.01 ATLANTA • BIRMINGHAM • NASHVILLE • ORLANDO • RALEIGH BRASFIELD & G0RR!E. [IC CO 3`t4 w It �# 0 �� o a)$ o / o LL ro d.■f) 2/ §k k \/a. U WI J O ui O , u R O 3 o b 05 �,, pp O C,. y m �a d m LL LL V 'OLL O I m � From: David JUrgens [djurgens@ci.fayetteville ar us) Sent: Friday, April 28, 2006 9:56 AM To: Marcum, Tom Cc: julmer@arkansasusa corn; Marsha Farthing; Peggy Bell; Waste Water Treatment Plant; Icrider@mwyusa.com Subject: In -Site Transportation The City of Fayetteville recognizes that small vehicles axe required for efficient movement in and around the WWTP project site_ I further recognize that the golf carts that have been in use are not adequate for the gzeenfield site where we are working, Thus, I concur with your intent to purchase small four wheel drive all terrain vehicles,, four or six wheeled per your discretion, to move personnel and small equipment on the work site. These are valid project expenses. As the City will be paying based on invoice cost for these vehicles, the City would like to take ownership of said vehicles after the project i9 comelpt Regarding the initial aerial photographs, I concur that these are an excellent project tracking mechanism. Thus, I authorize having the first set taken as discussed at a cost of approximately $200.00, while we investigate other methods of obtaining periodic photos. Thank you, David Jurgens Water & Wastewater Director 1 wwwgi »wwwei w���im a y m N � f. N p p p p g g g S S O O O O O O O O O O 2E 000 mpO pJ ppl ppppo O O O U N N N N N n N N O O G O 0 OO C O C� N p N M N bI p N O O O 7 M M VI � Q O O OO 8 pa y p O C m ro a y M c 46 0 a m w 460 m J E Pfl1 mpmp pprn oi o OF ^ N N N N p g N N W N W W N N N M N M M ON e] ON Q m Q Q p Q wN N q nN m O O m O n n V b uita E 0 0 0 0 N N N N N z m� o 9 z' S m� �ne�i�nnwww��wwn�eQ»ei r«ww��hww ed r;j •••�''m T O 9 ca ��LL yyw 30 gSoc ffiLL flu a s YYYY r r r r � O 2 O QQQQ F nn Q Q mp S Xi F Q Q Q Q 0000 N U) Q Q 0100 t e- L coca m 10 0 m 0 N w Vl N e �- W 0 0 0 0 m m m 01 0000 N m d m O 'g��� 9 0 o t0 ro ry ¢¢¢¢QQ¢¢ a I N�q LLLLLLLL rj ¢aaa a P x m Jul o5]CjL- Lot .. Marcum, Tom From: David Jurgen [djurgens@ci.fayetteville.ar us] Sent: Friday, April 28, 2006 9:56 AM To: Marcum, Tom Cc: julmer@arkansasusa com; Marsha Farthing; Icrider m Peggy Bell; Waste Water Treatment Plant; @ nsport corn Subject: In -Site Transportation Tom, The City of Fayetteville recognizes that small vehicles are required for efficient movement in and around the WWTP project site,. I further recognize that the golf carts that have been in use axe not adequate for the greenfield site where we are working. Thus, I concur with your intent to purchase small four wheel drive all terrain vehicles„ four or six wheeled per your discretion, to move personnel and small equipment on the work site_. These are valid project expenses. As the City will be paying based on invoice cost for these vehicles, the City would like to take ownership of said. vehicles after the project is completed. Regarding the-' itial aerial photographs, I concur that these are an excellent pr ' tracking mechanism. Thus, I authorize having the first set taken as discussed at a cost of approximately $200.00, while we investigate other methods of obtaining periodic photos.. Thank you, David Jurgens Water & Wastewater Director 1 EQUIPMENT& SUPPLY BRASFIELD & GORRIE - B'HAM P.O. BOX 10383 729 S. 30TH ST, BIRMINGHAM AL 35233 BAR BAH B&G EQUIPMENT AND SUPPLY 2748 MAIM: TAYLOR ROAD BIRMINGHAM, AL 35210 (205)833-3033 999000 MULES FOR 051612 TOM MARCUM ATLANTA (770) 944-3433 BIRMINGHAM (205) 833-3033 Con# BG1223588 TERMS: NET30 DAYS OUT 05/01/06 9:59 AM 05/03/06 Page: 1 1 . 1 1/ • 1 1 _ 11 ., • II 11 11• • • SE 4i It,s.'1�ASy�# �l •' 11 .x• vi 11 l 1 1 . . ", ' I e� A • •1 1 • '1111 n` ,f�a4n� � . ,Gax�iv e ti <�f y� I ^}..1.^�t�, u �PC�.��. t� , x('�Y t'3: 1 r�e �1�' ii%\r ljgr iiY'1"Ar��' ifv `: v _ fr r,^`F-vT{rTf`fe`e '<•�.'!'W 6f� • 13`•'ilY-n� ve+:iC alF •mot `xju•Nl'�I jY �SEi • Gi%v'� s5 h0. f •. � 'r.,.�,,���'. Y • v tir `�, it u Ss tiit yF•>,J �� � 11 6Yit li3l.'' }Y ELI 1 �� 1 �Y°�I�'a9 � Iyi 1�.__-$tIP�rl,. �qyt 1 ..s -I�?f; y.W� 11 11 t2 Y� • 11 .t�..m Yea t e ally• I $ '^ Ir1 Pt "4i, n +'5u .i n Y5 `w Ya.x` :�Ru1 i�v':Tl:. n751�VT+. _ 0 �' . •iFk ✓�� C �ifn��.11�Y.c��. •1�-,T�flfW"'s'�Y.� • u • 11 ,ASE .m r -- w-_ �,e�\ � r 869 � T ONM t f Y FL.' TH W LD $11 ` LAS D IN 0 F 1LE WWM&LD 'G E FI IIT THE N FALE i •C6 TOTAL OF EACH A T AND FREIGHT IS $7208.23. THIS PRICE N A FEW DO 1: L '.I/�yyyyOpy$$�[p�yIY�AD AN IPS x-14 -- Payments - - _ ___ JOB NO. SUB. JOB NO 04 fl - S CSI cc CT 3L# alsh-caJ RALe B beep krinB aeL V!E'a(LY FNFS r 7 F„ ° `a e' 'ys'i4 `"CYi '+ A I��11TTALe9 1148wrennlm4dolamx)endbllee uw 0aynta G • r • ` �,I ++yy ftnAl v780lausO�Nna. FAgfA0IN00NALHWflwrPe oalanMal weBhn®811N+yn� ft _> 0.00 hri'Y,(L'¢�E'dz'`4 ImTAI.v28N' &:!'Rp9lfu bt ly(ylpe(Ypb9ht)+�}+ <, Ws. EACNAMMONAI.DAYGWftVAt"wlbedmrEelnuabnL, s«.7852.00 z"<f{Kz EN(ALebdkbby BEO un Nredry EAfJ1ADDiRO.NLL DRAY uefh mld•Yraevd bsdpspd* Mymua .Y'� 0.00 IMAY—O6 07:27:43 ka ":kl_,VI ' `Ya' t3. .� � 0..00 v+�F���1iwacr, yr�Y I�r*•T� Ddg/rxalpt of eplrgmeMaWejeclN the stated terms w, both Sts Dlitda egreelnent D GD r+u(`,'j, wry•�fia St,.\f 1j1 7a,S - 832.94 +� y TS+4{a%14 ref i4G v.V�R ryf��j �. uy ML - TQT yD... ; `x',88 .94 'g,, I n ESSEE SIGNER flFPpESFM9Nf L9 MEN? OF AOINORlg010 SIGN EOfl LESSEE '�-x"f3,+-Jr .. i'-.,r IG This 4.�. ^9..: TiSv�_t . F . S AGREEMENT CUSTOMER IS AGREEING TO LET B & G CHARGE ANY ;-r�{ s :r_ _ . - BRASFIELD GORRIE GENERAL CONTRACTORS January 26, 2007 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 7270.3 Atm: Lane Crider Re: Remove and Replace. Unsuitable Material Under Final Clarifiers and RAS/WAS Pump Station and Effluent Collection Box Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with the unit prices set for in the contract documents Brasfield & Gorrie, LLC, at the recommendations of Grubbs, Hoskyn and Wyatt and at the direction of McGoodwin, Williams and Yates, removed and replaced unsuitable material under the above referenced project and replaced with Class 7 ABC stone. Unit prices for both over excavation and replacement with the stone are included in this quotation.. A total of 5,618 cubic yards of over excavation was performed and 11,284 tons were put back in its place for a total add to the contract of $206,.572.00. Please respond in writing with your acknowledgement of the use of the unit prices set forth in the contract. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456,. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 1.01 2.04 -remove and replace unsuitable materials BRASFIELD AND GORRIE,LLO loan vu Avenue South Birmingham Alahamma r5a59 F: 2053194000 F: 105.25. x504 W: BotsfieldGorrie coin l;;,f2§;■;$!r■■;;;;;a;;a;;■;a2;a■a;2 a■[ ; E . §■- ip 63 § !a@;[§||!!!/]|||lk2k2»k22]!kk\))k5 §§ § § a■;e!!a■;f|§;aa;a;;a■a;aaa�a■;„ ;■( § § � ! mnm o ■#! )§ ! | § } ! _) \J§ 7 ! E �■s■■■■aa;„aaaaa;aa;a;;;■2aaa; ateaLU o 12 |�� © ■ !|° ` o O //E2 Zjo ■;;;;;a2aa;aa;;■;■■;aa;=■;aa;;■ „ ;; 1 k)) f 2 !�§ 0 • . 3i } a= [ |!; ■ss ! | 0k it m I- § §!!) |!!} @'3/14/2006 23:14 4794448708 B,RASFIELD&G0RRIE F 4 to . BRASFIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 7/19/2006 Project: Westside Wastewater Treatment Plant Structure No. 9 Clarifier Effluent Collection Box, Removed 80 cubic yards of dirt to elevation 1206, fill back in with 160 tons of Class 7 Base Rock. Rock elevations were verified by Kyle Taylor with Grubbs, and Mark Stuck Summary of Work Performed: with MW?. PAGE 01/07 Extra to Owner (Check One) n Backcbaxgc to Subcontractor n "-� Material Used: Class 7 Rock 160 tons --r Equipment tlsed. 1 -JD 330 Track 2- Dump Trucks for 4 hours 1- 390( Labor: Name Occunation T P S S M 1r m Brian Butery S erintendent — q Russell Moulder Operator Jose M. Fuentes Labor _,_ q Joaquin Ruiz enter 4 Alexander Garcia Labor 4 ,rnwc ou•nucr l.efic upczrnur 4 Owner, Architect or Subcontractor's Job Superintendent Brian Bu Authorized .Representative Make Original and Two Copies 7/19/2006 One (1) for Owner, Architect or _ Subcontractor Date One for Office One for Superintendent 42 Jun:, 2002 08/14/2006 23:14. 4794448708 BRASFIELD&G0RRIE PAGE 03/07 EXTRA. WORK ORDER BRASPIELA & GORRIE P.O. Box 10383 Birmingham, At. 35202 Date: 8/15/2006 Project Structure No. 7 LAS WAS Pump Station, Removed 1097.825 cubic yards of dirt to elevation 1206, 611 back in with 2195.65 tons of Class 7 Base Rock. Rock Elevations were verified by Kyle Taylor with Grubbs, and Mark Stuck Summary of Work Performed: with. MWY. Wastewater Extra to Owner (Check One) Backcbatge to Subcontractor Material Used: Class 7 Rocl Equipment Used: Labor: Date tons wne (I) Io, Vwner, ncnitect or Subcontractor One for Office One for Superintendent 42 June, 2002 Date: 5/17/2006 Project Westside Remove 1075 cubic yds of dirt at Clarifier #1 main slab to elevation 1207..07 verified by Kyle Taylor of Grubbs and Mark Stuck of McGoodwin, William and Summary of Work Performed: Yates Extra to Owner (Check One) 8 Backcharge to Subcontractor Material Used Equipment Used 650 JD Dozer with Operator 330W Track Hoc with Operator 6 Demo Trucks -------- Tahoe Name • I. ' l . - - , ./...Y. . .. It. T F S S M T r.1 ri Job Superintendent Make Original and Two Copies One (1) for Owner, Architect or Subcontractor One for Office One for Superintendent 42June, 2002 BRASFIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 5/29/2006 Project: Westside BRASFIEW &GORRIE Removed 682 cubic yards of dirt at Clarifier #2 main base slab to elevation 1208.03 verified by Kyle Taylor of Grubbs and Lane Crowder of McGoodwin William & Summary of Work Performed: Yates -------- --- Extra to Owner (Check One) F Backcharge to Subcontractor F Material Used: Iabor. Name Occunatinn T P C c n. T .9 Russell Moulder Opentor -- 8 Cody-Smid► ` Dp erator — — - 8 .Brian Buttry —'--- Superintendent — — -- 4 — •-- Owner itect or ubcontractor's Job Superintendent _ _ Brian Bu Authorized Representative n� ---- Make Original and Two Copies One (1) for Owner, Architect or (1^L Subcontractor Date One for Office One for Superintendent 42 June 2002 &cow BRASFIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 5/24/2006 Project: Westside Wastewater Treatment Plant Put in 2500 Tons of Extra. Class 7 Base Rock ® Clarifier Summary of Work Performed #1 Main Base Slab Extra to Owner (Check One) e Backcharge to Subcontractor — -- -- Material Used: Class 7 Base Rock -- Equipment Used �D 650 Dozer 2- Bommg Smooth Drum Roller Labor. Name Occunatinn T F C C A.i T m Russell Moulder Operator 8 8 Cody Smith - __� Operator 8 -- -- — 8 Brian Buttty — Superintendent 8 — — 8 ES'a Ln_ / Authorized I Representative Make Original and Two Copies ` � �� One (1) for Owner, Architect or (O Subcontractor Date One for Office One for Superintendent 42 Jime, 2002 BRASH EI D &GORRIE EXTRA WORK ORDER BRASFIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 5/31/06 Project Westside Wastewate Summary of Work Performed: Extra to Owner (Check One) Backcharge to Subcontractor Material Used: Class 7 Base Put in 1200 tons of Extra Class 7 Base #2 Main Base Slab Equipment Used JD 650 Dozer —_— 2- Bomag Smo Labor. Name Koller Occupation T FC C M Tr m Russell Moulder Operator --- •Operator 10 Cody Smith 10 Brian Buttry Superintendent -- 10 Owner, A,hitt or Subco tractor's Job Superintendent _— -- Brian Buttty -- --- ___ Authorized Representative Make Original and Two Copies One (1) for Owner, Architect or - Q Subcontractor Date One for Office One for Superintendent 42 Junc, 2002 08/15/2006 01:58 4794448708 BRASFIELDBGORRIE PAGE 01/01 Date: 7/19/2006 Project Westside Wastewater Treatment Plant Structure No. 8 Qazifier No. 3 Remove 1536 cubic yards of Dirt to rock elevation 1208, backfi l with 2829 tons of Class 7 Base Rock. Rock elevations were vezifed by Mark Summary of Work Performed: Stuck with MW? and Kyle Taylor with Grubbs Extra to Owns (Check One) CJ Backcharge to Subconttactor ❑ — --- - -- Material Used: (.lass 7 Rock 2829 tons - Equipment Used: 1-jD 330 Track Hoe 2- Bomag Smooth Drum Roller _—_ 6 -Dump Tracks for 8 hours 1 -JD £50 Dozer Labor: — — Name Occupation T F S S M T W Brian B Su eStendent_ — -- 8 Russell Moulder O eratoc 8 — Jose M Fuentes Labor 8 Cody Smith O for — Job Superintendent Make Original and Two Copies 7/J 9/2006 One (1) for Owner, Architect or Subcontractor Da One for Office One for Superintendent 42 June, 2002 08/14/2006 23:14 4794448708 BRASFIELD8GORRIE PAGE 02/07 EXTRA WORK ORDER BRASFIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 7/19/2006 Project Westside Structure No. 8 Clarifier No. 4 Remove 1147.312 cubic yards of dirt to elevation 120920. Backfill with 2294.624 tons of Class 7 Base rock.. Rock Elevations were verified Sununary of Work Performed: by Kyle Taylor with Grubbs, and Mark Stuck with MWY. Extra to Owner (Check One) Backcharge to Subcontractor Material Used: Class 7 Rod Equipment Used: 1 -JD 330 Track hoe 3- Dumo Trucks for 8 hours 1- iD GSO L7 'I Occupation T P S C M T m Brian Buttry Superintendent 8 _- S___ - Russell Mouldex L Operator _ 8 8 _ _ Jose M. Fuentes Labor 8 8 — Cody Smith Operator 8 8 -- Alexander Garcia Labor 8 8 Owner t or Subco is Job Superintendent Brian Buttry Authorized Representative Make Original and Two Copies 7/19/2006 One (1) for Owner, Architect or _! _ Subcontractor Date One for Office One for Superintendent 42 June, 2002 BRASFIELD jfrGORRIE GENERAL CONTRACTORS January 16, 2007 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Re: Electrical Coordination Meeting Changes 5/11/2006 Westside Wastewater Treatment Plant Dear Lane: In accordance with the changes to Structure #17, Brasfield & Gorrie, LLC is providing the estimated cost to change door #17.106 from a double door to a single door. Attached please find an estimated cost breakdown for your review and approval. Please respond in writing with your acceptance of this quotation and include in the next change order. If you have any questions or comments regarding this matter, please feel free to give me a call at 205-714- 1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 — Elec changes Struct. 17 BRASFIELD AND GORRIE, LLC 301) 7TH Avenue South Birmingham, AI7hama 35 a31 r: 205.3x8.4000 r: I.] 304 a': BrasfieldGorrie.com J J ui 0 O W LL tq o o in o o o o o 0 0 0 0 0 O 0 O 0 0 0 0 0 O 0 0 o o 0 r o o ��tnw viw e»w«»en vi e>f»wwen «nwwwwww 0 o en May w w VVJ> w C O H __3•3 o e e o 0 000 O 0 00 -.0100-.0 0e4 O O O O O t9 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Oi O 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 # # # # # # # # # # # # # # # # # # # # # # 000 00000 0 00000 0 00 0 0000 000 0 0 ' MO MO IA IAW tl3 M19 f919 W f9 Mtl3 Hf fA fA W fH f9 f9 f9 fA t9 N N N N sm � (.1 a J v O O X u01 Q N U Q O ¶1_ d 1] a (nh O y FO 00'000000000000000000000000 O SSW4ftb3S SSf9f9SSSfA MfAwviwfnfnwwf9StOO M CD w N Q N m 07 w PP C . - o In m C M r cc 'ti m Q O C) O 0W 0W 0M 0M 0W 0K 0M 0W OW 0W 0W 0W OW ON OW CC C W0 W H WO W G O > QQ U � LL N 9 _ 2W yJ 0 tw y C N w f r r r r a Z 0 d a 3 v U N = W OL 06 c o o m o cU w m A -I., FROM : CB_MASONRY x FAX NO. : 15014079364 Nov. 16 2006 10:23AM P3 CB MASONRY, INC. BRICK - CONCRETE BLOCK - STONE P.O. Box 46140 Little Rock, Arkansas 72214 (501) 455-5959 State Contractor License No. 001230207 November 16, 2006 ATTN: Kasey Birdsong Brasfield and Gorrie, LLC 3021 7'� Avenue South Birmingham, AL 35233. Structure #17 Westside Wastewater Treatment Plant Fayetteville, AR RE: Price for changing electrical room door from a double door to a single door. Material Cost 26 8" Block® 1.16/ea Cement & Grout Foam Insulation Reinforcing & Anchors Taxes Material Subtotal Labor Cost 2 Bricklayer Hrs @ 20.93/Hr 2 Labor Hrs @ 12.00/Hr 23% Labor Burden Labor Cost Equipment and Other Cost .05 Days- Lift @ 250/Day .05 Days- .Mortar Mixer @ 45/Day .05 Days- Quickie Saw & Blade @ 70/Day Scaffolding Truck and Fuel Exp. Equipment and Other Cost Subtotal Subtotal 12% Overhead & Profit Bond Cost Total Add 30.16 13.00 00.00 3.23 4.41 41.86 24.00 15.15 • 12.50 2.25 3.50 0.00 2.00 50.80 81.01 20.25 152.06 18.25 OOAO S 17031 If there are any questions regarding this quote, please call James Corbitt or Mark Corbitt at 501-455- 5959. Thanks, Mark Corbitt Estimator -- -- �V.... .f -',V HJl„U r1HKUWHKt 501 375 7447 P.01/01 A S PROPOSAL ASCO HARDWARE COMPANY, INC. MARTIN BORCHERT JIM RUSSENBMGER 101 HARDWARE • HOLLOW METAL • BUILDING SPECIALTIES PO.0OX S58fl . 400 MAGNOLIA ST. . NORTH LITTLE ROCK, AR 72nd -558n TELEPHONE 501-376.60.58 . FAX 504376.7447 TO: BRASFIELD & GORRIE, LLC Project: WESTSIDE WASTE WATER FACTORY 729 SOUTH 30TH STREET BIRMINGHAM, ALABAMA 35233 ATTENTIONe KASEY BIRDSONG <.. Location: _FAYETTEVILLE ARKANSAS Architect: MCGOODWIN, WILLIAMS & YATES ARE F.O.B. SHIPPING POINT WIITHLFFREIEIGHT MATERIALS AS THHE JOBSITAND OR NEARESTTCOMMECIAL CARRIER PROJECT. LIPOINT, AND INCLUDE NO TAXES OR INSTALLATION. WE CANNOT ACCEPT LIABILITY FOR FAILURE TO DELIVER DUE TO STRIKES OR OTHER CAUSES BEYOND OUR CONTROL. FINISH HARDWARE..................................................................................DEDUCT.........$ 95.00 REFLECTS CHANGING OPENING 17-1061O SGL 3070. HOLLOW METAL DOORSAND FRAMES................................................DEDUCT......t,.$290.00 WE RECOGNIZE ADDENDA NO. .-- THE ABOVE PRICES ARE VALID FOR 30 DAYS FROM THE DATE HEREON AFTER WHICH TIME THEY WILL BE SUBJECT TO REVISION. , ACCEPTED: DATE: TERMS TOTAL P.01 Nov 13 06 10:41a Don Fillenworth DOBBS COATING SYSTEMS, • Factory Trained Applicators • Sand Blasting • Technical Coating 817-341-1797 p.2 (nlll I4i 1i/l Fax: (817) 341-1797 1888 Mineral Wells Hwy. Weatherford. Tx 76088 Kasey Birdsong, Assistant Project Manager November 13, 2006 Brassfield & Gorrie General Contractors Phone: 205-328-4000 Fax: 205-251-1304 Project: Westside WWTP - Fayetteville, Arkansas Sub -Contract No: 051612-009 Re: Change Order price to change a double entry door to a single entry door in the - Odor Control building (Structure #17). Kasey, Our Change Order price to change a double entry door to a single entry door in the Chemical Feed building (Structure #16) on this project is: DEDUCT: S 60.00 Please issue a Change Order for this work if accepted. We will require the completed paperwork in our office prior to commencement of work. Please notify our office in writing when scheduling work to be performed and allow 2 weeks lead time for us to be able to coordinate material, equipment and labor. Thank you, Don Fillenworth, Chief Estimator Dobbs Coating Systems, Inc. BRASFIELD GORRIE GENERAL CONTRACTORS January 16, 2007 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Re: Additional Water Stop Final Clarifier Westside Wastewater Treatment Plant Dear Lane: In accordance with your request Brasfield & Gorrie, LLC is providing and installing additional water stop in the final clarifier trough wall/supported slab construction joint. Attached please find the estimated cost for this additional work. Please respond with your written approval of this change and include it in the next change order. If you have any questions or comments regarding this matter, please feel free to give me a call at 205-714- 1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 — Add water stop final Clarifiers BRAS FIELD AND GORRIE, LLC joz1 7111 Avenue South Birmingham, Alihanm 35_33 I': 105.3 18.4000 F: 1o5.1s1.1304 m: BrasfieldCorriemnt J J u 0 C W LL N 7 m U is C LL. C a 0 t0 C O M o r't n O O o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n M o o t9 n N MW fA 69M d3 MIA f9 tH fA to 1A Vi fA d3 MfA Hl f9 (A r S 0 m N N W O C 1A O QO N C', let o 69 w o fOD 0 0 o e 0 O N V O N O O O n IA V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 UFO 0 O O ? O N=33≥≥S33≥'>_≥3≥≥'>_335JJ33 e» 0 0 0 0 0 0 0 0 0 0 0 49 0 00 0 0000 00 0000 00 0000 00000 0 0 fAto SS SfA tofAV3 SMM f9to W fA Se f9S W W d3 Mto 49 m n r m a rfl I O — m U Ui w r J v x w< Co u Q o U,, m Vl O c D t 2t0 m m v 8 a F CU N a m O y oron000 000000000000Oo0000on Ni O M Vi M t9 f9 lA to fA f9 t9 fA to fA f9 E9 b9 fA eA fA 19 (A fA eA C> Q eq 69 N O O � � W t9 y m -- at ? O n0 N V H N= n tQtOoQ000000000000000c0000.t .. > 69tAtS69SSSSS69fl3SsSSSesSe,sSss W O O T LL m 3 Cu. a O B N = N } r N o � n Z 0 M g y U � W � O Q Y N Q t o F O o N m O n co 2 W 11/10/06 me bKce. Little Rock, AR ♦ 1401 East Sixth Street 72202 ♦ 501.372.2112 • 800-489-2112 Branch . Jonesboro, AR ♦ 205 Harry Drive Bono Route 72416 ♦ 870.934-8788 ♦ 866-847-8788 Branch - Fart Smith, AR ♦ 4801 Wheeler Avenue 72901 ♦ 479-648-3930 ♦ 800-264-3930 Branch - Springdale, AR ♦ 500 East Henri De Tonti Blvd. 72762 ♦ 479-361-5757 ♦ 800-405-5757 -Branch - Texarkana, TX ♦ 2910 Austin Street 75501 ♦ 903-793-3822 ♦ 877-816-3822 Parts & Service - Little Rock, AR ♦ 1401 East Sixth Street 72202 ♦ 501-372-6946 ♦ 800-489-6946 www.darrimpany.com DARRAGH CO. - SPRINGDALE INVOICE Bill -to: 136656 BRASFIELD & GORRIE FAYETTEVILL 15 SOUTH BROYLES AVE. FAYETTEVILLE, PR.72704 SHIPPED SLSREP-IN Inv # Doc # 473375 Shin -to: 1 BRASFIELD & GORRIE FAYETTEVILL JOB:051612 15 S. BROYLES AVE, FAYETTEVILLE, AR 72704 WH FREIGHT SHIP VIA ITEM DESCRIPTION ORDERED SHIPPED BACKORORD UM PRICE UM EXTENSION --------------------------------------------------------------------------------------------- RECJ0725-3KADH WATERSTOP 76.00 76.00 .00 ER 1224.000 EA 9424.00 FREIGHT -MAT FREIGHT MATERIALS 1 1 0 ER .000 EA .00 Sob & 05161 Z MERCHANDISE MISC 1 EDE'Cil8 5 DEC 01 '06 SUB' P.o. ❑ O_5SJQ . J3mi!O. SUB. JOB NC' a32 -sue' -+c CSI cc C 10.tia VENDOR NO. DATE APPRV DISCOUNT L TAX FREIGHT TOTAL DUE 94224.00 .00 .00 646.69 .00 10070.69 _Thank You / Come Auain!!! P K.e './-4—) TERMS: Net 30 days from date of invoice. Interest Is charged at the highest rate permitted by law on past due aaroums. I + RETURN OF MERCHANDISE: Authorization required prior to return. Al) returns are subject to a 20% restoddng charge. Dated material win not be credited after 90 days from purchase. Special orders w111 not be accepted for return until authorized by supplier. All claims must be made within live (5) days fran receipt of melchandlse. WARRARTY: THERE ARE NOWARRANIIES OTHER THAN THE WARRANTY, IF ANY,EXTENDED BY TIE MANUFACTURER OFTHE GOODS. THE MANUFACTURERS WARRANTY IS IN LIEU OFALL OTHER WARRANIES,EXPRESS OR IMBUED. DARRAGH COMPANY SPECIFICALLY DISCLAIMS WARRANTIES OF MERCH JYTABIUTY AND FITNESS FOR A PARTICULAR PURPOSE. ALL OTHER REPRESENTATIONS TO THE USEWBUYER, AND AU. OTHER OBLIGATIONS OR LIABIUT1ES DARRAGH COMPANY FURTHER EXCLUDES LIABMY FOR DIQDENTAL AND CONSEQUENTIAL DAMAGES (SEE REVERSE SIDE FOR OTHER IMPORTANT TERMS AND CONDITIONS,) RECEIVED IN G Ca,Dflu.- SlGNfltJREflIftStATE RETURNED WITH DAMAGE PCTED ABOVE - SIGNATU ETRNDATE BRASFIELD GORRIE GENERAL CONTRACTORS January 16, 2007 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Re: Influent Force Main Additions Westside Wastewater Treatment Plant Dear Lane: On November 3, 2006 Brasfield & Gorrie, LLC provided pricing for a proposed force main addition on the above referenced project. Brasfield & Gorrie, LLC has not received a written response to this quotation, therefore must withdraw this quotation due to an escalation in material prices. If additional pricing is required please provide drawings requesting the scope changes. Brasfield & Gorrie, LLC has placed this area of the project on hold awaiting further instruction. If you have any questions or comments regarding this matter, please feel free to give me a call at 205-714- 1456. Sincerely, Brasfield& Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 — 16" & 18" influent piping BRASFIELD AND GORRIE, LLC 3oza 7ni Avenue South Birmingham. .Alahamn 35:33 F': zo5.3n8.4000 F: ao5.z5 i. 1304 W: BrasfieldGorrie.com BRASFIELD GORRIE GENERAL CONTRACTORS January 16, 2007 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Re: Control Panels 1-LCP-7 and 19-LCP-3 Westside Wastewater Treatment Plant Dear Lane: Brasfield & Gorrie, LLC is requesting additional compensation to provide control panels for the Keystone Conveyors located in the Inlet Facilities and the Bio-solids Processing Building. References are made in the specification that the control panels are to be provided by the conveyor manufacturer, however, no details were provided. in the specifications or the drawings. Through the submittal process, Brasfield & Gorrie, LLC has been working with the electrical engineer to provide the required controls. The quotation attached reflects these requirements. Please respond in writing with your acceptance of this quotation and include in the next change order. If you have any questions or comments regarding this matter, please feel free to give me a call at 20S-714- 1456. Sincerely, Brasfield & Gorrie, LLC VLt,Gc d Thomas Marcum Senior Project Manager Cc: 2.04 — Keystone Conveyor Control Panels BRAS FIELD AND GORRIE, LLC 3011 7Tii Avenue Smith Birmingham. Alahania 55133 P: 105318.;000 F: 105.151 '304 w: BrasfieldGnrrie.com J J 0 a W LL O I I 1 0 0 0 O O O O o O O 0 O O O O O O O O O O O O N O? O I O O p l dim di di di di di di f9 di di M di di bi di di di di di di di di O OJ 49 di O, m a, J 7 p 0 0 0 0 O o 0 0 0 999 O O h O O O M di di O di 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 V > m > > > > > > > > `> >' > > > > > 3;5;5;5;55; ;o) v o 0 0 0 0 0 0 0 0 0 0 0 0 0 000000000000000000000000000 di di di di di di di di di di di di w di di di di di d) t» di di di d) di di » 8 OG m n o 7 ~ U) 0Cu 0 O a. m U a5 m W 00 Q A U O O t o m m � U N l0 > > 7 a y 2_ h 0 00 0 000 000 0 000 0 00 0000 0 0 000 n J di 69494949496969494949694969 di 494,94963494949 d) 63 49 m at W M Q d 0 J r m W O o U - T C C lL en n a `a yo=r 000000000000000000000000000 ci ` > n K di di di did did di di di di di di di di b di b di di di d) b) di d) di di J U ° O 01 o meSt � LL CO CC) a c 0 w 0 0 an N r r r r 0 z • O I - a. m 0 U o N N W > O o J U � c O o H N m d 7 Y N L W H XEYSTONE CONVEYOR CORPORATION File: 10228 Date: August 31, 2006 Brasfield & Gorrie, LLC 729 South 30`" Street Birmingham, AL 35233 Attn: Murray Taylor RE: Westside WWTP — Fayetteville, AR Your PO No. 051612-031 Dear Mr. Taylor, As per our recent discussions we are pleased to propose to you the following control panels for the above referenced project Our offering includes the following: (1) only- Control Panel 1-LCP-7 to operate Screenings Conveyor No, 1 -AU -1, its components, and (6) motorized slide gates. Panel to be rated NEMA 1, approximately 30 x 24. Total Lump Sum Each: $17,480.00 (seventeen thousand, four hundred eighty) (1) only- Control Panel 19-LCP-3 to operate Sludge Conveyor Nos. 19 -AU -1 and 19 -AU -2, their components, and (8) motorized slide gates. Panel to be rated NEMA 4X stainless steel, approximately 36 x 36. Total Lump Sum Each: $26.455.00 (twenty six thousand, four hundred fifty-five) Each panel to have circuit breaker disconnects, NEMA rated motor starters, control circuit transformer, necessary fusing, necessary PLC I/O components including input and output modules, power supply, Ethernet adapter, etc., necessary relays and timers, terminal strip, necessary 30mm heavy duty oil-tite indicating lights, push buttons and selector switches, engraved legends, engineered approval drawings, assembly and testing, and UL label. The controls do not include a PLC processor or items not specifically mentioned above. Without any detailed written specifications we are unable to comply with any special features that may be required for the individual devices. However we have tried to detail what components we intend to use and if favored with an order will incorporate those components into the panels based on the Contract drawings you have provided. Specialists in Conveyor Systems 19992 Ferret St NW • Elk River, MN 55330 • ph: 763-712-1322 • fax: 763-712-1324 www. keystoneco n veyor. com KEYSTONE CONVEYOR CORPORATION General Notes: 1.) Submittal data, and operations/maintenance manuals are included in our offering. 2.) Field service is included and will coincide with the mechanical equipment start-up. 3.) Not Included/By Others: - Taxes, permits and bonding. - Unloading and storage. - Installation, mechanical and electrical. - Paint and painting. - Controls, disconnects and motor starters. - Lightning Control. - Conduit and field wiring. - PLC processors 4.) Delivery ............................ Drawings: I to 2 weeks after order acceptance. Control Panels: With mechanical equipment delivery. 5.) Terms of Payment:........... To match existing purchase order. 6.) Freight: ............................... Prepaid and allowed with mechanical equipment. We appreciate the opportunity to provide this proposal and ask that you do not hesitate to call our representative, or our office, with any questions or comments. Best regards, Keystone Conveyor Rich Larson Cc. Eco-Tech, Inc: — Dan Carter 2 V. `JBRASFIELD GORRIE V GENERAL November 17, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: RFP #1 Structure 16 MCC Changes Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with RFP #1 Brasfield & Gorrie, LLC is providing the attached pricing for your review and approval on the above referenced project. The changes described in the RFP #1 will be a zero cost to the owner. Please respond in writing of your acceptance of this quotation. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 1.01 2.04 — RFP #1 Structure 16 MCC Changes BRASFIELD AND CORRIE, LLC ;o:1 -1'N Avenue South 8,rmmh.im .{!,lhmnj ic_s; I,:oc.!nn.4000 "'of. n('.'1c•4 n': Bn.hddGn'rrcsnm THE CRY OF FAYETTEY1IE, ARKANSAS To Contractor: Brasfield and Gone LLC Front: cGoodwin Williams and Yates Inc. REQUEST FOR PROPOSAL Project Number: FY-317CS Contract Number WP -3 Contract Title: Fayetteville \Vestside \Vastewater Facilities RFP No: 1 Issue Date:10/31/2006 rrease suomrt an itemized proposal for changes ui the Contract Price mid Contract. Times for proposed modifications to the Contract Documents described herein. Submit proposal within 30 days, or notify the Owner in writing of the. date on which you anticipate submitting your proposal. This is NOT a Change Order, a Work Change Directive or a direction to proceed with the work described in the proposed modifications. Due to space considerations and the columns within the electrical room at the Chemical Feed Building. Structure 16, it is preferred to combine 16 -MCC -1 and 16 -MCC -2 into one motor control center. This can be accomplished by eliminating a 600 amp branch breaker (100% rated) in 16 -MCC -1 and eliminating an incoming section 16 -MCC -2. We will also want to mirror image the MCC to the interior wall of the Electrical Room and change the double door on the South end of the room to a single door. In addition, conduit 1612 containing 2 sets of 3" conduits each with 4-#350 and #2 ground each would be eliminated. Please provide contract modifications required to combine the two MCC's along with eliminating conduit 1612 so that this matter can be further evaluated. This subject came up in our meeting, yesterday afternoon (10/30/2006). Richard Morrison said that he had not released 16 -MCC -1 or 16 -MCC -2 for manufacture. This means that we may be able to make the changes described above, which will save space and money. ❑ Attachments Brian Carbide D by OWNER'S O Owner Contractor ❑ Prowwu Manager O Engineer ❑ Consultant ___ o Otter PI'JI c n F.Cijll 11 I F - f Ivy .I 11 en y a ci N J m 1i ui a m a u,a O CD m m� a o'd5 U. Q O ILL w a H v I I cr Or-ooOq O Oq pq Oq Oq Ow S w N w M p M S S Oq w S S W S S W O W O w $ .. W S O '7 w q O O n 0 0 S O O S 0 0 0 0 0 0 o 0 0 0 S O S O 0 0 0 S O U O O O N O N O O O O qN q l0 q w O O O 0 0 0 0 0 0 0 0 0 0 0 O O O (: N V e-bfw wgwgq wgggqqqq qqq 0 0 O a w IA 69 w � O O I 000P-00000000000000000 w g q N w 1p g q q w q q q w q w q q q q w 0 q 0 q 0 q 0 q 0 0 q 0 n q w w w O yy U q F U) 12 c y m U w 1' V f W o a o n O y y< C O m w S J Y- m N ry q O 0 O N C C r m m ` y 0 a N y ww.n.e.ee a g __ ' _. o. o. e.wmwwgq gf9gq S.G Yi lq- w O O O p p N � O -wggq aam O O O O O wgww O O N a O 0 0 0 0 0 0 0 o 0 0 0 0 0 TIT N - a 0 N J to J J J J a 2 ao` IS V., O .� W o O Z 0 o C C U v, O v O Yc A 0 E a 0 J a 00 N Q N C7 m ----- J F m N f N 7 O N ' ' t NOV-12-2006 SUN 08:37 AM OIL CAPITAL ELECTRIC FAX NO, 4793619835 Pb 01 OIL CAPITAL ELECTRIC November 12, 2006 Murray Taylor Brasfield & Gorrie 729 South 30°1 Street Birmingham, AL 35233 Reference: Fayetteville Westside WWTp Subject: RFP-01 — 16 -MCC -1 Murray, Phone: 205-7141538 FAX: 205-7141652 We have reviewed the revisions in RFP-01 and have determined that this is a cost neutral revision. There was a cost increase from Square D to combine 16 -MCC -1 and 16 -MCC -2. This increases the bus in the 16 -MCC -2 section from 600A to 2000A and removes a 600A breaker, however, there Is an offset in this increase for the conduit and wire that connected the two separate MCCs together. Please let us know if we are to Proceed with this change so we can inform Square D that we will be making this revision to 16 -MCC -1. We will incorporate this revision into our scope of work upon written acceptance by Brasfield & m Regards, Richard Morrison 199 Fantinel Drive . Springdale, AR 72762 - 479.161,9833 - fax 479361.9836 i 11/(a7 2006 11:09 ASCO • 12057141652 To; A C PROPOSAL ASCO HARDWARE COMPANY, INC. HARDWARE • HOLLOW METAL • BUILDING SPECIALTIES P.O. BOX 5580. 400 MAGNOLIA Sr. . NORT9 LITTLE ROCK AR )2119-5$90 MEPHONE 5O376-pgg0 , FAX SJl-3)S-7447 BRASFIEL0 & GORRIE, LLC WESTSIDE WASTE WATER FACILITY NO.162 D02 MARTIN SORCNERT JIM RUSSEN9ERGER Protect: 729 SOUTH 30TH STREET BIRMINGHAM, ALABAMA 35233 ATTENTION: KASEY BIRDSONG WE PROPOSE TO RIRNISH THE FOLLOWING MATERIALS AE Fflt SH)PP1NG POINT WITH FPGIGI4T ALLOWED INCLUDEAXE OR INSTALLATION. WE CANNOT. BEYOND OUR CONTROL Locatlort FAYETTEVILLE, ARKANSAS MC Architect: GOODWIN, WILLIAMS & YATES OR FINISH HARDWARE..................................0.0.0..........,..........:....DEDUCT.................,.....$125.00 HOLLOW METAL DOORS AND FRAMES .: .... .........................DEDUCT.... .......... ..,....... $ 320.00 REFLECTS CHANGING OPENING #16.103 TO SINGLE OPENING. -0- WE RECOGNIZE ADDENDA NO, THE ABOVE PRICES ARE VALID FOR " DAYS FROM THE DATE HEREON AFTER WHICH TIME THEY WILL BE SUBJECT TO REVISION, _ ACCEPTED: DATE DATE 2% 10TH NET 30 TERMS: v t 13 06 10:41a Don. Fillenworth 817-341-1797 p.1 . .. ' ......_Y2....._: 73 : (1 !1141-1/i/ Fax: (817) 341-1797 DOBBS • Factory Trained Applicators COATING • Sand Blasting 1888 Mineral Wells Hwy. ' SYSTEMS 4 Technical Coating Weatherford. Tx 76088 Kasey Birdsong, Assistant Project Manager Brassfield & Gorrie General Contractors Phone: 205-328-4000 Fax: 205-251-1304 November 13, 2006 Project: Westside W WTP — Fayetteville, Arkansas Sub -Contract No: 051612-009 Re: Change Order price to change a double entry door to a single entry door in the Chemical Feed building (Structure #16). Kasey, Our Change Order price to change a double entry door to a single entry. door in the Chemical Feed building (Structure 416) on this project is: DEDUCT: $ 60.00 Please issue a Change Order for this work if accepted. We will require the completed paperwork in our office prior to commencement of work. Please notify our office in writing when scheduling work to be performed and allow 2 weeks lead time for us to be able to coordinate material, equipment and labor. Thank you, Don Fillenworth, Chief Estimator Dobbs Coating Systems, Inc. FROM : CB_MRSONRY x FAX NO. : 15014079364 Nov. 16 2006 10:23AM P2 CB MASONRY, INC. BRICK- CONCRETE BLOCK - STONE P.O. Box 46140 Little Rock, Arkansas 72214 (501)455-5959 State Contractor License No. 001230207 November 16, 2006 ATTN: Kasey Birdsong Brasfield and Gorrie, LLC 3021 7th Avenue South Birmingham, AL 35233 Structure #16 Westside Wastewater Treatment Plant Fayetteville, AR RE: Price for changing electrical room door from a double door to a single door. Material Cost 26 8" Colored Split Face Block @ 2.48/ea Cement & Grout Foam Insulation Reinforcing & Anchors Taxes Material Subtotal Labor Cost 2 Bricklayer His® 20.93/Hr 2 Labor Hrs @ 12.00/Hr 23% Labor Burden Labor Cost Equipment and Other Cost .05 Days- Lift @ 250/Day .05 Days.. Mortar Mixer ® 45/Day .05 Days- Quickie Saw & Blade® 70/Day Scaffolding Truck and Fuel Exp. Equipment and Other Cost Subtotal Subtotal 12% Overhead & Profit Bond Cost Total Add 64.48 13.00 11.70 3.23 8.78 4I.86 24.00 15.15 12.50 2.25 3.50 0.00 2.00 101.19 81.01 20.25 202.45 24.29 00.00 $ 226.74 If there are any questions regarding this quote, please call James Corbittor Mark Corbitt at 501.455. 5959. Thanks, Mark Corbitt .Estimator BRASFIELD GORRIE GENERAL CONTRACTORS November 17, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Deletion of HMI Programming from Bauman's Scope — OMI-to Perform Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with RFP #2 issued on November 1, 2006, Brasfield & Gorrie, LLC is submitting for your approval, a credit in the amount of $17,100.00 for the deletion of the HMI Programming from Bauman's scope. A deductive quotation from Bauman is attached for your review. Please respond in writing with your approval of this credit. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 1.01 2.04-RFP #2 Eliminate HMI from Bauman BRASFIELD AND GORRIE, LLC 50Lt 7ni Avenue South Birmingham, Aghama ,5=n I" =05.1 nR.4000 F. io5=51.110{ U. BraafieldGurrie.mm __000000000000000000000000000 0000000000000000000000000O H H H H w w w w H H O H H H w H H H H H H w w w w H H 0 O w O 0 w w O J O .. w F O r O ^ O H I H -r • H S O S S o o o S S o O O O O O O o o S O o O S S S e ^ e e O O O O O o o C C O 0 O O O O O o f.7 o H w H H H H H w H H O C O G O C OO O O O G H w w H H H H H 0 G O O S w w w w H H w H n a 0 0 0 0 H w H 0 H 0 0 0 0 0 0 0 0 0 0 0 0 O H 0 w 0 w 0 494,44 0 494 034949 H 494949 4949 H 4349 H w N n N 0 v(0 O C M m f W a ~0d0 a m Cl m c J r a m vii 0 0 0 0 0 0 0 0 0 0 0 0 0 N J S w w H 0 0 0 0 0 0 0 0 H H w H w H w H H H H H w H w a - w w N o a H U ~ w J A a 0 -4 - o W a m 7 5U 1 ------- o w 0 H H °mmQ o a�LL J W li N m f co J J C O V C O I Bauman Instrument Corporation P. O. Box 470583 Tulsa, OK 74147-0583 (918) 254-2424 FAX (918) 254-1966 To: Brasfield & Gorrie Attn: Murray Taylor 729 South 30th Street Birmingham, 35233 Fax No. 205-714-1652 QUOTATION No. 8601 Please Indicate Above Number When Orderino Quote Date Salesperson • 10/9/2006 DAN Inquiry Date Inquiry No 10/9/2006 Est. Ship Date Ship Via F. O. B Terms N/A Standard Truck Tulsa, OK Net 30 Item Nol Qty I Model No Description Unit, $ I Extended, $ A 285 HRS Delete Labor to perform HMI programming 60.00 -17,100.00 per Request For Proposal #2 dated November 1, 2006 Note: -There are no hardware changes with this proposal. Total $: -17,100.00 rage i of t R t. THE CRY OF FAYEi.tQILtg ARKANSAS To Contractor. Brasfield and Gonie LIE From: McGoodwin Williams and Yates Inc. REQUEST FOR PROPOSAL Project Number: FY-317CS Contract Number. WP -3 Contract Title: Fayetteville Westside Wastewater Facilities RFP No: 2 Issue Date: 11/012006 usage summit an itemized proposal for changes in the Contract Price and Contract Times for proposed modifications to the Contract Documents described herein. Submit proposal within 30 days, or notify the Owner in writing of the date on which you anticipate submitting your proposal. This is NOT a Change Order, a Work Change Directive or a direction to proceed with the work described in the proposed modifications. FOR OMI TO INTEGRATE THE HMI PORTION OF PLANT SCADA SYSTEM The City of Fayetteville has directed us to have OMI execute the integration of the Human Machine Interface (MM]) portion of the Westside Wastewater Treatment Plant's distributed control system. The reason for this change is to give OW more involvement as the project is built to improve operations efficiencies and to save money. The programmable logic controller hardware, the network hardware, and the HMI hardware including the OLE for Process Control (OPC) Servers and the Operator Workstations shall remain in the Contract The OPC Servers and the Operator Workstations shall include all of the necessary Operating System software and "Office" applications software, as specified. Bauman Instrument Corporation is contracted to furnish and install all of this equipment under the existing contract. The demarcation point for the HMI software configuration shall be the main managed Ethernet switch that win be installed in the communications enclosure in the Operations Building, Structure 22 by Bauman Instruments. Bauman Instrument shall be responsible for all hardware installation and the programmable logic controller configurations for PLCS within their scope of work that are "down -stream" of the managed Ethernet switch. Bauman Instrument shall be responsible for providing the required configuration ofthe managed Ethernet switch. ONE will be responsible for furnishing and installing the FM software package and providing the configuration necessary to implement the HMI and historical database portions of the distributed control system that are flip -stream" of the managed Ethernet switch. ❑ Attachments Brian Cartside .D by OWNER'S Owner M Contractor ❑ Program Manager O Engines Consultant __ ❑ Other 00932 Proposal Request (Rev.) 00932-1 BRASFIELD GORRIE GENERAL CONTRACTORS November 17, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Additional Floor Boxes in Operation Building (RFI #64) Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with directions returned on RFI #64 from McGoodwin, Williams, and Yates, Brasfield & Gorrie, LLC is offering the attached estimate for your review and approval. Brasfield & Gorrie, LLC will provide the necessary labor, material, equipment, tools and supervision required to add floor boxes in the Operations Building for the estimated amount of $2,625.00. A detailed cost breakdown is attached for your review. Please respond in writing with your acceptance of this quotation by no later than November 30, 2006. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC as arcum Senior Project Manager Cc: 1.01 2.04 - Operations. Bldg floor boxes BRASFIELD AND CORRIE,LLC 30Z -TN Avenue South B:rmmgham, A6hvw;,_;y r. Roy. .8.4000 r: 1o5a5 J.1304 W: Br355eIdGnrr:LOyn 0 0 N O O In N N N S N CD w Vi N e9 di CD tD g M M O O N O 0 0 20 U o N a O O O IR N N N (D U .9 M N J N N m C m U o�tv m ~ J v m O N N F N m a N N 0- o o m O O U a m a N K R J LL E ce as u6 oo 3 > n K o m r c m is. CO m w E iLL g ; N : o v a• s. O m a 3 A C o_ N 9 7 J V O 2 C 0 O 0 FE a E U N W D u m W J P U y f w N0V-06-2006 M0N 03:06 PM OIL CAPITAL ELECTRIC FAX NO, 4793619835 P. 03 OIL CAPITAL ELECTRIC November 6, 2006 Murray Taylor Brasfield & Gone. Phone: 205-7141538 729 South 30'" Street FAX: 205-7141652 Birmingham, AL 35233 Reference: Fayetteville Westside WWM Subject: Additional Floor Boxes — Operations Building — (RFI OCE-01 1) Murray, We are providing pricing for the additional floor boxes addressed In our RFI OCE-01 1. We based our pricing on utilizing the same type of floor box we are installing at the podium. The panelboard that serves the podium does not have enough spare circuit breakers to serve the four new boxes, so these have been circuited to panel 22LP3 circuits 17, 19, 21 and 23. We also Included two'/4 " conduits to each floor box from the storage room for data and communications requirements, The price for this work is an increase of $2,625.00 to our contract amount. We will incorporate this addition Into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, AC/GicW� 106'r/'f ar Richard Morrison 109 Fantlnel Drive a Springdale, AR 12182 - 4793614833 fax 478381.9835 N0V-06-2006 M0N 03:07 PM OIL CAPITAL ELECTRIC FAX NO, 4793619835 P. 04 05l�12- 2.00f OCC- (1LCNAQD M ol.215or1 TMMT o�OFiSIi E K6 REQUEST FOR INTERPRETATION Contract Number 1Rrlti. Z Contract?irie DF �tsi'd �pll7lp RFL Project Number _ GS-OSO- RFI Number, -054 Date. Noverniser 3 1006 • r eke r 1Y :n- • . i • 1.1 ��f .Lr: S Sec. R _ � �bRaP� Dta Detail:22F3 22B3&22M Please review the attached request for infonnatioa from Oil Capital Electric regarding flock boxes in the operations building Please verify how they should procce. Sisucd: . Response: ®Etttaciuttcnfs Response From: To: Date Tiansmiued: 11/06/06 Date Reed Signed: l3Nan Gartside SignerE Pro ntm Managcr Disirlirl7t[on: ❑ Owner pContractor' ® P;ogtartr Manager ngineee ❑ Consultant © Other 608330 Rcgiara Ipr Intapn:tsGoe ©G93Q•1 OIL CAPITA, ELECTRIC Request for Information ATTENTEON: hfurny Taylor NO. OCE-011 Fax_ 205-714-165) PROJECT- Fayetteville Westside WWTP DATE November 3, 2006 S £ *C rLUfluc •.+a ern auvrr I InratmatIon on the following item(s): On staeet 22fl Ttaffiing Room, there is a requirement for a floor box to proridepo►wr audcommmuueatioa services to the podium in the southeast comer of this room. On dean ing 22A9 this requirement is also shown, however, it is indicated on this drawing that ere are four more locations in this room that require power and data floor boxes. Please.revieiv and notify us if these additional boxes are required, Submitted by: Richard Morrison Date: 11/03/06 The: arnngeuie00 qn 2W) shairang the flee data port and outlet floordet*ices need to be installed: [4791361-9833 Fax [4791361-9835 -199 Fantine16rive - Springdale, nn 72162 BRASFIELD GORRIE GENERAL CONTRACTORS November 17, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Conduit Revisions Between Structure #24 & #25 to the Aerators Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with returned on RFI #65 and directions McGoodwin, Williams, and Yates, Brasfield & Gorrie, LLC is offering the attached estimate for your review and approval. Brasfield & Gorrie, LLC will provide the necessary labor, material, equipment, tools and supervision required to change the conduits in accordance with the above referenced RFI for the estimated deduct of $2,543.00. Please respond in writing with your approval of this quotation by no later than November 30, 2006. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Bras5�orrie, LLC Thomas Marcum Senior Project Manager Cc: 1.01 2.04 — Structure #24 & #25 conduit revisions BRAS FIELD AND GORRLE, LLC 30e1 -TN Avenue Siurh Birmingham. A.ljhama ;51;; P: 105.5 ii4000 r: ♦a5.L5 r.r ;04 R': Bra.ne!dCr,rrm.cnm !AYETTE VII ALE 'tm CM OF FAYErrE'htC.latrAV9M REQUEST FOR INTERPRETATION Contract Number_ WP -3 ContractTitk West i4eWSVTP� RFI Proja-t Nttmbet _ _ S•OSO-0 Contractor rrie L ,C RFl Numbct 06_5 _ _ Date Nncem er j ZO06 Ftotm Mvrmv Tavfote $r25fild&Carrie i r To; oGtdwin Wihigms & Ygzetc Re: Aenror_Condiin Sec. Ref: Paragraph: Drawing ReE Pet your conversation with Richard Morrison at the jobsite last Week please vtxify that it is acceptablc to utilize PVC conduit in lice of the PVC coated rigid steel conduit as specified in the conduit scheduk Please respond as quickly as possible as we are currently schedule to instal[ these conduits later this week Signed: Response. ' V 0 Boyle Engineering Is concerned that line noise Interference (EMI or RF) could be generated by the drives and �might be a problem. Therefore, we cannot allow PVC conduit to be used for the power conductors from the VFDs to the aerator motors. However, Boyle did agree, since the conduits in question are encased In concrete duct banks, that plain galvanized rigid conduit could be used. This will give the shielding affect they require, while still creating some monetary savings by not having to use PVC Coated rigid conduit Please revise the generated cost savings for making this change. ttaelrments Date Signed; Brian Gartside SigniYlc Program ivLinager Distribution; ❑ Owner ® Contractor O Program .Mnnagcr [JEagincci ❑ Consulrant O Other 0093D Request for Inlcrprmtien 000 l OIL CAPITAL ELECTRIC Request for Information ATTENTION_ Murray Taylor Fax:205.114-l652 NO. OC 417 PROJECT: Fayetteville Westside WWTP DATE: November 6, 2006 _ -- --••µ�o�t�u r uuonnarwn on the followingite(s): The conduits from the Vms in Sfructwes #24 & .1125 to the PVC coated rigid steel, In convrxsationq with Ai, W & Y, itsAerarors are shown to be be acceptable to utilize PVC conduit far these oandub. A portio Hof d oondthat uimtaaY bas been installed, however, if the portion remaining can be convarted to PVC, this would generate a savings of s 11,$46.00, . It is possible we wfii be Lastailing part of these conduits later be converted to PVC, we will need a response to this re this weei� if these are to week. 9 by the middle of this Boyle Engineering Is Concerned that line noise Interference (EMI or RFI) could be generated by the drives and might be a problem. Therefore, we cannot allow PVC conduit to be used for the power conductors from the VFDs to the aerator motors. However, Boyle did agree, since the conduits in question are encased In concrete duct banks, that plain galvanized rigid conduit could be used. This will give the shielding affect they require, while still creating some monetary savings by not having to use PVC Coated rigid conduit Please revise the generated cost savings for making this change. .,, i 1 i t : J, N0V-13-2006 M0N 02:26 PM OIL CAPITAL ELECTRIC FAX NO. 4793619835 OIL CAPITAL ELECTRIC Request for Information ATTENTION: Murray Taylor NO. OCE-012A Fax:205-714-1652 PROJECT: Fayetteville Westside WWTP DATE: November 13, 2006 Please provide clarification / information on the following itemlcl• The conduits from the VFDs in Structures #24 & #25 to the Aerators are shown to be PVC coated rigid steel. The response to RFI OCE-012 (RFI-065) stated that PVC was not and option for this conduit, however, galvanized rigid steel (GRS) would be acceptable. We are currently installing a portion of this conduit and are proceeding with PVC -Coated steel which will reduce the quantity that can be converted to GRS. If the portion remaining is converted to GRS, a savings of $2,543.00 can be recognized. P. 01 14781381-8833 Fax [4781881-8835 -198 FenUnel fyue - SBringdaie, AR 72782 ]BRASFIELD GORRIE GENERAL CONTRACTORS November 17, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Work Directive #8 Revised Pricing Inlet Facility Panel Relocation Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with decisions made by McGoodwin, Williams, and Yates at the jobsite meeting on October 30, Brasfield & Gorrie, LLC is submitting for your review revisions to pricing previously submitted on October 12, 2006 regarding Work Directive #8 on the above referenced project. The new estimated addition to the project is $86,117.00. A detailed cost breakdown is attached for your review. Please provide written approval of this quotation by no later than November 28, 2006. If you have any questions or commenrregarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager• Cc: 1.01 2.04 -inlet facility electrical room mod BRASFIELD AND GOR RIE, LLC ;oar -ni Avenue South Birmingham, Alibi ni.1 15x; P: 10f.; 18.4000 r: aO5.a 5,.2304 v: Bra.heldGnrnc.corn 000 _ W 000!` W W Q OO W m 0 ON0 Om wN W W mW W OM N W W W WN 00 V lA .69 NW 1,1 Q N W -- WI th tV U, W • W W WN W W W 0 w m 1- W w 00000000000$ 00000000000 0000$ 00000$ $$ ao o .= 0 c c o e pc WO 0� ' o c c c n o c o c c c o vi o 0 0 o c W Wm c $ o 0 0 O O C N �WN (0 W WWW N N 10 44WW O O a S W W - N V) O N W N di W W W - 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O) N t0 W W t - NO $ N w w w w 4 n 2 a j N 69 N A C N :: M J F i $ 0 in O o m O $ o %~ Q N O A O 6o A 7 F 9 m f O N .�. yN J) - -. N W in W W N N .7. J O o g 000000000000.. .-. ,. ..____ aNN O y H J 9 O 0 J N A W >o m LL SC o 0 C m n 4o > v m 0 m>>? �a Hai W LL 0 = m u. N Y A LL 9 O d 0, RQ � GI C °NO" 02-2006 THU 01:35 PIt OIL CAPITAL ELECTRIC FAX NO, 4793619835 P. 01 2% s Qii. OIL CAPITAL ELECTRIC November 2, 2006 Tom Marcum / Murray Taylor Brasfield & Gorrie Phone: 205-714-1456 729 South 30"' Street FAX: 205-714-1652 Birmingham, AL 35233 Reference: Fayetteville Westside WWTP Subject WD #8 — Inlet Facilities — (Pricing Rev. #1) Gentlemen, We are providing revised pricing for the electrical revisions contained in Work Directive #8 and have incorporated the revisions discussed with MW&Y at the jobsite meeting on October 30w. One exception we a taking to the revised drawings is the installation of the Nema 4X pull boxes in the classified area. If these boxes are to be located within the classified area, they will be required to be Nema 7, explosion proof. We have based our pricing on penetrating the floor and routing our conduits for the equipment associated with these pull boxes at the ceiling level of the truck bay. Any pull boxes in this area can be Nema 4X and eliminates the need for Nema 7 boxes. The Items discussed with MW&Y include changing any exposed conduits in the unclassified lower level to aluminum and reducing the quantity of conduits in the classified area by combining wiring where feasible. The following conduits have been combined: 1009 /1010, 1013/1014, 1015/1016, 1019/1020,1023/1024,1041/1042,1064/1065,1075/1076 and 1078/1079. The price for this work is an increase of $56,430.00 to our contract amount. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regard Richard Morrison 199 Fantlnel Drive - springdale, AR 72762 - 479361-9833 - fax 479-361.9835 NC4?-02-2006 THU 01:35 PM OIL CAPITAL ELECTRIC FAX N0. 4793619835 P. 02 OIL CAPITAL ELECTRIC Fayetteville Westside WWTP Date: 11/02/06 Job No: 06-30-5003 WD #8 - Structure #1 Inlet Bldg. Electric Rm. (11/2/06 Revised as discussed w/MW&Y) Description Value Material $25,036.44 Labor $23,868.00 D $1,989.00 so.00 Sub Total $50,893.44 Markup 10.0096 $5,089.34 Subcontracts $0.00 Subcontract ark -up 0. 0 Sub -Total $55,982.78 Bond $447.86 Total $56,430.65 ITEM NO. ITEM NAME QUANTITY 1 2 grc bushing lastic 2 2 4 gre bushing lastic 13 3 3/4 grc bushing metal 11 4 3/4 grc locknut sealing 22 5 2 grc locknut seali 4 6 4 gre locknut sealing 26 7 3/4 alum 620 6 2 alum 20 9 4 alum 140 10 3/4 alum cvr 290 4 11 3/4 alum t cond/t29 4 12 3/4 gasket gask1942 4 13 3/4 conduit hanger 78 14 2 conduit hanger 4 15 4 conduit hanger 28 16 1/4 slf drl anch 82 17 'b (4x)30x24x8 ss 2 18 b (4x) 36x24x8 ss 3 19 2 alum LBD 1 20 4 alum LDB 7 21 2 vc 40 - trench 50 22 4 vc 40 - trench 350 23 4 spacer base 59 24 3/4 pb grc -120 25 1 pb rc 265 26 11/2 b rc 140 27 2 b grc -30 NL -02-2006 THU 01:35 PM OIL CAPITAL ELECTRIC FAX NO. 4793619835 P. 03 28 21/2 b rc 10 29 4 b rc -20 30 1 1/2 b grc elbow 9 31 2 1/2 b rc elbow 3 32 1 1 /2 b c l 18 • 33 2 1/2 b c l 6 34 1 1 /2 p b e d 5 seal 2 35 3/4 b e s 26 seal 12 36 1 be s36seal 1 3 1 1/2 b e 56 seal -2 38 1 pbguat36 7 39 3/4 Pb goat 26 3 40 1 b uac 36 3 41 1 1/2 b uat 59 2 42 Pb channel p1000 40 mil 30 43 3/4 pb clamp back -5 44 1 b clam back 36 45 11/2 b am back 19 46 2 pb clamp back -4 • 47 21/2 b clam back 1 48• 3/4 b stra 1 -hole mal 9 49 ph strap 1 -hole mal 47 50 1 1/2 pb strap 1 -hole 19 51 2 ph strap 1 -hole mal -4 52 2 1/2 b strap 1 -hole 1 53 314 bid -2 box 5 54 p1, cover wlrs-2 s/recp 2 55 pb cover wlyd-1 duplex 3 56 12 thwn cu str 26365 57 10 thwn cu str 1355 58 8 thwn cu str 240 59 2 thwn cu str 30 6014/0-thwn cu str 40 61 500 thwn cu str 640 62 6 thwn reen cu/str 10 83 2 thwn reen cu 10 64 2/0 thwn reen cu 160 65 TSP control cable 945 66 Ethernet cable 30 67 1DP-1 4x to N-1 1 68 1 DP -2 4X to N-1 1 69 1 LP -1 4X o N 11 1 70 chan a startes 4X to N1 1 71 1 G E fixture 4 72 1C (E) fixure 1 .73 1X fixture 1 74 20 switch s sec 277 i 2 75 20recdupgf1hd125b 3 76 concrete 3000# - cud 15 77 duct bank excav/bkfl 60 78 tie wire 500 79 5" core drill in wall 7 B GOFI ��EyyyyyyLD GENERAL CONTRACTORS October 12, 2006 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Atm: Lane Crider Re: Work Direct #8 Inlet Facility Panel Westside Wastewat Dear Mr. Crider: vi In accordance wit}yyour request dated August 24, 2006, Brasfield & Gorrie, LLC offers the attached estimate for yoy>freview and approval. Brasfield & Gorrie, LLC will provide the necessary labor, material, egthpment, tool, and supervision required to perform the inlet facility panel relocation in $accordance with your drawings date August 24, 2006 for the estimated lump sum add to the contract of ;490.00. A time extension is.not required for this additional work provided written approval is received in our office by no later than October 27, 2006. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 1.01 2.04 -inlet facility electrical room mod RR AS FIELD AND D0RRIE, LLD 30117TH Avenue South Birmingham, Alabama 33133 P: 103.318.4000 F: ¢03.131.1304 W: BrasfieldGorrie.com K N^ a a Y T am _o and 4i �'r a rsm wCmom (O ry y on L7 ZI P a o r n � ■� ' SEP-05-2006 TUE 02:09 PN OIL CAPITAL ELECTRIC ■i ti■ i■ September 5, 2006 Tom Marcum / Murray Taylor Brasfield & Gonie 729 South 30th Street Birmingham, AL 35233 FAX NO. 4793619835 OIL CAPITAL ELECTRIC Reference: Fayetteville Westside WWTP Subject wD #8 — Inlet Facilities Gentlemen, Phone: 205-714-1456 FAX: 205-714-1652 We are providing pricing for the electrical revisions contained in Work Directive #8 that provides for the electrical distribution equipment and control panels be installed in the new electrical room. One exception we a taking to the revised drawings is the installation of the Nema 4X pull boxes in the classified area. If these boxes are to be located within the classified area, they will be required to be Nema 7, explosion proof. We have based our pricing on penetrating the floor and routing our conduits for the equipment associated with these pull boxes at the ceiling level of the truck bay. Any pull boxes in this area can be Nema 4X and eliminates the need for Nema 7 boxes. The price for this work is an increase of $71,268.00 to our contract amount We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, Ri and Morrison P. 01 199 Fantinel Drive - Springda►e, AR 72762 - 479361-8833 - fax 479361-9838 SEP-05-2006 TUE 02:09 PM OIL CAPITAL ELECTRIC FAX NO, 4793619835 P. 02 two OIL CAPITAL ELECTRIC Fayetteville Westside WWTP Date: 09/05/06 Job No: 06-30-5003 WD #8 - Structure #1 Inlet Bldg. Revs. Description Value Material $29,315.87 Labor $32,270.40 DYE $2,689.20 $0.00 $0.00 Sub -Total $64,275.47 Markup 10.00% $6,427.55 Subcontracts $0.00 Subcontract Mark-up $0.00 Sub -Total $70,703.02 Bond $565.62 Total $71,268.64 ` I , SEP-05-2006 TUE 02:10 PM OIL CAPITAL ELECTRIC FAX NO. 4793619835 P. 03 22 2 b Strut stra 4 23 4 b strut stra 28 24 3/4 pb clamp back 86 25 1 pb clamp back 98 26 1 1/2 pb clamp back 2 27 2 pb clamp back -4 28 2 1/2 pb clamp back 1 29 3/4 pb strap 1 -hole mal 86 30 31 1 pb strap 1 -hole mat 1.1/2 pb strap 1 -hole 98 BRA C.ETTGRE EN U§A.1 NC. 'Y' '.A0VANCE0 WATER SCREENINGTECNNOLOGY 1335 Regents Park Drive, Suite 260 Houston, Texas 770S8 • USA 12 September 2006 Brasfield & Gorrie, LLC 729 South 30th Street Birmirigham, AL, 35202-0383 USA Subject: B&G P.O. No. 051612-006 Tel: 281 480 7955 Fax: 281 480 8225 Email: maln@bgusa.com Web -site: www.bgusa.com Westside WWTP Specification Section 11217 - Influent Screening System EWT/Brackett Green CF200 and MacerAcer systems Work Directive No. 8 - Price deduct for change to NEMA I control enclosures Dear Mr. Taylor: In response to the design change detailed in Work Directive no. 8, namely moving/changing control enclosures which include those to be supplied in the above referenced purchase order, ETMCO Water Technologies is prepared to offer a price deduct of: $1,000.00 USD (one thousand dollars) from your order. Please do not hesitate to contact our marketing department if you have any problems or additional questions. Best Regards, Robert Riggs Engineering Supervisor •II!'AM : %,BJMASDNRy x FRX NO. 15014079364 Rug. 25 2006 10:56PM P1 .I•. FAX COVER SHEET CB MASONRY, INC. P.O. BOX 46140 LITTLE ROCK, AR 72214 DATE 8/25/2006 PHONE: 501-455-5959 6902 BRODIE LANE FAX: $01-407..9354 LITTLE ROCK, AR 72204 PAGES (INCL. COVER SHEET) 2 TO: BRASFIELD & GORRIE ATTN: KASEY BIRDSONG FAX # 205-714-1652 COMMENTS FROM: Mark Corbitt Confidentiality Notice The documents accompanying this transmission contain confidential Information Intended fora specific individual and purpose. The Information is private, and is legally protected by law. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution, or the taking of any action in reliance on the contents of this telecopfed information is strictly prohibited. FR0n t-GB_MAsolRy ATTN: Kasey Birdsong Brasfield and Gorrie, LLC 3021 7N Avenue South Birmingham, AL 35233 Directive #8 FAX NO. : 15014079364 Aug. 25 2006 10:57AM P2 CB MASONRY, INC. BRICK— CONCRETE BLOCK- STONE P.O. Box 46140 Little Rock, Arkansas 72214 (501) 455-5959 State Contractor License No. 001230207 August 25, 2006 Westside Wastewater Treatment Plant Fayetteville, AR RE: Price for added block at electrical room in Inlet Facilities. Material Cost 359 8" Block @ 1.16/ea Cement & Grout Foam Insulation Reinforcing & Anchors Taxes Material Subtotal Labor Cost 26 Bricklayer Hts @ 20.93/Hr 2S).aboi Iirs @-12.00/14r 23% Labor Burden Labor Cost Equipment and Other Cost .50 Days- Lift Qa 250/Day .50 Days. Mortar Mixer ® 45/Day .50 Days- Quickie Saw & Blade ® 70/Day ScalP0Iding Trick and Fuel Exp_ Equipment and Other Cost Subtotal Subtotal 12% Overhead & Profit Bond Cost Total Add 416.44 323.50 165.60 37.16 89.56 544.18 336.00 202.44 125.00 22.50 35.00 25.00 15.00 1,032.25 1,082.62 222.50 2,337.37 280.48 00.00 $ 2,617.85 Ti there are any questions regarding this quote, please call James Corbitt or Mark Corbitt at 501.455- 5959. Thanks, James Corbitt President f tl 0n, - of 222 TOWSON AVE FT. SMITh, AR 72901 PHONE 479.785-2891 FAX 479-7853252 E-MAIL rburmws@hawtdnsco.com Fa�c To: Brasfield & Gone From RICH BURROWS Phone: Re: Westside WWTP Inlet Facilty CC. KaY se ' Birdson g ❑ ardent X For Review d Please Comment ii please Reply ❑ Qlease Recycle • Corrunentsc Kasey, Hawkins Company, Ina price fot the above prnject contract change is 11210.0(1. 'rioe iriclilde§ safes.ta x Included in this price is aq labor and in2teriat to complete the work on Work bvective.NQ. B, VaW 8-10-06, plansheet WO811 M3. ac See alfeehq+e. pr�c:n5 THANKYOU, RICH BURROWS `� 0"49'28 06 09:26a Don Fillenworth DOBBS ' Factory Trained Applicators COATING • Sand Blasting SYSTEMS Technical Coating 817-341-1797 p.1 (817) 341-1777 F2X: (817) 341-1797 1888 Mineral Ovals Hwy. Weatherford, Tx 76088 Kasey Birdsong, Assistant PM August 28, 2006 Brassfield & Gorrie, LLC Phone: 205-714-1542 Fax: 205-714-1652 Project: Westside WWTP Contract No: 0516 t2-011 Work Directive No: 8 Re: Change Order price to add painting of new electrical room in Inlet Facilities Kasey, Our Change Order price to add painting of new electrical room in Inlet Facilities on this project is: \1 1 $5,200.00 Exclusions: Concrete floor sealer; concrete floor on Mezzanine level; MCC's & electrical switchgear Please issue a Change Order for this work if accepted We will require the completed paperwork in our office prior to commencement of work. Please notify our office in writing when scheduling work to be performed and allow 2 weeks lead time for us to be able to coordinate material, equipment and labor. Thank you, Don Fillenworth, Chief Estimator Dobbs Coating Systems, Inc. BATE: Z g O �, Oii .... _ Q RE'Uts�37 JF -FROM: TO: ATTN ASC `� " 7 s4t1�i REF: y_ c?'t%D -A/G/'TO • . ;NTIMBER OF PACES BEING SENT: -- (TNCLUING THIS COVER SHEET) 'kEMARks • Q "Engineering From The Outside fn" 1411 Commerce Place • 205-841=0441 . • (FAX) 2d5-841-0822 A s C 0 PROPOSAL A.SCO HARDWARE COMPANY, INC. HARDWARE • HOLLOW METAL • BUILDING SPECIALTIES P.O. BOX 5580 • 400 MAGNOLIA ST. • NORTH LITTLE ROCK, AR 721195580 TELEPHONE 501-376-6858 • FAX 501-375-7447 To: BRASFIELD & GORRIE, LLC MARTIN BORCHERT JIM RUSSENBERGER Project: _ WESTSIDE WASTE WATER FACILITY 729 SOUTH 30TH STREET Location: FAYETTEVILLE ARKANSAS BIRMINGHAM, ALABAMA 35233 Architect: MCGOODIN; WILLIAMS & YATES WE PROPOSE TO FURNISH THE FOLLOWING MATERIALS AS PER PLANS AND SPECIFICATIONS ON THE REFERENCE PROJECT. OUR PRICES ARE F.O.B. SHIPPING POINT WITH FREIGHT ALLOWED TO THE JOBSITE OR NEAREST COMMERCIAL CARRIER DELIVERY POINT, AND INCLUDE NO TAXES OR INSTALLATION. WE CANNOT ACCEPT LIABILITY FOR FAILURE TO DELIVER DUE TO STRIKES OR OTHER CAUSES BEYOND OUR CONTROL. DIRECTIVE #8 FINISHHARDWARE.........................................•.............................•........:••.ADD.•.......$ 895.00 NOTE: HARDWARE HEADING INDICATED IS FOR A PAIR OF DOORS. WE HAVE ADJUSTED ACCORDINGLY. HOLLOW METAL DOORS AND FRAMES.............•..•••.......................•...•••.ADD......•..$ 1,135.00 1 EA DOOR TYPE D3 3884 I EA FRAME TYPE F2 5-3/4 3884 °A FRAME TYPE 1.202 5-3/4 4040 WE RECOGNIZE ADDENDA NO. _ -0- THE ABOVE PRICES ARE VALID FOR 30 DAYS FROM THE DATE HEREON AFTER WHICH TIME THEY WILL BE SUBJECT TO REVISION. ACCEPTED: BY: DATE: DATE: AUGUST 23, 2006 TERMS: 2% 10TH NET 30 CO., INC. 1:1 .Plojqnl cosdad (PUVS'WV11:90:11LOOL9Tll'93dId 131N`A3H'•JMO 3SV9'JNIdId1i3HXIPJooaH to suek}LlfAjlgMe0N.e31:X City of Fayetteville y /�� /G' Staff Review Form City Council Agenda Items Cc) or Contracts fps asst ( o1 a Gprrf�) LLC' N/A=Mayor's Approval nUa City Council Meeting Date David Jurgens WW System Improvement Project Water and Wastewater Submitted By Division Department Action Required: Approval of construction contract Change Order Number 2 with Brasfield & Gorrie, LLC., with no change to the contract cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3. $0.00 Cost of this request 4480-9480-5315.00 Account Number 02133-0304 Project Number Budgeted Item $ 2,400,000.00 Category/Project Contingency $ Funds Used to Date $ 2,400,000.00 Remaining Balance Budget Adjustment Attached ICJ ! -16.O1 Department Director Date City Attome `1a Q \ , `t- Finance and Internal Service Director Date 8 Date Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name r//.' n-'/ Previous Ordinance or Resolution # 208-05—_ Original Contract Date: 10/20/2005 Original Contract Number: 1014 City Council Meeting of N/A- Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Directe Date: 11 April 2007 Subject: Approval of a construction contract Change Ordert1umber 2 with Brasfield & Gorrie, LLC., with no change to the contract cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -2. RECOMMENDATION Staff recommends approval of a construction contract Change Order Number 2 with Brasfield & Gorrie, LLC., with no change to the contract cost or time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -2. BACKGROUND Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment Plant (WWTP) in October, 2005. Work is over 50% complete, and is on track to meet the substantial completion date of May, 2008. Most of the structural elements have already been installed. DISCUSSION This Change Order rectifies several items identified during the fourteen months of construction. The larger items involve changes to the influent piping and metering structure to accommodate the now identified Farmington and Owl Creek lift station arrangements, the addition of power and instrumentation panels for influent screens and dewatered sludge conveyors, adjustments to the depth for caisson excavation to match the actual depth that was required to be excavated, and several other miscellaneous minor adjustments. All changes are detailed on the first page behind the change order. Most of these items were identified in Change Order Number I as needing further investigation before the change order could be developed. There is also a savings, as of the current time, of $252,396 in sales tax. When the contract was awarded, the exact sales tax costs were not specifically identified. State law allows that WWTP process equipment and structures that physically come in contact with the wastewater are exempt from sales tax. The State Department of Finance and Administration issued an opinion late in 2005. Specific application of this opinion has created the sales tax savings we have seen. As the majority of the major purchases have been made, the potential sales tax savings remaining is estimated at $24,467. The West Side WWTP renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. BUDGET IMPACT This change order creates no change in the contract cost or time. A balance of $2,400,000 remains in the approved project contingency. WP -2 Brasfield Change Ordcr No 2 CC Memo Apr07 FAYETTEVILLE THE an OF FAYETTENLla ARKANSAS CHANGE ORDER Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 2 Date of issuance: April 11, 2007 TO CONTRACTOR: Brasfield & Gorrie, LLC ORDINANCE NO: / RESOLUTION NO: The Contract is changed as follows: The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. The original Contract Price was.......................................................................................................... $ 59,994,710.00 Net change by previously authorized Change Orders ......................................................................... $ 0.00 The Contract Priceprior to this Change Order was............................................................................ $ 59,994,710.00 The Contract Price will be (0 increased) (0 decreased) (la unchanged) by ..................................... $ 0.00 The new Contract Price including this Change Order will be............................................................. $ 59,994,710.00 The Contract Times will be (0 increased) (0 decreased) (id unchanged) by ................................... (0) days Required date of Substantial Completion as of the date of this Change Order therefore is ................ May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. L4 l (7 BY D TE McGoodwin, Williams and Yates, Inc. 1�ENG ER �1�47 BY�DATE I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. Distribution: U Owner (4) ❑ Contractor 0 Engineer 00940 Change Order WESTSIDE WWTP CHANGE SUMMARY Increase Decrease Value Description Contract Amount Contract Engineering Sales Tax and Fuel Savings ($728,268 Original) New ($683,617.00) Balance $24,467 :.¢....:t=;":;�i��1`.'1,. �.. . .,,..rt1 as ' Work Directive #1 12" x 8" Tee and Valve Setting - Broyles Rd Waterline $12,830.00 Work Directive #2 12" waterline Aditions $5,697.00 Addition of 4 Wire Feed at Structures 7,10,24 and 25 $15,949.00 ($44,235.00) Change Conduit Material from PVC Coated rigid to Aluminum Rigid ($29,199.00) Work Directive #5 Filter Outlet Changes Welded Outlets in lieu of Tee's Change Clarifier Center Well Design UV Channel Modifications WD #7 $1,689.00 Inlet Facility Electrical Room Modifications $86,117.00 Gas Line Crossing $19,521.00 Jobsite Utility Vehicals $28,833.00 Over Excavate and Backfill with #7 Stone $206,572.00 Control Panels 1-LCP-7 & 19-LCP-3 $47,999.00 Influent Pipelines WITHDRAW $225,312 $0.00 Aerial Photo's $5,000.00 Exterior Light Fixture Colors Rejected Combine 16- MCC 1 & 2 $0.00 Additional Floor Boxes RFI #64 $2,625.00 RFP #2 Deletion of HMI Programming from Bauman's Scope (OMI to Perform ($17,100.00) RFP #3 Duplication of PLC 24 & 251/O's and Relocate Oxy Gen System $3,172.00 Conduit Revisions Between Structures # 24 & #25 to Aerators ($2,543.00) Additional Waterstop at Clarifiers $15,401.00 Structure #17 Door Modifications Work Directive #9 Door Swing and add 2 Skylights Bldg #23 $1,366.00 Work Directive #10 Building #23 Overhead Door Size Change $297.00 Caisson Depths (TBD) $0.00 Keystone Conveyor Control Panels $19,488.00 Concrete Thoroseal in Lieu of Rubbing TBD) $0.00 Additional Sales Tax BD $0.00 Influent Pipelines REVISED $2311,,245 00 ax.�N� ++µµms�,,!!� i .�5 a ,,.'n `Y2 s�c+na- �'a t�.��= M�`��v� 1�1Ci{h Y'i.ctw'j"'r .�hy+e � e ,: eAfia Y:k J rY' ..iS Yli f...:.. re "SM'._ A....__ $703,801.00 ($703,801.00) ($73,434.00) TOTALS Contract Adjustments - Fayetteville.xls 4/11/2007 BRASFIELD &GORRIE GENERAL CONTRA[ TORS February 20, 2007 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 7270.3 Attn: Lane Crider Re: Work Directive #9 — Adding Skylights and Changing Door Swing in Structure #23 Westside Wastewater Treatment Plant Dear Mr Crider: In accordance with Work Directive #9 Brasfield & Gorrie, LLC offers the following pricing for your review and approval. Brasfield & Gorrie, LLC will provide the necessary labor, materials, equipment, tools and supervision required to add skylights and change the door swing in accordance with the above work directive for the estimated addition to the contract of $1,366.00 No additional time is required for this change Please respond with your written approval of this pricing and include in the next change order If you have any questions or comment regarding this matter, please feel free to call meat 205-714-1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 -Work Directive #9 VF — Alliance Steel 1 01 (transmittal only) BRASFIELD AND GORRIE, LLC 3011 7TH Avcnu< South Birmingham, AI abama 35x33 F xo5 38 400n 1: 105 151 13O4 m: BrasrrcIdCorne Corn O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 O t0 fD N ww19 (9wwwwbiw tllwwwwM(9wwwMMl9wwf9 w w w w d 0 H O O O O O O O O O O O O O O O O O O O O O O O O O O O O O a o O O O O O O O O O O O O O O O O O O O O O O O O O O O o e o 0 O O O O O o O 0 0 0 O 0 0 O O 0 0 O O O O N w W bf 19 V l w w w f 9 W w w w w w M w M Ni w 0 w O w O w O w O w 0 w O N a a O O O 0 O w O O O O O O O O O O O O O O O O O O O O O O O O O O Mw wwMNMfAN tliw ww www ww wW wVf w wf9 w y m a F m 0. N m x mO U 2 N J o o O X N Q 0 Q ci F m w 0 c O N~ L 8 d N O tO C, 5333 55 53355 N wwwwwwwwwwwwwwwwwwwwwwww M w w f a7 i (I) J O1 m 0 0 J ! 0 5 W m N LL R m 0 m Q ON m 0 O o1�3 mn o Q C N m LLL A W t O U m LL m y D 2-- y w Q a z 0 0- 0- U cz w n E O m J m O Q w O c F o m L N CD J Q� L A U N 5 W N I- ---- Jan. l6 '1UU/ 5: 12VM FAX Cover Sheet To: DWAINE JENNINGS COMPANY: ALLIANCE STEEL No 6463 P. 1/2 FROM: KASEY BIRDSONG PHONENuMaERt 205-714-1542 FAX NUMBER: 205.714-1652 FAX NUMBER: 405.745-7503 PAGES: PHONENuMBER: DATE; 1/16/07 REt ADDITION OF (2) SKYLIGHTS CC: WORK DIRECTIVE No. 10 ❑URGENT ❑FOR REVIEW [1 PLEASE COMMENT ❑ PLEASE REPLY ❑ PLEASE RECYCLE Note: Dwaine, Attached is revised drawing showing the addition of (2) skylights to building 23.. Please see west elevation. Please provide pricing for this change no later than 1/19107. Thanks, Kasey Birdsong oz _ I.ey1teta arlowi g,jOt?$ t cam(. Ifyou did not receive all of the pages or fled that they are Illegible, please call rstanell at 205328.4000. CONPZDENTIALIrY Norr: The following facsimile is intended to whom it as addressed and may contain information that Is privlleged,.confidential, or otherwise exempt from disclosure under applicable law, lithe reader of this message is not the Intended recipient or the employee or agent responsible for delivering the message to the Intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication In error, please Immediately notify us by telepbone and return the original message to us at the below address via the U.S. Postal Service. Thank you. Brustteid & Gornie, L.L.C. a Utilities Division 729 South 30"' Street • Birmingham, AL 35233-2939 P O. Box 10383 • Birmingham, AL 35202-0383 Phone: 205.328-4000 • Fax; 205-323.9290 COOS 133,LS 3DNBITIV C0SL$fLS0fi Xv3 0 :8t LOOZ/9i/t0 • Joan. Ib, •(4U1 5:ILYM No 6463 P. 2/2 a FT SHEET 23A2 .fl -!-v dry SHEET 23AI �tY NO. DAIS 9y IISQN 5JDAM 0/4/06 n R • -Do !1102 FAYETTEVILL UQHTS.. flciuwawI9 YT1lleos a ytifl II Y IInIF rnnrrrrr TMl CrNOFFAYG'r•r0�Au•4 yt2Ag Or_ _w 9/25/43 ORE k RDAEfy D cIIEt ED Mieern, A) V ck"k- 3osr c4 ,o1. o9ul.o WORK DIRECTIVE WD NO, 10 10/04/06 F DiWA5TEFYATEA7REA7MMPLARY F,LL0N cTt AL FLOOR Pth MDD CVVAnoN FYd173A1/23A2 P PORFAS 2 2 T33SS 3DNVITIV COSLSGLSO' %VA 0S :9T LOOZ/9T/TO 1 BRAS FIELD &GORRIE GENERAL CONTRACTORS February 20, 2007 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Work Directive #10 — Change Overhead Door Height Bldg #23 Westside Wastewater Treatment Plant Dear Mi . Gilder: In accordance with Work Directive #10 Brasfield & Gorrie, LLC offers the following pricing for your review and approval. Brasfield & Gorrie, LLC will provide the necessary labor, materials, equipment, tools and supervision required to change the overhead door height in Building #23 in accordance with the above work directive for the estimated addition to the contract of $2.97.00_ Please respond with your written approval of this pricing and include in the next change order. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456 Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 -Work Directive #10 VF - Alliance Steel VF - Overhead Door 1 01 (transmittal only) BRASFIELD AND CORR IE, LLC 3011 7re Avanuv South Birmingham Alahama 35133 R: '05 318 4000 I': 105 2511304 1" BrasheldGorrie cum J J W a O a od 0 w U) O a t0 O o 0 o 0 0 0 O O O o 0 0 O 0 0 0 0 0 0 NNNNNeq NNNNNNNNIANNN19 9N19 0 O t91nNM1 0 o N O IO r O O n NNO) 6 {9 N N N N N M a o 0 O O O O O O O O O O O O O O O S S O O O O O O O O O O o O O O O O O O O O O O O O O O O O O O O O o e o e O O O O N O O O O O O O O O O O O O O O O O O O O O O o S U m 19.-e9NNMM f9 WNN191ANNM19 f/iM MN NfANMM O O N a 7 w U) —o o o O o O o O o 0 0 O 0 O 0 o O o O o 0 0 0 o H1 V1 f9 t9MN NN W NN f9 eq fp y)NNN (ANNN O fANN o 0 0 N m n J N y k O S m m U W y F O o J o m y c o 1 m o 4,d 10 3 o m O d J O y m E S >.? m a y a y O O O 61 O O O O O O O o O O o O O O o o O O O O O O o O N 19� Nf9NMN IRNN fn 19 i9NNNf9NNNMNN fA biN N a4949 r w c C S 0 m o m --- O u v e L R 7 7t O) LL a > 2 « -w O m 321'1 K N N O 202 20221— R m LL Q iL J aA LL L V m m o m c O 2 O H c a K E y U W J C N L in .) 0 m m a o' W r N F q FEB-12-2007. 14:35 OVERHEAD DOOR Overhead Door Co. of Springdale, Inc. Overhead Door Co. of Springdale, Inc. P O. Box 131 Springdale, Arkansas 72765 Phone: 751-5921 FAX: 761-3228 Contractor License No. 0041110404 479 751 3228 P.01'01 Proposal #: 1-1989 S 526 PROPOSAL SUBMITTED TO: Date enfion—� BRASSFtELD & GORRIE L. L. C. - _ 124/2007 KASEY BIRDSONG sTREEr Job Name 729 SOUTH 30TH ST. WESTSIDE WASTE WATER TREATMENT PLANT City State Zip ode Job Location BIRMINGHAM AL. 35233-2939 FAYETTEVILLE, AR. Pone Number Fax Number Job Phone 205-714-1542 205-714.1652 205.714-1562 GENERAL. SERVICE: Re: DIMENSION CHANGE ON DOOR Per your request dated 1/16/07 to change width of door #S23.105 from 14' wide to 12' wide_ Deduct: $218.00 from price quoted on original proposal #1464 dated 9/15/05 sum SEE PRICE ABOVE Signature __ Ronald E Mazanec Direct Dial: 751-5921 Payment to be made as follows: Prices subject to change if not accepted in 30 days. BY OTHERS: Jambs, spring pads, all wiring to motors and control stations, unless otherwise stated above, are not included. In the event Purchaser breaches or defaults under the terms and provisions of this Agreement the Purchaser shalt be responsible for the costs of collection, including reasonable attomeys' fees. Agreements are contingent upon strikes, accidents, or delays beyond our control. We carry contractors and employers liability workman's compensation insurance. UNLESS SPECIFIED OTHERWISE ABOVE PERFORMANCE OR PAYMENTS BONDS ARE NOT INCLUDED IN PRICE C PTANCE: Terms, Price, and speci cations on all pages of this proposal are hereby accepted and the work authorized Signature ---- Title Date of Acceptance TOTAL P.01 Jan. 16. 200/ h:11PM To: COMPANY: FAX NUMBER: PHONE NUMBERI FAX Cover Sheet DwAu JENNNNOS ALLIANCE STEEL : 479.751-3228 RE: DIMENSION CHANGES ON DOOR S23.105 No.6462 P. 1/2 FROM: KASEY $WRDSONG PHONE NUMBER: 205.714-1542 Fax NUMBER: 205-714-1652 PAGES: DATE: 1/16/07 CC: LE U URGENT LiFOR REVIEW ❑ PLEASE COMMENT ❑ PLEASE REPLY ❑ PLEASE RECYCLE Note Dwaine, Attached is revised drawing showing a change lathe dimensions of door 823,105. Please note that this door is changed to 12' x 12'. Please provide pricing for this change no later than 1/19/07, Thanks, Kasey Birdsong eat liar It you did not receive all of the pages or find that they are illegible, please call rslancil at 205-328-4000, CONFIDENIL%LITY NOTE; The following facsimile is intended to whom it is addressed and may contain information that is privileged, confidential, or otherwise exempt from disclosure under applicable low. If the reader of this message Is not the Intended recipient or the employee or agent responsible for delivering the message to the intended recipient, you are hereby notify d that any dissemination, distribution, or copying of this commanICStion is strictly prohibited. If you have received this communioation In error, picnic Immediately notify us by telephone and return the original message to us at the below address via the U.S. Postal Service, Thank you. Brasfield & Genie, L.L.C. • Utilities Division m v H 729 South 30 sweet • Birmingham, AL 35233.2939 P. 0. BOX 10383 • Birmingham, AL 35202-03x3 Phone: 205.32814000 • Fax: 205-323.9290 .fit, TOO 733ZS WI9V CO2L9VL904 xvd 89:8T LOOZ/9T/TO Jan 16.. •2007 5:IIPM No 6462 P 2/2 L I. bm 09 nvnln CWGYn1IVR 1 /Yn•-c SHEET 23A2 SHEET 23AI fl • 4t1E.-.. cc WORK DIRECTIVE NOTES WD NO. 10 10/04/06 , I taTa Lu A61C, NOTES- minkr" m rm = =M ' —REWSE SECTIONAL OVERHEAD DOOR 523.105. • OTHER MISCELLANEOUS CLARIFICATION$, moumrto •tIA UB som.a,a• aua Ilu`.` ulaar, �,,, py awn a mur. SO' TA1N 1060Watm MR NO DAR at WLCTOIOTMM RAN BWAS?VWArgty T 0/A/06 16R —coon SL11 VEMCE Sf61ACE G .f+O 'a°� �""'" FAYETTEVILLE ARCRIIECNRL A0.EYAT�11 AND 0-woor tICWrs Ndoodoj(A Williams 9 vales 111111111., I..N.11r, TNa'g1Y or FAYGTmm11: AMdNEAO O�RANE10 OUM SO4001E OATC A2 BMy/a •�T'OETAItm ROT'f ,_ fY317 I 23A1/23 D 9cta17-�UECNEO itti c d SNQi5-eN 0.. Po*'RS �- ZOO z 'ia LS ZIDNviliv COSLSfLSOD XV3 0:9T L00Z/9T/TO BRASFIELD GORRIE GENERAL CONTRACTORS February 20, 2007 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Control Panels for Screw Conveyors Submittal #002-14551-0 Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with the above referenced returned submittal, Brasfield & Garde, LLC offers the attached quotation for your review and approval. Brasfield & Gorrie, LLC will provide the necessary equipment in accordance with your comments on the above referenced returned submittal for the estimated addition to the contract of $19,488.00. Please review the attached quotation and respond with your written approval of this pricing and include in the next change order. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456. Sincerely, Brasfield & Gorrie, LLC 6P Thomas Marcum Senior Project Manager Cc: VF - Keystone 2..04 -Keystone Conveyor PLC and breaker additions 1 01 (transmittal only) BRASFIELD AND GORRIE, LLC 3021 7Yu Avenue Samh Birmingham. Alabama 35133 I: L05.}18.4000 F: 205.x51 1304 n': BrasfiddGorrie cone J J LL! R O O a J LL! LL. co N C 0 V V V a- m O V c j a E o Ja O 7 0 O >1.0 C C.- 00 <iC. oc 0 O M o o m 0 00 w Cl n m w pp J ^ V r0 69; m 0 2" a co O N O o 0 J 6 m 0 ow u C Co N ' s O _ m m U m f a C o ( cv a o j H a ep o v `c 'J 7 o € H m m F a n N O om000000000000000000000000m J M M bi W t9 Hi f9 f9 N N fA fA f f9 �H e9 f9 fA fA N fA 19 fA t9 f9 C9 m m I- 6' w cn 7 m 'L N 7 J z 0 F a C U m W J C O o F ow Y O N Lii -- q KEYSTONE CONVEYOR CORPORATION File: 10228 Date: January 31, 2007 Brasfield & Gonie, LLC 729 South 30" Street Birmingham, AL 35233 Attn: Kasey Birdsong RE: Westside WWTP — Fayetteville, AR Your PO No. 051612.031 Dear Mr Birdsong, As per our conference call yesterday with the Engineer, and our control panel Engineer we have updated our previous proposal to add the necessary PLC components, and processors as requested by the Engineer, that were not included in our initial bidS Our offering includes the following: (11 only- Control Panel 1-LCP-7 to operate Screenings Conveyor No. 1 -AU -1, its components, and (6) motorized slide gates Panel to be rated NEMA 1, approximately 48 x 36. Previous Total Lump Sum Each: 17 480.00 Adder for PLC Upgrade Each: $9,298.00 (nine thousand, two hundred ninety -eighty) 1 only- Control Panel 19-LCP-3 to operate Sludge Conveyor Nos. 19 -AU -1 and 19 -AU -2, their components, and (8) motorized slide gates. Panel to be rated NEMA 4X stainless steel, approximately 60 x 36 Previous Total Lump Sum Each: 26 455.00 Adder for PLC Upgrade Each: $8,540.00 (eight thousand, five hundred forty) Total Add for PLC Upgrades: $17,838.00 (seventeen thousand, eight hundred thirty-eight) By adding the PLC components requested by the Engineer we were able to remove other components previously provided in the panels. However the panel sizes have increased to allow for the new devices As stated in our previous proposal each panel will include: circuit breaker disconnects, NEMA rated motor Specialists in Conveyor Systems 19992 Ferret St NW • Elk River, MN 55330 -ph: 763-712-1322 • fax: 763-712-1324 www.keystoneconveyor.com KEYSTONE CONVEYOR CORPORATION starters, control circuit transformer, necessary fusing, shock relays, power supply, Ethernet adapter, etc , necessary relays and timers, terminal strip, necessary heavy duty oil -tile indicating lights, push buttons and selector switches, engraved legends, engineered approval drawings, assembly and testing, and UL label In addition to the components listed above, and the reason for this request for change order, each panel will include: Square D' Premium series PLC System with necessary CPU, power supply, chassis and discrete I/O modules. Our offering also includes the necessary labor to engineer and program the units, but does not include programming of HMI It is our understanding that based on our discussion yesterday that the components offered herein are required for the proper function of the equipment, and will meet the Engineer's requirements. General Notes: 1 ) Submittal data and operations/maintenance manuals are included in our offering. 2.) Field service is included and will coincide with the mechanical equipment start-up 3.) Not Included/By Others: - Taxes, permits and bonding. - Unloading and storage. - Installation, mechanical and electrical - Paint and painting. - Controls, disconnects and motor starters - Lightning Control - Conduit and field wiring. - Programming of HMI - Field disconnects 4.) Delivery :. ............. ... Revised Drawings: 1 to 2 weeks after order acceptance. Control Panels: With mechanical equipment delivery 5.) Terms of Payment:...... .. To match existing purchase order. 6) Freight: . .................. Prepaid and allowed with mechanical equipment Again we appreciate the opportunity to provide this revised proposal and ask that you do not hesitate to call our representative, or our office, with any questions or comments. Best regards, Keystone Conveyor Rich Larson Cc. Eco-Tech, Inc. — Dan Carter Ht'r. 1 /09/ i1:j4VNI upper No. 8402 P. 1 BRASFIaD i GORRIE CINIRAL CONTRACTORS March 30, 2007 Lane Crider McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Re: Proposed Force Main Additions - Revised Westside WWTP Dear Lane: In accordance with your request, Brasfield & Gorrie, LLC has assembled estimate pricing reflecting the additional piping, magmeters, valves, gates, and concrete at the influent metering structure and inlet facilities on the above referenced project. A detailed cost break down is attached for your review. Brasfield & Gorrie, LLC will provide the necessary labor, material, tools, equipment and supervision required to install 36" ductile iron header and associated piping from the existing inlet facilities to a point just outside the property line fence as shown on your sketch for an estimated cost of $231,245.00. A written response with your approval will be required prior to commencement. If you have any questions or comments regarding this matter, please feel free to contact me at 205.714- 1456. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc; 1.01 2,04-Infuent Piping BRASFIELD AND 60RRIE, LLD sots 7TH Avenue South Buminelum, AhhSRmA 3533) r:eo5.sa8.y000 e: zesx3r.t See W Bru6eldGorrie.com Apr. H. LUUI IY:15YM Upper SRASFIELD & QORRIE, LLC No. 4U1 V. 2 Pricing Work DIrectivo k_ Now Influent Lines To,. Wntsida W WrP rayettavtlle, Arkansas ® • ..ID��I� : =R rater rr n �JFk ® .' t WlT�.l •' . :., -III- ©� �i IIII ii I L. Y.E 11•• IIIIIIIIIIIII. .111 1.. ., .-...1. rl .• 1 :1 rl :x• •1.•111 IIIIIIIIIIIII� E. 1...1 "F, •r. E .1. 1%. 1.1 Illxlrl>.� llll- IIIII_�.1 11� C�T 1111111 .111 .11. •. 11. :TI11. • •1 '..r •:• .11. .••k:•.. � E 1., .. 11 •1 •.. E 1... rl • „• :, T. :1. IIII��IIIIIIIIIIIIIIIII, -1 ., .11 1!E! `a :.c. IIIIIIIIIIIIIIIII,_Illllllllll- II •19a1.�t1FBli1 tin ., 1. :1i . i.. •. -:. . 1. rl i. e• IIIIIIIIIIIII_ 3IITJ. :11. 1!E • .. J. 1• _ •1 .. am • .. .. - 1 IIIIIIIII_II__ 1 1. 1 .• 1 •. . ... �.W�LJ:• 1. MET?I i1 .. 1. '• 1 •. �. III OEIB1 .1 •• a' �$}[.w••�� MU ' ..1 :. �.x..y7Ir� t is • • .1 .. 111r IIIIIIIII_I_� •• 1. Y 1. IIIIIIIIIIII��.1 •1... 1 .. • i 1•J III 49 fl IIIIIIIIIIII- �T`iWs :.1 ai .. 1 1 F'a3E :1 t� • 11 1 .. nh1ll�LS�TZ. ,. Z�T� IIIIIIIIIIIIIq 12E!a 1E arna . . CJ 11fj' • _.l�F_-III�IIIIIyIII�IJ-� 1 1 • -... ,x11, IIIII_�•I Y 1. •{•T•�E.1 .1 IIIIIIIIIIII� I':✓itLIl+.a 1 t� 1 .• •I lr �rs IIIIIIIIIIIIIIIIII,• Ilb { .. ::1. : 1• .•. Siil? ZIEa �ELLlL�9i� awrE':�t�'e>•E:3,3�s'r.�cia>•� •.., IIIIIIIIIIIIII��_ .1 :. '• ,. I� -• .. .. .. -1 .1 - ... �d1'I'1I,. .1 .1 1 1 S11JGyal 1• 1Y W;t�I flJflPI3a _III- •:1 • _ ...*1 I.• .. •, •gin n p 1. I I. LVUI I L• J I I n V1 V CI IVU. 'JuiIL t. j N m V A N .Qi Ni� N ryA rO��OD R��i00 o a N S r NNMs � A �y ' r b4 » w M W _1 ttc pp p� Ip pp pQ 4477 pp '-I .yi m LLi JM� Pc31 rW Vl f9 f9�M �1 9f9 `T O• fA M» , N Ss p. aQQi mNr- �a3 f9 f9 f� (In � _f9 —NfgfA tli» » Ml Wf9 Vi Yl fA»N~ LL M U U U U U 8 p 8 pp 888 OQ (888888 O O p 888 80000 $, a s a d 6 a 4 aa�UUa_ aaaa0. a aaaaa4 aUUa_6 UUU_a Q Q Q 6 Q 6 Q¢< 4 6 G Q¢ G C Q Q S¢ 4¢¢ 6 Q 6 Q y = a a a a a aaa wK CL M ava�aa a ava�va�aaaa lwlw Zr v r a r rrr ov • r r 0 r a r r r r r a r r r .- 1- r V 7 eov�� a a N gi N ? F N 3 a J 3 t N M J Q cQ x x o Ya ! d yo. t oro t D rw U) 3 T r Ln N H N Q+�hd r a'OQ .-Npp b1 W Sl pjN ash Qi W In a x e tt y x �}2. lV U� V %cV(� rUr x� x x mar rr U N �a it N �N M ^•p r U 7 t N pa Q . N N • d 0 8(y 0 0 �c� amp LL zu(7.A~ywj�j'"iW �tNDV1O ai vi yTi J r r J m w zz W U 7 J M z J t O O o 5 o r r oJO� w O m J C%r UN a W W z z w U mw wad. wU W OU rr a:M wW zaLLEG?0E-L 0. 2. a_waoaUatjmo a w LLww aILIL S$u�lww3`� mmm 0 6y� .pp3J awa a w Nal� W U�(�� OJ7 iiSw 1 Nd�aarr W Qtlt p�� K LL t] W= apLLrLLr() w m J� 0 LL LLOLL W 04[Y mmv '� 00 f0 o. ' `5 ' .a�LL 1 LLrly,I LL rrr r 0 U '� U. yecpp U. x X gLLJLL x JLLa0.LLLL XU. x X J tYK a' c'7 m m to ee�pp �cp Q. a.. c .... c. c. LL LL LL x x M M M Mf7V rrrr()r rrrrrrrr rtoQ164 me we z0 ¢+L r N r r r �j N m N N N N N r r `�., r M r r M r r r N N r N N N 0 N �7 a N mr`�p p� OrNMdIn Ot t, o U) 0 0 0 0 6 opp O rN M'dNW �cc0) 7 M H rrr rrr rrrr N NNNNNCV N N a m a m yN a 4n« a9 ?35m Upper R Jg F. .1 • : R | gocroo }§§kkOR ! I-. kj}kkk2 oo gmnre; Skk !!� � " J 2)222 � 222kk2 2 ( i}!v!� So §�$m,o, ) fl 2 3 a $ � \ NI ! [ hpr• ii. LuvI IL:57rrvi Marcum, Tom upper No. 5402 P. i From: Birdsong, Kasey Sent; Thursday, March 29, 2007 1:59 PM To: Marcum, Tom Subject: 36" wall sleeve Tom the 36' wall sleeve cost us $2391.19 Kasey Birdsong Brasfield & Gorrie, LLC Westslde WWTP ph: 205-714-1542 Fax: 205-714-1652 np I• II. (VV/ 1 L.JUI1I V p U e IYo. OgIIL 1'r. IIHL Birdsong, Kasey From: Billy Owens [bowensftfco.com] Sent: Friday, March 16, 2007 9:06 AM To: Birdsong, Kasey Subject: RE: Westslde WWTP Price for this would $832.00 Bill E. Owens Thompson Fabricating 1411 Commerce Place Tarrant, AL, 35217 Pho: 205-503-5832 (Direct Line) Fax: 205-841-0822 -----Original Message ----- From: Birdsong, Kasey[malfo:KBlydsong@BrasfieldGorrle.com] Sent: Thursday, March 15, 2007 4:47 PM To: Billy Owens Subject: RE: Westslde WWTP Bill, Please see the attached drawing. The additional 10 feet of public handrail that I had you quote for me back in October has now changed to 17.36 feat. Please take a look at the drawing and provide me with pricing. Thanks in advance for your help Kasey Birdsong Brasfield & Gorrie, LLC Westside WWTP ph: 205-714-1542 Fax: 205-714-1652 From: Billy Owens [mallto:bowens@tfco.com] Sent: Monday, October 16, 2006 7:09 AM To: Birdsong, Kasey Subject: Westslde If an additional 10 RIF of level handrail Is added to our bid item 37 (Structure 26) it would add $364,00 to our purchase order amount. Please let us know in writing if we are to proceed with this extra. Sincerely, Bill E. Owens 3/26/2007 nVI I I. LVVI IL: )U rIYI upper IVo, tl4U[ r. I) From: Jeri Tzimenatos Utzimenatos©eco-tech,net] Sent: Friday, March 02, 2007 3:20 PM To: Birdsong, Kesey Subject: RE: Pricing Please see pricing below; I am assuming that the 4" & 6" MJ valves have buried service 2" nut operator. 6" MJ Plug Valve $643..00 each 4" MJ Plug Valve $437.00 each 18" MJ Plug Valve $3846.00 each -----Original Message ----- From: Birdsong, Kasey [mailto:KBirdsong@BrasfieldGorrie,com] Sent: Friday, March 02, 2007 4:08 PM To: jtzimenatos@eco-tech.net Subject: RE: Pricing Mj. Sorry I should have specified. -----Original Message ----- From: Jeri Tzimenatos [mailto:jtzirnenatos@eco-tech,netJ Sent: Friday, March 02, 2007 3:07 PM To: Birdsong, Kasey Subject: RE: Pricing do you need the 4 & 6" to be MJ or flanged? -----Original Message ----- From: Birdsong, Kasey [mailto:KBirdsong@BrasfieldGorrie.com] Sent: Friday, March 02, 2007 3:50 PM To: Jeri Tzimenatos Subject: FW: Pricing Jeri, Can you please price the material below? Thanks, Kasey ---Original Message ----- From: Birdsong, Kasey Sent; Friday., February 16, 2007 9:28 AM To: 'Jeri Tzimenatos' Subject: RE: Pricing Jeri I need you to quote me (2) 6" plug valves and (1) 4" plug valve. Is the price still good for the 18" plug valve? Thanks, Kasey 1 nPI. II. L'JV I IL: J)NYI V[IpeI MAGNOLIA STEEL COMPANY, INC. Phone (601) 693-4301 P.O. Box 5007 Fax (601) 693-6224 Meridian, MS 39302 E -Mail ® Janis_boatner@magnoliasteel.com March 27, 2007 NOTE: THIS QUOTATION MUSJ BE ACCEPTED IN WRITING WITHIN 10 DAYS Attention: Brasfield & Gorrle Inc. Fax Number (205) 251-1304 Reference: Westside WTP Fayetteville, AR Magnolia Contract (05-796XT) Pricing For lufluent Metering Structure Magnolia Release #MP12 2.1 Tons Reber ................... 2,013.00 1) QUOTATION MUST BE ACCEPTED 1tONRITING WITHIN 10 DAYS 2) ADDITIONAL $30.00 PER TON WILL BE ADDED Ek )I MONTH, 3) MUST DELIVER WITH -IN THIRTY (30) DAYS OF SIGNATURE 4) INVOICES MUST BE PAID WITHIN 30 DAYS OR ADDITIONAL SHIPMENTS CAN NOT BE MADE This Material Will Be Billed as an Extra to the Contract. In Order to ExpediteDellvery, Please Sign and Return as Soon as Possible. PLEASE SIGN ACKNOWLEDGMENT AND RETURN BY FAX Your signature signifies that you are accepting responsibility for payment of the material listed above In accordance with our terms. SIGNATURE: Note: Fabrication Will Not Commence, Until Receipt of Authorized Signature. Thank You, Janis Boatner Contract Manager i90 -d I00/I00'd 191-1 VZi9E99103+ BN3 1331.9 0un-noad KY10:60 U1-Lt- nP I. I I. CV(JI IL; )L ASFUPPeI& GORRIE GENERAL CONTRACTORS, INC. Iva �4UC t. 14 PROJECT '�F�SCQE•�' FLOOR AREA LOCATION 1TIE5Tsxot bftM 1 f UNIT COST ARCHITECT ENGINEER SUMMARY BY DESCRIPTION PRICED TEM DESCRIPTION OFWOAX I OUANTITY UNITj UNI Materiel • Ikll — II EOUDNTBORWARD_I •Y 1 l ... fI • ... _. 1115. _ 1L,.ca.. (251z� . _a 11,E --L_- _. -..------- _/ �51ZC� fl t nZ_ - ESTIMATE NO, SHEET NO. DATE 15 O CHECKED �121e0 Coal LaEPr Cost StBla II . TOTAL •• - T -I_ ,l. II 11 • �. I �1 1 .'II •1 i T:LrJi.TL1 1.ij I I ; YT1T' 1 '. I _ Il �a II � ! ---.III A-I-. ti' Ii I _ I , I I II -4 it ._III�� I ! ' I I i _t .. ft �. I I I LT I 1 II II t � I ;i__ I �f _i I ft Ii � l �I__ • ! .. _' { III I I I ; 1 ' I If1Lr I _ l tI r;1 1 .-Hi ,�.._ f 1 i I - Ii +- t t {- 1 -i it I I I� I HI llr , 1 „- t r r - ( i ` I 1.i 4. � iIL4!-11i I'I.� I 1 -- I •.4k.1..NLL tH'Hi: '4 IC ;L 7 I, li I I.I rl,. � 1 I II _ I HL'iI II I I: _I_11� jr-�_�. � tITIIJTLT I I tt1T1H II --_...._ 'I _ — — 1 f I i_ �I 1- .I .. ........... I 11 I j I ' E._ ifit� II It iii 1 �ii, -- I I TOTAL ... _ _..-. ..... __ J __-. 1 1 ; fipr. ii. LUui IL:ibrm upper Bauplan Instrument Corporation P. O. Box 470583 Tulsa, OK 74147-0583 (918) 254-2424 FAX (918) 254-1966 To: Brasfield & Gorric Attn: Kasey Birdsong 729 South 30th Street Birmingham, 35233 Fax No. 205.714-1652 No. 6401 N. '2/ QUOTATION• No. 8624 Please Indicate Above Number When Ordering Quote Date Salesperson 2/14/2007 DAN Inquiry Date Inquiry No 2/14/2007 Est. Ship Date 12-14 weeks PRO Ship Via Standard Truck F. 0. B Tulsa, OK Terms Net 30 Item Nol Oty I Model No Description Unit, $ I Extended, $ A z erj in"atit3magmeter B 2 EA Remote Transmitters for Maometers C 2 HR Field Installation Verification and setup 65.00 130.00 Total $: 23,018.00 WE ARE PISASEDTO SUAr4n THE ABOVE QUOrnnON FTM YOUR CONSm8MTION, SHOULD YOU PLACE AN ORDE& PLEASE BE ASSURED IT Wpl RECEN5 OUR PROMf ATTCVnON. THIS QUOTATION IS VAL[D FOR )0 DAYS. T anFrrRrrla 5ValaCTTO CHANGE 4TINOVr NOTICE Page 1 of 1 -, Ab r. I i. 2007 1: 23FM N°7961 October 11, 2006 Murray Taylor Brasfield & Gorrie 729 South 30'" Street Birmingham, AL 35233 Reference: Fayetteville Westside WWfP Phone: 205-714-1456 FAX: 205-714-1652 Subject: Force Main Flow Meters Electrical Addition Color Revision Murray, We are providing pricing for the electrical work associated with the addition of the two force main flow meters in structure #26, Metering Structure. Our pricing Is based on locating the two new flow transmitters adjacent to the flow transmitters (FIT -0410 & FIT -041 1) currently required. The signal wiring will be routed to Structure #4 and the power wiring to Structure #22, which is the same locations as FIT -04101411. Wiring will be routed in spare conduits or spare capacity in existing conduits where feasible. The price for this work Is an increase of $4,428.00 to our contract amount. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, ARIA % &/5"ra'8Mt Richard Morrison 199 Fantlnel Drive - springdale, AR 72762 - 479.361.8833 - fax 479.381-9835 Abr.11. 2007 1:23PM N°796i OIL CAPITAL ELECTRIC Fayetteville Westslde WWTP Date: 10/11/06 Job No: 06-30-5003 Force Main Flow Meter Electrical Additions Description Value Material $1,531.71 Labor $2,273.04 WE $189.42 Sub -Total $3,994.17 Markup 10.00°� $399.42 Subcontracts $0,00 Subcontract Mark-up $0.00 Sub -Total $4 393.58 Bond $35.15 Total $4,428.73 ITEM NO- ITEM NAME 9UANTITY 1 3/4 x 1/2 re21 2 2 1/2 st conduit of 12 3 3/4 vc 40 - trench 60 4 1 vc 40 - trench 20 5 11/2 vc 40 - trench 10 6 3/4 pvc female term 8 7 3/4pbgrc 30 8 3/4pbgrc�lbow 4 9 3/4 b c l 8 10 3/4 b t 27 4 11 3/4 b c 27 2 12 - 1/2 b st corm str 6 13 1/2 b st conn 90 2 14 12 thwn cu str 1160 15 TSP control cable 1100 16 12 control termination 8 17 4/0 tinned bare cu 80 18 4/0 ground conn 8 199 Fantinel Drive - Springdale, AR 72762 - 479-361.8833 - fax 479-361-9835 David Jurgens Submitted By of a construction contract City of Fayetteville Staff Review Form City Council Agenda Items or Contracts N/A- Mayor'sApproval City Council Meeting Date WW System Improvement Project Division Action w/.5 gpq /07 -Co3 &a5fi-t /d E (grit/ L(,C CO3 Water and Wastewater Department an $404,074.85, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, Subproject WP -3 $404,074.85 Cost of this request 4480-9480-5315.00 Account Number 02133-0304 Project Number Budgeted Item City $ 2,400,000.00 Category/Project contingency $ Funds Used to Date $ 2,400,000.00 Remaining Balance Budget Adjustment Attached J Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 208-05 C 6 Date Original Contract Date: 10120/2005 I in Original Contract Number: 1014 (Zot7 L?CQ Q _ LL S1067 67 Finance and Internal Service Director Date Mayor FF1 Received in City erSROED' EN ffice Received in Mayor's OE /D City Council Meeting of N/A- Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director innq 2 Date: 7 August 2007 V IjJ� Subject: Approval of a construction contract Change Order umber 3 with Brasfield & Gorrie, LLC., for an additional cost of $404,074.85, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3 RECOMMENDATION Staff recommends approval of a construction contract Change Order Number 3 with Brasfield & Gorrie, LLC., for an additional cost of $404,074.85, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WS1P Subproject WP -3. BACKGROUND Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment Plant (WWTP) in October, 2005. Work is over 66% complete, and is on track to meet the substantial completion date of May, 2008. Almost all structural elements have already been installed. DISCUSSION This Change Order rectifies several items identified during the fourteen months of construction. The larger items involve (1) additional structural fill required to meet structural subgrade requirements, (2) modifications to the concrete sealing and coating process creating a better quality and longer lasting concrete finish on selected surfaces, (3) the additional depth required for caissons in order to meet structural requirements, (4) upgrading piping materials in the chemical building to a more chemical resistant pipe material, and (5) several other miscellaneous minor adjustments. All changes are detailed on the first page behind the change order. Several of these items were identified in Change Orders # I and 2 as needing further investigation before the change order could be developed. There accumulated savings in sales tax has now been offset with this change order. There are no other WWTP changes outstanding at this time. There is one additional item, drilling a well for testing water (as opposed to using City water), that is being evaluated. Preliminary evaluation indicates that drilling a well on site will create a significant savings over using public water. The well will also provide additional value for providing functionally free water to the wetlands as needed. More details on this issue will be presented in Change Order # 4. McGoodwin, Williams, and Yates staff has reviewed and concur with the items in this change order. The West Side WWTP renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. BUDGETIM.PACT This change order uses $404,074.85 of the approved $2,400,000 contingency, but creates no change in the contract time. A balance of $1,995,925.15 will remain in the approved project contingency after this change order. wP-3 Brasfield Change Order No 3 CC Memo Aug07 CHANGE ORDER Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 3 Date of Issuance: August 8, 2007 To CONTRACTOR: Brasfield & Gorrie, LLC ORDINANCE NO,. I RESOLUTION NO: The Contract is changed as follows: EFFECTIVE The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. The original Contract Price was.......................................................................................................... $ 59,994,710.00 Net change by previously authorized Change Orders ..............................._.._................_._..._......... $ 0.00 The Contract Price prior to this Change Order was............:_.........i.........._....................................... $ 59,994,710.00 The Contract Price will be (® increased) (Cl decreased) (O unchanged) by ....................................$ 404,074.85 The new Contract Price including this Change Order will be............................................................$ 60,398,784.85 The Contract Times will be (Q increased) (D decreased) (0 unchanged) by ................................... ( O ) days Required date of Substantial Completion as of the date of this Change Order therefore is ................May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Brasfield & Gorrie. LLC CONTRACTOR 3si BY DATE McG odwin, Williams and Yates, Inc. ENG R BY DATE I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable. and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. Distribution: ❑ Owner (4) O Contractor Cl Engineer 00940 Change Order 00940-1 FAYETTEVILLE THE CITY Of FAYETTEVRLF. ARKANSAS CHANGE ORDER Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 3 Date of Issuance: August 8, 2007 To CONTRACTOR. Brasfield & Gorrie, LLC The Contract is changed as follows: ORDINANCE NO: I RESOLUTION NO: EFFECTIVE The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. The original Contract Price was.......................................................................................................... $ 59,994,710.00 Net change by previously authorized Change Orders........................................:................................ $ 0.00 The Contract Price prior to this Change Order was............................................................................ $ 59,994,710.00 The Contract Price will be (i;3 increased) (O decreased) (f7 unchanged) by ..................................... $ 404,074.85 The new Contract Price including this Change Order will be.............................................................$ 60,398,784.85 The Contract Times will be (0 increased) (O decreased) (® unchanged) by...................................(0) days Required date of Substantial Completion as of the date of this Change Order therefore is ................ May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Brasfield & Gorrie. LLC CONTRACTOR BY DATE McGoodwin. Williams and Yates, Inc..( ENGINj)ER ^�Q e! /w, BY // C l' DATE Tf!/ I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. Distribution: O Owner (4) ❑ Contractor O Engineer WESTSIOE WWIP - CHANGE ORDER SUMMARY CONTRACT WD -3 Description Increase Contract Amount Decrease Contract Value Engineering Sales Tax and Fuel Savings ($728268.00) CHANGE ORDER #1 Work Directive #1 12" x 8" Tee and Valve Setting - Broyles Rd Waterline $12830.00 Work Directive #2 12" Waterline Aditions $5697.00 Addition of 4 Wire Feed at Structures 7,10,24 and 25 $15,949.00 Change Conduit Material from PVC Coated rigid to Aluminum Rigid 235.00 Work Directive #5 Fitter Outlet Changes Welded Outlets in lieu of Tee's ($29,199.00) Change Clarifier Center Well Design UV Channel Modifications WD #7 $1689.00 Inlet Facility Electrical Room Modifications $86,117.00 Gas Une Crossing 19 521.00 Jobsite Utility Vehicals $28,833.00 Over Excavate and Backfill with #7 Stone $206,572.00 Control Panels 1-LCP-7 & 19-LCP-3 $47999.00 Influent Pipelines WITHDRAW $225,312 .$0.00 Aerial Photo's $5,000.00 Exterior tight Fixture Colors Rejected Combine 16 - MCC 1 & 2 $0.00 Additional Floor Boxes (RFI #64) $2,625.00 RFP #2 Deletion of HMI Programming from Bauman's Scope (OMI to Perform) ($17,100.00) RFP #3 Duplication of PLC 24.& 25 I/O's and Relocate Oxy Gen System 172.00 Conduit Revisions Between Structures # 24 & #25 to Aerators 2543.00 Additional Waterstop at Clarifiers $15401.00 Structure#17 Door Modifications $541.00 CHANGE ORDER #2' . Work Directive #9 Door Swing and add 2 Skylights Bldg #23 $1366.00 Work Directive #10 Building #23 Overhead Door Size Change 297.00 Keystone Conveyor Control Panels $19488.00 Additional Sales Tax $0.00 Influent Pipelines REVISED $231,245.00 CHANGE ORDER #3 Concrete Thoroseal $145,113.00 Additional Caisson Depth $22,425.00 Additional Berm Material $5,136.00 Work Directive #12 Post Aeration Changes $2,378.00 Yard Piping Changes U4 & U5 $8,719.00 Work Directive #13 Blosolids Processing Building 254.00 Additional Point Loads Submittal 002-13125-0 Structure 17 $3769.00 Contract Drawing Clarification 10 $2,295.00 Change Pipeline YP12 to C-900 ($11,329.00) Additional Import Structural Fill (Contract Unit Price $193,831.00 Structure 16 Chemical Feed Building Piping Material Change $14,901.00 Transfer Switch Pad & Conduit for Power Secure $3,906.00 Photo Cells and Photo Cell Termination $9,315.00 Work Directive #14 - Change Blower Piping to Galvanized $621.00 CDC #17 -Additional Structural Lintel $3,774.00 RFI #94 - EpoxyAnchors $5,813.00 Spacing of Bar Screen $2,322.00 TOTALS $1,128,119.00 $748,706.00 $84,763.00) OAOIetl elmtraa 0n u Bleeoe Total eemreet Best Change NBW TetaI eeBU8el00tU EXCee11 Piles $59.09t71e0e $819413.00 860890.18405 0 o a o O o o O o 0 0 0 0 0 0 0 0 0 0 0103 o o 6 6900 N 696 tO 69 69 69 69 69 69t9 d)M(A 69 Wf9 fA Y3 f9 l9 f9 i(l f9 CO r 69 69 r 60 0 W r O P O c? to S 0 O c w w 0 0 0 0[ 0 N J O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e e o e N 0 0 0 O O O p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q 00000000000000000000000000 N O O U fA fA f9 f9 69 69 f9 to f» t9 6A M t9 vi f9 b+6969696&6969696949 or" O a O mi a j S 000000000000000000000000000 to 6900 fR F969OfAtA f9 N9 £9Mt9 to e9 �fA f9 eq bi FR to to to tg N .co_ U oC 0 a 7 VI f9 CO (9 N y y Lm Q c m U a6 m W m v< - E Q 60 o 69 O p r C Q m m m m > > > O a y O n F 000000000000000000000000000 v)r9 fA0 6969 X69 wb'1 w.n e9 v)e9wf9M esM 6i 6i 6i F9 eR 63 O d m � w F M C5 0 V N 0 C J. a O0 a • m --C ~ I.. Q 000000000000000000000000000 ss t9w�9vfE»vr w enwwwF9wwvi yr f»e'vi f»w`9 O «s w .S LL S ❑ C m m w LL N VN. C) U h N£2 } O 00 Fa O O 6A m r r +h C C) z o d E m o U % E N L_ % Q o I- C m = a C m 2 I- D m m a c rs Q N 5 W % -- •' +i su<z zf v jut. f xlv n1L iuulil rAlrvlllvm IWJ018/024 n _ MID -SOUTH PAINTING OF FORT SMITH, INC. 1220 NORTH 32T7D • FORT SMITH, AR 72904 • TERRY REESE • (479)783-0353. FAX @79) 782=7416 • e-mail wet.aint:i;:cos-int`Ct cofll PROPOSAL FORM August 15, 2006 Job Name: PAYETTFVILLE WASTE WATER SCOPE OF WORK PRICE BASED ON 180,000 sf OF SURFACE We would propose to provide all labor, materials, equipment and expendables to 1) FOWERWASH CONCRE7E (Water -to be supplied by Contractor) 2) A,PPLYONEFINI,SHCO4TPerManuractuelnsnucrrons(7NOROC'OAT FINE) We would propose to complete the improvements noted above for the total consideration of ESTIMATED JOB COSTS 140,400.00 Price Breakdown 1) LABOR/EQUIPMENT PER .SQUARE FOOT .56 CENTS 2) MATERIAL. PER SQUARE FOO1.22 CENTS plus tax Exclude 1) Caulking 2) Rubbing or Patching Warranty See Manufacture's Warranty Sincerely Terry Reese Z8 1-grjnAr: T S -'�.♦o. ee ♦nq :ae SQL 141u SIV JuultAIN11N6 IPJ004/024 1 ) OF S Mid -South Painting of Fort Smith, Inc P. Boa 1333, Fort Smith, Ar 72902 Phone 479-783-0353 * Fax 479.782-7416 k_k_-?I;:gr.nel rNlq'«CU\inl2!(fCt.fll Request for Change Order February 26, 2007 To: Brasfield & Gone, L.C.C. Aim: Renee' Stancil Job Name: Westside W W TP Fax: 205714-1652 �?egt s7TorChmrreOrder!100) Added CO 20 100704 Endorsement $1,050.00 Added CO 20 37 07 04 Endorsement Added increase per occurrence on Excess Umbrella Liability to 2,000,000..00 The additional requested insurance was not figured in our original quote: 4 TOTAL $1,050.00 Call me ifyou have any questions_ Thanks for your consideration of this .lob. Terry Reese - President • ASFIELo ( GORRME GENERAL CONTRACTORS March .30, 2007 McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Attn: Lane Crider Re: Caisson Depth Adjustments Westside Wastewater Treatment Plant Dear Mr. Crider: In accordance with directions received from Grubbs, Hoskyn, and Wyatt Brasfield & Gorrie, LLC incurred additional cost for caisson installation on the above referenced project. Brasfield & Gorrie, LLC was instructed to install caissons to a depth greater than the 4' required by the contract documents. Attached please find a detailed cost breakdown for your review and approval Please add an additional $18,222..00 to the next change order to reflect this additional work. later than April 6, 2007. If you have any questions or comment regarding this matter, please feel free to call me at 205-714-1456.. Sincerely, Brasfield & Gorrie, LLC Thomas Marcum Senior Project Manager Cc: 2.04 -Additional Caisson Depth 1..01 (transmittal only) BRASFIELD AND G0RRIE, LLC PAT 7TH Avenue South Birmingham, Alabama 35135 R, aO5 3=84000 R: ao5.15a.x3o4' trBrasfeldGorrie corn -- O N V N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O OM fRmW��69 Vi�fli fA �fi fA fR fA b3 fA fA f9 fAW Wt9 Yl b9 fAN f9 t9N MO N m q o 0 o e O O 00 O N U r 0) o c N O N ? h N h 14 6 N V N Y O S m m U x m U, 10 M o N ai o ~ v 00 N a M In d L O p J N U CO d N O 000000000000000000000000000 Jt9(AfN di NTfR 43 Yi Hl f9 t9 t9 f9 tl9 tR eA fA b3 f9 f9 tq b9 f9 d369 H3 di W Q J J,•; J W I- qq -I N O N tiCD W N a 0 4i O. rfltLL m 0 ❑ T W C ro LL U 0 D_ N fL V - w N m p �; G m •Q c =C=C CC U C v D N m y m O m o O N • m` N`, m ``2 , E E E E �Q m m m m O C ooiow U m m m m N W F Y '.0 ��8�88� tl mm 088888888888 m b tlmmu00m00mm mm S8888888888888S88S tlVV mmmmmLL. V.mmmm00mmb .•a P CyyC.� -3-vNS-, c N88S8 o((w� n:N'�ieV t�t��v�v is rv.Nl :(Nftammm ppN6 ���VV �Ca{3{vv �eCvi {Sr (�(11 ��vn (r ervTi v��Y1 pv1CFi.-,- oT m eCimm (o(w� G�ovv ��r�vv ((r� {{����Ntvvtn cr a ���nnaCC er ,ccc -CC d did l3 aT ld ld :dm m�6 3r3 o��m33�3mo3mo�umoi 68O3 dBOdO060df —1 d..f! r r r r l f r ! f --- ! a $ X' U Y O EEL� S b P(O(Opp pOpO O 1ObOp .R S S S mT0000 OO O0mmuOmmmm 9 8 S 8 8 8 8 8 S 8 S 8 8 WV 8 S 000 S S 8 S b0 g pO pO may a� S S S O O O S S S S S S S S 00000 S c a i�'t�'twryry �\`CCCt5MU ffON (v r�diCtl�9P. m v1 ZWpw CNNrvCCCCCC wwmmmm mo:3Cna ivCCCCCCC�'�"L�'I�C� is mmC CC ?NNvC C C C C C CC m d :B :Bdos LwC� LLA�Cy� C Cf��'@!! '°'Y3`m umm�2 `m3 o3�H0000000 C us bm:dm mrd :om33:33�o � f ! 9'V cE 00000000000000000009000000000000 00000000000000000000000000 nb U:4 m'- aaaaaaaaa¢¢a¢¢¢¢¢aa¢a¢¢¢a¢a¢aaaa ¢a¢aaa¢aaaaaaa¢aaaaaaa¢aaa d<o 33zz'z zzzzzz33z z z`222 z222zzzzzzzz3 zzzz3z'zzzzzz zz'z z z'zzz3z3'zz3 OOOOOOOOOOO z 000000000000000 wwOww 00000000000DOwNN00000 i$, _ ZzzzZ22ZZZzzz zyZZZZZ22Z22222Z22 wwz zzzzZZZZZZzzzY ZZZ2 ]]0. Jam„ � mnrFWnpe00Fldnd�-O�-O NCIOOIrrmOVmNmm OlmmOmNmN1-n Of�OlOmWmrNf pmwNm dyp<OVV«Y<Ca«pVYPppPdPPVPPpY�< OYdP1(Iddp'pPOYplNdypvNYI Y{VNOOVf Yzs nr yY[ d N r O p N f fl'C n 0C4 M P g m N N Or- NM IO Iy - O N C O 01 N p O W 04r W! .C%4 0100 m N N O N 00? r m v1 N N O 1 mmluimeid mlcemaiurom:umoi ru �c lod rummmWmmmmw NrifvNd aia do driNiai N NNNNaVNNNNNNNNNIV N (VN NN N �a{ 1:�yR e.- r I�M1AnhFAnn nI�fM1ArrhArrrl�l�l�r1�/�nl�nnn NNNNNNNNNNNNNNNNN6NNmdNNNd ' V f1l11l1ltln NIV tV N m�af���lJ{fn N N fm'I lmV n ry �-��f N N N f(1n-��-�-f N N N R tnI 1�r-lr N N lff�f N N N R N ff N N OO v v OO v OO v OO v OO v OOO p v OO p OO p OO p OOGC p p p OO v OO p O06evvcOO p p v v 0 P CGO P d p r f {V N tNV N N N N N H N N NIV r r r r r r r r N f r! r r r r r r r r r r!! e �- !! r.! T- V- •1` 4 ♦4 J. O 0 A N W N tl p O W N w m w q!! N w n m F 0 0! N m r d N O p N r f N(YN O CI N d, Y.1', .p CINNMIfV IV IVN�NNNNNNgNNNNryN NNNfryNCN[V a IV Ci CiNmnCjnNngmmNNNNNggN £y ('INN !! rr r! r! N N V NN r!! N N r N e f! N r N f N r N f N f N N r r N r N r! rr!\`fr ry N NN V r! ('10101 r! N N N f! N P N !r N4 ! r N r!!!!! f N N r N N N N r N f! N r r N N ! N f!!!! N NN f N N N N f! N N !! N N r OC �J 0' mi , O N p tY m m O n O V lQ g n m d q ry N r e N W W N m M1 m A W n m,n N m l? p m_ n n N p m n O N O N N V O m N C O N Ihr:nrm m1�0Nbrrhl�I�M1nrl�l`rM1On(O N10NnamO M1nrM1nANbrFrnlM1 0m66U3NN�r�N�m �� N N N N N N N N N N' (V N r N N N N N N N N fl N N N N N N N N IrY N N N N N N N N N N N r N N N r N N N N N N N N N Y . F r!! r! r f r r f ! f r r! V ! r! r r r r ! ! iP rrmNgrr(COn1OgnN1�11C��1M1 M11�rr1rn r1CN11 NNNNNmua Y�UIN NUYYI V1 N:n Ul oVf Uf1 V1N U1NmNNm N noon NNCjNN(�'NIV NNNIN`IINV tCN�1 CWlr 1�J00lf N N N N N N [VNNNNNIV tVNNNNIV NNNN NNd`I tPV NP'1NtvNNryCI N tvU'NtpVNNNIpMNpNNa •0 L. r r r f r! r r r r r! f f r r r r! r r r r !' r r f r! V r! ! ! f!!! f r f r! r! r f r r xo, t'u $$mW+,$oo9e�8Qm88m$RS98:.$88888rn 00000000000000000000000,-00 m c ej� o c a R N Ndo N N W6.= N R 6d N d N mmmi mm N mmmp N N N r N ein eq N rntlA N N mtlmeitlro N N N N ma (MCI N N N N N N N N N N N N N N N N N N y� V el y Ti lli t�ITimmnemiM 1pppp CfSCi m n 1pCpy CI C]C)Cf by Oi fiNnOiSmmnnfPnn nCminNCtlin NCO1 tN'im nmmCbinnm�Cmim nnnnmtmn pfd ,. 1.! a.;.. nnnnr-mvvN gqrmWrejmgwmWmr mYp ry mqN r N:pr..;NNN 41?f 44q44^^n Ve• 041wx WCLLC�JYEJYYO-OLL(hS -W 43 4' Y ?P`WS SSS oSS88 mS�vOPP S8 8888[[8vv 888888888888888A 888 m:Y �m CCC & limlill Cmm mmd `iMNnnnrhnn �818SC25 ffS� ��! i 0 'C ,a�aaat^za e: �ammOOppO : •.W J Cl emrdN ° 5mV��J�(VQ$j$C$( m(S +600nCNOO�op SVi NNT++-rrr m M m "mJi5JJJdedde84d4dd{dm mpY1��mSoYL�So t-NO��mt-NNt���a y�ym�SoS��2``5llSmRR�SS�6$g o O 0 o 00`00 ngR�N�J\ Soo y$Omry l S S S rTnr O qppq O Abp �+ ^ mcot1p O nn�`r3nnmo^ a3 00 ptOO 9 }@¢@(b(p r. S O Zigq 1p S S rOOLJO O rrnNnrr��p��nnN�� ppbb O pppp]]bEE O O S S S mmmm S S 00 $$ 8 mmb S S S S 9'S Ci b 9:a A a 6000000 u-. 0 Y Y Y Y yy Y 0000000000000000000000000000000 Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y X Y Y Y Y Y Y Y Y Y {6.I n c ;kl Q¢Q6QQ ziz3i4 QQ6Q6 iii₹zzi3�z QQQQQQ6666<600066< 3z3i₹3zi'z4izzt₹ 1!g 5zzzz z 3i 6 4 R `'zzzzz 000000 000�0000000000000000000000000ao zzz zzzzzz zzzzz zzzzzzzzzzzzzzzz i0 p..-PPVYIYT Cr O N m N 4PVVImyYNVIm tot Co d n M n^ ry N �p O Y1 N Y1v v N Y1q - ry VN<P4N01-0yYpV{y 0 too n N O mob m or 0 T IAN W pw -\`u YNNNNNN e W .- -WO��.-bV^,-^d�VNN':C 00n'r��- .-OOm-r Cl1V wF NONNbp? > 04cv tIV NNNNN-t�fl n v r b0 r r vd44v r r r 00dryv r N(V r IVNNPNtNV r (vy r tOyPVPryq n n n IV r ryq NCINNINV ryd r dryd r dv{YdVPVPO INV N'N`I +- INV INV r^ fINNtNV r 0 the r^ OP r h �• . 4 F 1- n NNN-NN r^rr-rr v T 0 O 0 0 1n m R rrrrrrrT+-+-,-Trr O p N NN q q O m O N 0 O N p r O NN N r O G N1 O NN m O 0 O N N O N r O N m O N r W r R N R N r O O N 0 r SS I, N S ICIF N S q N O IVN ro M O O O N rr+-T+-+-rrr O S NN r O Op O N 0 O N 0 O N q r O NNN p W O O O 1. NN ON nr 'O - nr N O N rrr qam M N P N - r N O n N rnnrrrrrr+ n N m N N O r IV N V. tV N 0 N 0 N ^Y N - OqN tV pqO N rrrrrrr 0 R N N O p N N N N ,_ IV -rrrrrr qn N v R O N p� N O N M �• kb {•C CN P p O YINNNbN PPdd4N - n• N"NH NNrrNNNrr10 NNN NN NN ryO ryNeNV . NinNNNNNmNNNNNNNYI . r'-errr N[V NNNN N NN -NN .-.-tV rr^ IV NryHHNellN Try-rrrr+ IOrrmN cNN -r - C. r!ry] V G: -r CF; OOTNry� ¶t: .tea NNNNNN p IA IdOr a C o YsSSPmMiR M oir NP p -+1 R C Oiv Sd Or m vS to m00 Onto ^NNNN d ter T -r-rNNNrnNr o m 9iv ci d rQiS00SVi 0O r.- O OO p I- C.. dE W 0 n O M m n m m m M m n tl {n 0 n m n m n m 0 n n 0 n 0 n 0 n b n 0 W 0 n m n 0 n 0 n b n m n m n m n o 0 W m 0 n 0 n 0 n m n 0 n b n 0 p n n 0 n C.'': l :. Jt7w�i5 m6TWmiT•0mC'00pjm06p�W rrT m 000pQb CC W Q mWpiWWWPWPNU^gmm m N viii W N �iC� W T m m v W O �W, d�8 4-CC4-� mmmm r W N �$�$ n r m r 0 o o CC W m r r r P M N lY 0O �S C�C,"C�CC m 00 m Ti_ r @@m SOmRoSoo00 m' N r N -d memmm W r P m W r M Tq mpjmg06mm W N ¢¢GqmGq W' N On yypOp W r nnnN�N e N n W0W NlllN _ OI d rrr GyOGyb CCC c W m r N T ¢¢ 0 W r mp g •. ? r yygrFZR + C r r ti r pp d r Y�SSRR u ynnnr`nNNnnnNNnnNnrnnNn'nn`n• i5.ViywliiiiwiT�-',.I v> l4l'.aQ+TCflT16a5iu1:i /��it�{�ytti {l�{ �'i^.y`}'�i2'41�'fX �t f 5,'i .l l (w i C�—] Pd iAJ Ar'1Y' iY 'i A !' 4 ♦ t � L• • ..�'. I Y.'. � l 'irt 4iy �a T IC: y� l 1 : +..•I 'Ti\ i �.. ] 1 ] i �. I / I{, t'f�<T it s'4f'•� &? 1~i '.'14`. i 1 � 9A''. ].• ..:x p .� � .. .. j �eY ". kJH n ] f' If additional excavation or undercutting is _eured underneath the structure, the excavation and backfill will be paid on a wait price basis per the follrnciag: • Excavate unsuitable material: $ .3.75/CY (in place yards) • Backfill with on -site engineered all material• $ 5.00/CY (trick yards) • Backfill with off -site engineered fill material: $ 8.60/CY (thick yards) • Backfill with Class 7 ABC stone: $ 13.60/TN 2, We have f xtaislied engineered fill underneath structures and backfill within structure excavations as shown in the. contact documents_ Our proposal is based upon all other types of excavated material being acceptable to use as general site fill outside of structure excavations and in unpaved areas and berms, etc. We have also included a minimum of 6" compacted Class .7 aggregate base course underneath structures as shown in the contract documents. 3. We estimate having to import23,981 CY of "red dirt" material for suitable engineered fill and backfill and to reach final grades. If additional imported material is required, it will be paid for on a unit price basis at $ 3 60/CY_ 4. Our proposal is based upon using excess stripped or excavated material from the treatment plant site to construct the berms at the wetland site. If this material is unsuitable'or insufficient to construct the berms, off -site engineered Ailed material can be brought in and paid for by the unit price set forth above 5. We take exception to the following sentence in Specification Section 02300, Pages 9 and 20: "The contractor shall not receive additional compensation for any delays or changes of any kind associated with any changes ox xedetigns required fox the actual competent limestone elevitions_" If any design changes are required to the drilled piers and result in additional costs, the contractor would be compensated i 6. We take exception to Specification Section 02300, Page 25, Note 8. We shall perform all excavation and fill in conformance with the contract documents based upon the qualifications as outlined above. 7 We have only included erosion control and tree protection for the work on the main plant site. Any work associated with the New Broyles Road construction is not included. 8. .Our proposal is based on the following average top of competent rock elevations for the drilled piers and rock anchors: Inlet Facilities: 1216.3' Biosolids Process Building: 121.3 7' Flour E,Q. Basin: 121.3' 9. The drilled piers will be tested by tests hole inspection in lieu of rock core samples. �aA nrsn-rW Yfpc!Tv4 v.. .14GOtMibLLc,JNc. trTYJANi'RP12T L !fl''4 Lt.. _6Y:-:�� Mnjnolis Stccl CO . Inc. PQ. Box 5007 Meridian, MS 39302 Phenc: (001)693-4301 Fax: (601)693-3101 Brasfield & Gotrie P. O- Box 10383 Birmingham, AL 35202 USA invo•ice P' Invoice No' Date. Bill of Lading No / Date: • Sales Order No: Cusic mcr, Job: Salesperson: 1 0000018022 I?/I/2006 0000095608 12/1/2006 0000018307 BRAGOR 05-796X7' Rebar Engineering WESTSIDE WWTP BRASFIELD & GORRIE INC 15 .S BROYLES AVE PAY DIRECT - 9999 FAYETIEVILLE.AR 72704 USA Our Irock Iobsile •1/2%10, Net 30 1OTH SHIFMENI EXTRA TO CONTRACT "" REV' µ' - ADDS. MAIL. FUR HIGH DRILLED PIERS STRUCTURE 41 INLET FAC Lump Sum'x` 3,855,00 . 4 Subtotal 3856.00 Freight 0.00 Discount: 19.28 Non-con«tcdarea Tax 0.00 IindeDiscount 0..00 PayntentlCredit Amount o.on 4794448708 BRASFIELD&GORRIE PAGE @1/01 PRO.MmhiAG STEEL ERG +60169362b T-ord P'Got/aaf F535 MAGNOLIA STEEL COMPANY, INC. Phone (601) 693.4301 P.O. Box 5007 Paz (601) 693.6224 Mexidian, MS 39302 • ate; November 22, 2006 Attrt Murray Taylor Brasfield & Gorrie RE; Westside WWTP Fayetteville, AR Magnolia Contract No.05-796 Release: W Fax: (205) 251.1.304 A..a per your request, Ella following material was ordered EXTRA TO OUR CONTRACT; Add'! MMt'I for High Drilled Piers 45 #11 x 27-09 85 # 4 x 9404 Mark J400 Total Weight 7,165 Lbs ■ TWS M,A,TERIAL WILL BE BILLED AS AN EXTRA. TO TIDE CONTRACT. • PRICING WILL BE FURNISHED UPON REQUEST. TN ORDER TO EXPEDITE DElIVERY, PLEASE SIGN AND RETURN BY FAX. NOTE; FABRICATION WILL NOT SIGNATURE. Acknowledgement Signature Thankyou, David I Pankiewicz UNTIL RECEIPT OF • o O O O O o O W g I - O O o 0 V O O cI J � 0 O OO � '" � U m N 0 d `m U Ui y d J c 0 o O X N Q CO LI) ob to UP J (j� Wk\Q a U d m J (� J A W N m LL V. C Q O o m m O gin -dm 5 }i � d V typ j,LL W d LL 0 m E IL E B J N �d 4 m N d m d U O Q � -U C E o 00 N y � Z N U oI. N c O LL C O o' N c O II U N v D o. o Q ti O x d 0 l V • „B m 5 w 04/11/2007 22:57 4794448708 BRASFIELD&G0RRIE PAGE 01/04 BRASFIELD GORIM EXTRA WORK ORDER BRASPIELD & GORRIE P.O. Box 10383 Birmingham, AL 35202 Date: 3/24/2007 Project: Westsida Wastewater Treatment Punt Sntnmaty of Work Performed: Lane Crider instructed.us to add extra dirt to the Banns, Snid lmnk wms to low. We originally put, it in pa plans of spahictions.Innc and Bcucc Shacklcfard instructed us to Move Weir Corte, RCP Pipe and flared end section so they could contmi water lava in different cell. Extra to Owner (Check One) 8 _ _ _ • -_ Backcharge to Subcontractor __. Material Used: 85 loads of onsite dirt Equipment Used: 1-1D 330 Track hoc for 13 hrs __ 3 -Dump Trucks for. 13 hour 1 JD 650 Dozer for 13 hts — ___ IAbor: Name Occupation T F M T W Neal Payne Foreman 4 Russell Moulder O p •rator __ 8 _ _ Barry Binklye Operator 8 Doug Schoolfield Fotcman _ 5 Brandon Watkins Operator _— . 5 Jot Cacbajal Labor Snctnzo Benctiz JAbo.c Owner, Architect or Sub�contr'actor's kTT7Authorized Representative 3/24/2007 Date 42 job Superintendent make Original and Two Copies One (1) for Owner, Architect or Subcontractor Outfox Office One for Superintendent June, 2002 ��N � / � \ B \ t { 7 S & !Ct §]2 !2 • • \ ) n ! ) 2 C o . ) § § k �» O «)0 o ) // -� k Cu § 2 -J; » a ( \ o j -o a ) 7 GNOLIA STEEL CO INC POBOX5007 MER DJANMS 39302 PHONE 601-693-4301 FAX 601-693-6224 E-MAIL: janishoatner@inagnoliasteeLcorn May 15, 2007 Brasfield & Gorrie LLC RE: Westside WW IP P O Box 10383 Fayette AR Birmingham, AL 35202 05-796 Attn: Kasey Birdsong EXTRA TO CONTRACT In accordance with the above referenced project, we propose to furnish ...............:.. Magnolia Release MPXXExtra Dowels per Request.........:..............$5.38.00 104pcs #.Sx:3-6 PAQ yyt q�- f n be e O Xj ty� 40.pcc # 8-0 f� MUST SHIP WITH OTHER. MATERIAL TO SITE OR FREIGHT WILL BE ADDED EXCEPTIONS: NO galvanized material NO epoxy coated material NO precast items included NO unloading, erection, or count NO accessories on grade NO field labor NO mesh supports included NO taxes included in the price NO side form accessories included Note: 1.. Quotations based on ACI-315and CRSI Standards 2. All material FOB job site nearest accessible point by truck. 3. This order subject to acceptance only at headquarters in Meridian, MS and signified by signature hereon. TERMS: 1/2% 10 days, NET 30 days. Invoices must be paid within .30 Days or additional shipments can not be made .Tanis S Boatner ACCEPTED: Contract Manager Your signature signifies that you are accepting responsibility for payment of the material listed above in accordance with our terms. h �mrfl'7r'7b'P77''p m�es.n0' � ;:77 Q kitN _ _ __ m y Q L Q J ❑ m m � N Q J N O » f7 Q II:7I±jTIIT±II' �GU `r Iii CI �» W 3 » • 7 » Y p IL O m A N~ m YM , ❑ N IL W V ! W N LL KQ W N R C J m w 2 i N EIIIIIIIIIIIIIIIIII: } Y N » a O m O y E E z E» p oca F t�1. vU 4 -,•t C, 0 G m Nm Q W m o ❑ NE YL O m Cm .24.—m- 0 o t V ro D O vEi m N i � 1 N C V » 1 Run Date 6/26/07 HD SUPPLY WATERWORKS, LTD.. BRASFIELD & GORRIE LLC HDSWW - PELHAM AL BIRMINGHAM AL 1371 McCain Pkwy PO BOX 10383 Pelham AL 35124 BIRMINGHAM AL 35202 Telephone: 205-621-4561 Telephone: 205-328-4000 Fax: 205-621-7657 Fax: 205-458-0515 Attention: KASEY BIRDSONG 6/26/07 Bid ID: 1446065 ADDS FOR WWTP FAYETTVILLE Page 1 Sell Net Extended Line Quantity Per Description Price Price 20 3 EA 4"..2004PSC•PKGD W/BOLTS & GASK 25.47 . 76.41 MEGALUG F/PVC W/STD MJ GASKET 30 3 EA 6" 2006PSC PKGD W/BOLTS & GASK 31.95 95..85 MEGALUG F/PVC W%STD MJ GASKET 40. 3 EA 8" 2008PSC PKGD W/BOLTS & GASK 43.95 131..85 MEGALUG F/PVC W/STD MJ GASKET 50 2 EA 3" 2003PTC PKG➢ W/BOLTS & GASK 22.82 - 45.64 60 2 EA 3" MJ REGULAR ACC SET 10..08 20.16 80 1 EA 6X4 MJ REDUCER C/L CP DI C153 31.90 31.90 90 1 EA 4 MJ 22-1/2 BEND CP DI C153 22.54 22.54 100 1 EA 8X6 MJ REDUCER C/L CP DI C153 41.27 41.27 110 1 EA 6X3 MJ TEE C/L CP DI C153 49..17 49.17 120 1 BA 8X6 MJ TEE C/L CP DI C153 80,20 80.20 130 1 EA 4X3 MJ TEE C/L CP DI C153 40.68 40.68 150 260 FT 3 SDR21 PR200 PVC PIPE(G) .77 200.20 160 .520 FT 8 C900 DR14 CL200 PIPE(G) BLUE 8.19 4,258.80 Subtotal: 5,094.67 Tax: 386.93 Bid Total: 5,481.60 �1�� bell res-i�r-Q,'vc�S a \ ` 7 / I < } ) } ) () • - R , . \ i / j)L. ) 2 ) } § k ) - . / k � S tO ` Co § / !! X . S §\�)/�09 I )� !! ] U. S / D E Cu e ; , a,m 3 ` § § [ . ) § f . I-. ( Oct C Cl) ( , , r) , I' W O 49 VI • M .9 O o a o e D7 O 00 O V n •O O O j � V of a N m U S n I` w J a R a 'G a mIii .- 5 id i a1 ai CD 1- m CO O p c ow 3 r a rn O U) m y I- w - we Eve a 0-- 5 c 4 W c3 2 r b LL — 0 Q 0 O �lQQ W a 1` Fw d >°' p y T 0 a TLL J cn d LL lL U) D m v 1° c o J m E 00 a U oa -o • V z F Wc a m J N Co (1 O - I- m -Cl) ,,-.t 405 745 7503 ALLL4nCE STEEL 003 NOr 10905 moo a'Y STEEL. BLMLOING SYSTEMS km'.m Alliance Steel, Inc. MB 3333 S. Council Road Change Order # 5 Oklahoma City, OK 73179-4410 - (405) 745.7500 FAX (405) 745-7503 Change Order Date: 1/31/07 www..allianceokacom .______ CHANGE ORDER Buyer's Address: 729 S 3OTh ST BIRMINGHAM, AL 35233 __i Buyer's Phone: FA%: 205-251-1304 Job Name: city OH FAYETTEV.LLLE - WESTSIDE WATER TREATMENT PLANT Job Site: FAYRTTEpnxj , .AR Alliance Job #: 05-819 ____Buyer P.O. #; Original Contract Date: 12/14/O5 _Alliance Salesman: DWAINE J'ENNTGs Alliance and Buyer agree on the following changes in the above -referenced job: 1_-. POINT LOADS AT BIBtuhNG #17 TO SUPPORT PLPES. THE$ WAS NOT SHOWN AS SUPPORTHD BY BUILDING ON THE,ALGHITECTORAL DRAWINGS BHT NOTED ON ALLIANCE RETURNED APPROVAL DRAWINGS. ..�__ 2. CHANGE COTLATFRA7. LOAD to. 9 PSF IN LIEU OF 5 PSF. -- - Previous Contract Amount: $ 689,995.00 Changes resulting from this Change Order: +3,450.00 Change in sales taxes: N jC Change in freight: N/C Revised Contract Amount, including sales taxes and freight: $ 693.445.00 Alliance and Buyer agree that this Change Order becomes a part of the existing contract referred to above. All terms, conditio ands cifications not specifically changed hereby shall remain Identical.. Agreement by S el, Inc.: Agreement by Buyer; Title: Title: (Must be an officer of Alliance) Date: — Date: _ _ N, J J AI�L/ 0 ca W LL U) aII o w b m m J N N N C 49 NN NN 0 O O O O n o U o o j N f9 K 4l C a { a 7 N g a a 5 O N ~ L Q > 0 ' a n y O w a -J O M r Q N e.• 49 N W69 I- 0 p O O u a O N 0 N- u 0 m a N d o m , ° �3 m mLL 5 y LL a 50 D J -- -C -- 0 ---2 O a z U w1O o E O c O Y m CO m W r N' --- !@7 10:06 4797853252 HAWKINS COMPANY INC HAWKINScow ING: 1.479.7852691 • Fax 1379-785-3262.222 Towson Av--VMeuee a Fort Smith Arkansas • 72901 • www,hawklnsco,corn PROPOSAL Submitted to: Btasfield & & Location: Westside WWTP—Fayettevi!Ie,AR— CDC #10 I kasey Corben Contract Locument s price for the changes made to the Bio-solids Building at Westside WWTP in the Contract Document Clarification #10. This includes the changes to the IfVAC systems on plan Sheets 19P4 and 191'5 of CDC #1 o. kiawkins Company, Inc, proposes to specifications, for the sum o£ ($ 2,087.00) Price includes tax labor--. complete in accordance with the above Hawkins Company aPP7eciates the opportunity to quote this project, and we look forward to working with you. • Aurhorized`�,4 • Sil.nature •G�l� Note: Ibis proposal may be withdrawn if not accepted within 30 days AIR CONDITIONERS • FURNACES • HEAT PUMPS. ROOM AIR CONDITIONERS • PARTS RESIDENTIAL, COMMERCIAL AND INDUS TRIAL INSTALLA'nONS MECHANICAL ENGINEERS • CONTRACTORS • 24 -HOUR SERVICE PAGE 02 000a0000 o00000000 po 000000000 M w w w w w w w w w w w w w w w w w w w omm o 0 w w w w w w w w w O w NN'J ry H e• O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p O e e n ! O O O O O O C O O O O O C C O O O 0 O O O O O O 0 O O O N O U m w w w w w w w w w w w w w w w w w w w w w w w en w w Q m o O � I Ooc0000000000000 0000000000 i w w w w w w w w w w w w w w w w w w w w w w w w w oe t a 1 en o a U m i N W X Q N U a y !W V Lp m O L 8 FQ- a O m 0 000000000000000000000000 M wwwwwwwwwwwwwwwwwwwwwww d cfl a W~ w w a 2 J a « o W 0 5 5 N- O m O Oo LL coo LL U. U. W d v y « j >4 a O o w U F a z O 0• a U • o o Io N > a O Curn U W t N N N- m W Q es n m M M o w p m 0 0 m o o a CO•o U 9 W O N 7 .- a v o ro ' U) N N IA 0 N r 1 N a I- IL N~ J C O O O CD a- M N J O ➢] Q O t C Q Q a rn N O ti H U y LL LL a O C7 0 CL 16 y IL 0 N f A O LL I, a C In we 0 d M BRASFIELD & GORRIE GENERAL CONTRACTORS, INC. Ilz PROJECT gf��[C/� �<ii I Y - FLOOR AREA ESTIMATE NO �T'l1 - LOCATION tTIF{� "I �Z• UNITCOST SHEET NO. __ ARCHITECT ENGINEER _— `` SUMMARY BY DATE Gk -1 1D DESCRIPTION '. / — NAIx r .I �pwtr PRICED CHECKED J-12140 TEM DESCRIPTION OF WORK QUANTITY IUNI7 MATERIAL Unit Material Cost --- I LABOR I Unil Labor Cosl SUB -BID UnitI Sub -Bid Cost _ TOTAL — BOUGHTFORWARD ( I 'ice- __L. f 1 __ - - ---_ __ __ ___ ___ c. �; _(ai. !L$t3 _ 1531 5X375 ___ _ ___ z5. L064 � LI I,1 __ L-,4• _ I L. _L_i. _. _- --__—__ I C7T$ L_ - I -I — — I- _5 1x11 �os_X ..�. ' 14oc. '1 o .z 3o (_t4 cam. X15 I'_ 2 � �, .I I - _ I i t ofL_ -- � I 'i ' - 140L1512'° I' II I I I L = O t_I I � _ _ � il I 'H::EL'_ - • 2,c\o_____________ a-- -r,— 'Isl J±JJ __'Li IL I tJ ILL_•- ti� 11 ' B�R��ASFIELD & GORRIE GENERAL CONTRACTORS, INC. PROJECT t1o�, \.�{,.,1-- FLOOR AREA ESTIMATE NO_ am LOCATION �il��� SLIF ( UNIT COST SHEET NO C. - /j ARCHITECT ENGINEER L SUMMARY BY , DATE N,� DESCRIPTIO/` �L �u `brL PRICED CHECKED 1{IYY TEM DESCRIPTION OF WORK OUANTITY UNI1I MEA} M ERIAL _ Unit Cost Material LABOR Unit Cost �Labor SUB -BID Un Cot Sub -Bid TOTAL —_-_— BOUGHTFORWARD - - u i _±ftf;ti±L_1h I -- T _ f: '4 __ ___ II I _ , - - 2 , ?c13- -_ 5 '' � H I I� • � • -_ F _______ i ! u _ I II F I _ ! irk ' i I EhiJEU II H_ _ _III IL U J Id O O O W N 5 V O 0 d C C d 0 LL R } O � .O N L C U m . �Jr m 0 do O 0 cUc m E C O 0 Oc O 0 N 7 w t C C ld .. d m Da 0 0. a 0 c O 0 V b 2 0 r to CM O 0 N rn w O r - o LI U � m j c 63 63 to rn m N- N c� N W c U W y ~ J v L m m `m Q O Co O c V m m rn F w I.0 w N a n O n n F- 0) » w FW- o Y ppp C `u lL O C T 33 N LL' !::t:iItIIIII:IIIIIt:IItIIT --- a O O a U W • C Co L J mo F • O UC c N a cs W r N ra Port City Mechanical, Inc.. To: Kasey Birdsong From: Woody Shank CC: [Click here and type name] Date: 5/22/2007 Re: Building 16 Kasey, I am providing you with the breakdown on the pricing you requested on the Chemical Building (16). You will note a new total price. Ibis price reflects the vent piping remaining PVC/DWV. I am also attaching the files with the Information you have requested. All Prices are at cost. Material is now Orion Socket Fusion Acid Waste pipe and fittings. PVC Pricing Material: $ 2,269.25 Labor: $ 3,700.00 PVC Pricing (Vent piping only) Material: $ 215.80 Labor. $ 916.55 CPVC Pricing Material: $22,322.00 Labor. $2,05600 Labor utilized on PVC piping: $ 888 00 Backhoe time: $ 520 00 Summary CPVC Total: $16,879.00 Deduct PVC Total - $ 5,969.00 $10,910.00 Add PVC Vent $ 1,132.00 Subtotal: $ 12,042 00 Add Labor utilized: $ 888.00 Subtotal: $ 12,930 00 Add Backhoe time $ 520.00 Sub Total: $ 13,450.00 Overhead: $ 1,345.00 Total: $14,795.00 • Pagel • C.. BID RECAP SHEET 5/22/2007 Company: Port City Mechanical JobName: WEST WTP [Bldg 16] • Bid: Base Bid Labor Materials. Hours Rate Labor$ Total Piping Materials & Labor Equipment Fixtures Other Job Costs Rental Equipment Overtime Pay Other Sub Total Sates Tax Sub Total $9,775 155.4 $39.85 $6,194 $15,970 $0 0.0 $39.85 $0 $0 $0 0.0 $39.85 $0 $0 $0 0.0 Varies $0 $0 $0 $0 $0 $0 $0 $0 $0 $9,775 $6,194 $0 $6,194 $15,970 $909 $909 $10,684 $16,879 • Subcontracts including Sales Tax $0 Sub Total $16879 Material Other Other Other Sub Total $16,879 0 % Overhead $0 0% • Profit $0 Sub Total $16,879 Sales Tax $0 Sub Total $16,879 Bond $0 QUOTED PRICE $16,879 E E Co a a U, I� I� O 0 O O (0 lcqo C0000 O F N N So r r Q+ 000000 0 000000 T r r r r r W (00 000 N N O 0 O O < o U) = r r 0oOooa F O N t- N O O O O O 1 m Z r r 00)0 000) O M 0) O O N t-' N N O M O C H) m "0 O N O O V h zF 0) M(0 00rh r O r Oj S[fl toS (9 fAM U NMOOO tE to J Y7 MOOO d'O 0000 r r 0 'N O O 0 N O (O O O 010 • Q 61 N 00 Ord) r r • 595555 .a000000 o 0 N O 0 O) CY 0 _ N N W 0) N 0) m f0 m I� r - d (U m ' 00)0 tO O m r (7 CON j (O (O r r rr J p,r C mm ,D r Q I- C) m a v 0 J O U U l4 w O h j O N C m W N U r� O A t t a 5l ILL LL 0m OOwcnzj m m m « y o.M.N0Y ELL E'0 a c me ci 0 °i� ao . m o) a N m Q a m O O AM T 0 • a o r H a 0 a ) OIn ..UQ o'U rn m m 0 m • O o-u.OSW `m 0 3 19 e .C R m W Q W th W M W IO O M o (oO cO m 0 0 �0 O O O O O O O O O O O 7F OID OONtM .- Rj�cri N(`!Q' V' NOOOOOOOO OOO N a V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 o m 0 0 0 0 0 0 0 ca c 0 0 0 0 0 0 0 0 0 0 0 0 pp 0 0 0 0 cc 0 iIL T T T T r T T T T T T T T r T T T T r T r r r T T T r r T T �1 m�nQ WM MAO W Oc70 W O W mO o LO W 00000000000 V: a O O [0 O O N cM 0 0 0 0 0 0 0 0 0 0 0 Z T N m r M W N h W W MOM W t!1 O V M N N T W O O O O O O cocoa O O O O r r O O r r c cj (V r (V cV r O O O O O O O O O O D O O O m Q O M W N N W V v] W n 00 0 0 0 0) 00 O O O N CWJ�^c�M iONNmN�QN 6WJM V W m NO 1" • NaO0 1 1 W N� h T^ N r T N 4,—N r N N r W Q W I- O 1� Z 0 r c r A Yi N 636969636969636369636969696369 (ft 696369 CS $96369 6369 6363p r r m W m M O W T W h m W W W r cV W c0 O W 000 d W Q M W M W V m r n N M O Q m W N 1 O M m I O f 000 U lh^m1�(V cD mllj pj c. cVVO)Om n f venom OO rrc- w T r r N W m N c7 M N m M Q Q m 0 0 a r N M c9 f9 d�difA Hi MEA(A E9WE9 k9 tl3 f0 f9 fA E9 (A f9 Vf f9 t9 di Wl9 di (9 cA r9. tq U N N N N N N N N N N N N N N N N N M 0 0 0 0 0 0 0 N C7 Ci O 00 000 C7 0 W W 0 0000O W i0 t0 0000 0 t00 000 X0O W M 0000000(�CS CJ 0000017 OOr T --r t_ T T M O O O M O O O O O O O O O O 0 0 0 0 O W 000 d W V Q W W m W W W m W r V W M WOW 1� N O W N 000 U c+l r m v RJ T tp W r n fV c0 N m O (V m m m m t 00 a r N M N Q W V W W m m W W m W W T M M m f9 fA tRt9(9 c9 fA fRNNUfEA(A vi 6S EA e9 t9 v)fA t9 (9 (A f9 WFg y�wf9 viw O O O O O O O O O O G O O O O O O O O G O O O O O 0 O O O O O U a U n 2 m mm oa EE '> - .. ...... a a_FL UUU M c coo o p N U C W C¢ Q a n d d 0 0 0C C N OIL ro m in w y J 1 J O ` C m m J J J c a WiV W W co J J J_- E E J O o b O n C k L LL LL LL L m H T m m 0 o O ro m F' N `Q V` 000000>0 C C COOO aarTUUOa'a'Ix EL7 m m 00. LL c C C C c c c C c C c C C C C C C C C c C " o E ? 3 3 3 0 0 0 0 o.o a o o.o o o o o o o o F cc ~ Na mld II1 LL LL LL LL LLLL LLLL LL LLLLLL LL LLLL LL L ' O O N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m J J m m 0 0 0 O m m IA T 'd 'C 'C 'C 'c 'C 'C c 'c 'c 'C = '� 'c 'C '�. 'C v 'v L 0 U U O U ro ro C C c a�LLLLpm o0000000000000000000o0�u�� 2�000 ...... L0 Do m EW W ro oo '�s�Wo WW m N N U -� ro "' L N M fQy ttry�� M co W OO U) 0) T W Q W V N a N V W M V'T N M cq N 0 0 W Q Q W W Urj i W O 0 d>> °3 m m rn m m o o a o 0 m m m ro m m ro m ro m m m m ro m m m> c c c U N N N w N CU aoc�o.nna'n 4o. �n.n��a�o,. a+n a a_.c t axi m E E E E E ! N fMmN�NOfON aO N M O W (U a (m (Ar rr hM r f9 0 M J r t9 19 (9 S5 S fr .J 0 C.) M N M 4• f9 W 0 ( O 00000 W () (() O e o O )p (DrOONfN 0o O N o (Np t&NW OMt r O ; N O U Or 0 ( m J � o o m N ib N pO (O Co 9 m V 13 C I--• 43 v N a y y m' m U C U, J V 0o 0 0 C) o vmi m m N (No_ M O ~ a!} 0 m Q 03 N m 4 a n° ai .-I- r00B m r O o R d G « v,etwco � w J L a m G O O N N ------ - W• _ N mho O�--- 0° O a° f c N V r p) 0 r O r d' 0 0 0 N M o N N N 0 N O C Z m • O (5 F C a ff O O m n m m m (o m w a R a E c m o !a- �° (� O d c o � 2mwm c N — O c Uwawmcic.E m m y F r N M S i JUN -22-2007 FRI 09:09 AM OIL CAPITAL ELECTRIC FAX NO. 4793619835 P. 01 • OIL CAPITAL ELECTRIC June 22, 2007 Tom Marcum Brasfield & Gorrie Phone: 205-714-1546 3021 7" Ave. South FAX: 205-71441652 Birmingham, AL 35233 Reference: Fayetteville Westside WWTP Subject Generator/ ATS Underground Conduit Tom, As requested, we have revised our pricing for the underground conduit associated with the generator and transfer switch to include only the conduits at the transfer switch. The price for this work is an increase of $1,620.00 to our contract amount.. We will incorporate this addition into our scope of work upon written acceptance of this pricing by Brasfield & Gorrie Regards, & z' AIIWsor Richard Morrison 199 Fantinel Drive - Springdale, AR 72762 - 479361-8833 - fax 41 361-9835 BRASFIELD & GORRIE GENERAL CONTRACTORS, INC. PROJECT ,fit `j\A,11 FLOOR AREA ESTIMATE NO LOCATION ¶A'sIL�IL_�'' ET� �t i�\t UNIT COST SHEET NO ARCHITECT 1�Y ( .1 � ENGINEER GI_ a SUMMARY BY DATE ___� DESCRIPTION ( p(j'1TM, I/3 C44 �R') PRICED CHECKED J-12140 -- (EM P_ __ ---_—j DESCRIPTION OF WORK �— .—__ --_ BOUGHTFORWARD—_J___ �- - —--_ ll�!ll3�Uc,S`��K2♦4TGt_•�1,kPfC{#.1�E1f? QUA' NTIlY _.__..-! - �f 2 d -1 ,:—"7r---"„AEg1AL.�. ;I UNITi Unit Ii MEAI Cost !i —_ _ 1L. -41--x. I' i�l li`I .M UQ I Ile II 1 1. ... LABOR—_— UBBID—T^___—_ Sub -Bid _ TOTAL ! ! _t 1 I� 1_ 11I1f^ I Material _I ��_I _, I Imo_ '. I --I tV�L-_� I ;l it Unit II Cost 1 I �_ Il � Labor I j �1,v' it Unit• Cost I � —. — 4... . ? J. u Q —�,_ I !A�I� I I _ I I - — ._ 4S.L�—Gt31.. I. I ' ' 1 :Ei::i EEEI±EHE _ __ I I I H:::::_•::: i:i.- I _ ________ 1 Hr It Il II I; i 1I I _ I I _ H- y .±r4 ft -- ,-.- U I f -4_h: I •I I! i 1 - I i I I + I I E I T �I - N t` CO N OJ r N 069 O A M C1 CVi 43 M g F O O O O o 0 O O O CD N S V) O ON N o v o r M m M to of N U N y vY m 0 m O U a5 F C O Lu f_O F Q m N CC a ina=ii �O O V m o -J e to 69 L o Q J C N S S O U m O LL M b C d O m Q O Vet "m (9 - r o O f m M ywy�� O a tVN IL m 5 A LL LL. N Q-C) > K 07 O0, j oa M a a N O Z O a U o N v E • p o J C o o O f E C c Y m. m W • W r N Z!,o1- "7 Y14trb CeUS File: 10228 Date: June 04, 2007 Brasfield & Carrie, LLC 729 South 301h Street Birmingham, AL 35233 Attn: Kasey Birdsong RE: Westside WWTP - Fayetteville, AR Your PO No, 051612-031 Dear Mr Birdsong, As per your recent discussions with Dan Crohn of our office, and our control panel Engineer we have updated our previous proposal to add the necessary components to accept signals from the truck load - out photo cells, Our offering includes the following: (1) only- Upgrade for Screenings Conveyor No. 1 -AU -1, Control Panel 1-LCP-7 to accept truck load -out photo cell inputs. Previous Total Lump Sum Each: $26778.00 Adder for Photocell Interface Each: 1 710.00 (one thousand, seven hundred ten) (1) only- Upgrade for Sludge Conveyor Nos. 19 -AU -1 and 19 -AU -2, Control Panel 19-LCP-3 to accept truck load -out photo cell inputs. Previous Total Lump Sum Each: $34.905.00 Adder for Photocell Interface Each: $1,710.00 (one thousand, seven hundred fen) Total Add for Photocell Interface: $3,420.00 (three thousand, four hundred twenty) Please note that these prices DO NOTinclude the actual photocells. It is our understanding that based on recent discussions that the components offered herein are required for the proper function of the equipment, and will meet the Engineer's requirements Specialists in Conveyor Systems 19992 Ferret St NW • Elk River, MN 55330 • ph: 763-712-1322 • fax: 763-712-1324 www.keyston eco nveyor.com JCEYSTONg CONVEYOR CORPORATION General Notes: 1 ) Submittal data and operations/maintenance manuals are included in our offering. 2.) Field service is included and will coincide with the mechanical equipment start-up.. 3) Not Included/By Others: - Taxes, permits and bonding. - Unloading and storage. - Installation, mechanical and electrical - Paint and painting.. - Controls, disconnects and motor starters. - Lightning Control - Conduit and field wiring.. Programming of HMI Field disconnects Photo Cells 4.) Delivery: .. . .. . . ........ Revised Drawings: 1 to 2 weeks after order acceptance. Control Panels: With mechanical equipment delivery. 5.) Terms of Payment:.. .... 'To match existing purchase order. 6.) Freight.................. ....... Prepaid and allowed with mechanical equipment If acceptable please advise as soon as possible so the necessary changes can be incorporated into the drawings being revised as per the recent change order. Again we appreciate. the opportunity to provide this revised proposal and ask that you do not hesitate to call our representative, or our office, with any questions or comments. Best regards, Keystone Conveyor Rich Larson Cc. Eco-Tech, Inc. — Dan Carter oSI�(Z Bauman InstrumentCorp rn#ion P. 0. Box 470583 Tulsa, OK 74147-0583 (918) 254-2424 FAX (918) 254-1966 To: Brasfield & Goirie Attn: Kasey Birdsong 729 South 30th Street Birmingham, 35233 Fax No.. 205-714-1652 QUOTATION No. 8639 Please Indicate Above Nmn er When Ordering Quote bate Salesperson 5/23/2007 DAN Inquiry Date Inquiry No 5/24/2007 • Est. Ship Date 2-3 weeks ARC Ship Via Standard Truck F. O. B Tulsa, OK Terms Net 30 Item No Qty Model No Description Unit, $ Extended, $ n I w uuoie to provlae pnoto sensors ror lntluent 5,046.00 5,046.00 and Effluent sludge truck loading stations Total quantity: 6 ea @ Influent Grit Building 8 ea @ Solids Building Included: -Sales Tax -Shipping -Shop labor to assemble individual sensor components into transmiter and sensor assemblies. Not Included: -Field Installation Total $: 5,04600 �JOn\ OOit„y - Page t of t. Bauman Instrument Corporation Request for Information RFI # 0009 Date: April 9, 2007 Submitted by Dan O'Brien Contractor Bauman Instrument Corporation Project Fayetteville Wastewater System Improvements Project Phone 918-254-2424 ATTENTION Kasey Birdsong Brasfield & Gonie, LLC. References Drawing Number ' I4& 114 S ecification PLC 1O: 13530 Change Order No Other Please confirm where the sludge truck photo sensor inputs for the Headworks and the Biosolids building conveyor systems will be wired. The current I0 list indicates that the conveyor programming is in a vendor supplied panels and the photo sensor inputs go to 4 -PLC -1 and 19 -PLC -1. This information is needed so that we can determine if it will necessary to coordinate the transfer of data with the conveyor system vendor.. We would also like to clarify that there will be only one (1) input per optical path not two (2) as shown in the 10 list and the I drawings. We can confirm that there will be only one (1) photocell sensor per optical path. We received a control submittal from Keystone Conveyor Corp. for 1-LCP-7 and 19-LCP-1 on 01,/07/07, sent it back "Amend and Resubmit", because the PLCs in their panels were Allen-Bradley 1794 Flex I/O. However, on this submittal Keystone has not provided any digital inputs for the Photocell Sensors. Therefore, more coordination will be required before we can give you an answer to the other part of your RFI. Keystone does show a "Local Off Remote" switch on their panels, but we do not see where the remote diqital input is. Brian Gartside I April 20, 2007 RFr0009 doc - - 04/20/07 • Co V- i.0J CD M T N T N a F O O O O e no e V O or U w 6 dT m W O a m U m W J 0a O O N O L C a „m m s 0r N amm o' ' to J Q n N o W I- C, O. U G m m o O J O o J w = C N a O w m to LL W F. O1"Q + m ti �.J m u`'� O a'S o O •� flu. O m LL �S v N G a 3 U A to tm C C >- TCU a to CO U o z a 0 U W w O o °' g o m o o � U m N W r N . 1Y-09-2�07(ED) 15:18 CLOUD RODGERS �osllpiz� (FAX) 2053228089 VF. 0 Clow -Rodgers, Inc. POST OFFICE BOX 1154 TELEPHONE (205) 322-8888 BIRMINGHAM, AL 35201 FAX (205) .3.22-8089 FAX MESSAGE Date: 05-09-07 COMPANY: Brasfield & Gorrie, LLC ATTENTION: Casey Birdsong SUBJECT: Fayetteville Fax Sent By: U. RODGERS Page 1 of 2 Charge for changing the 8"/3" Oxygen recovery line from primer paint to Hot Dip Gals'. Add $564.00 e P. 001 /001 Y N O a cNs / n N v3 t�A I O O o 0 o e O O O N U v N- V - ao a» n W U y Y Q C °J Lu i m q Q W Q z 8 W [� N a mo J CO v Ny a y K S .9 7 W a 2 U a, M N O = a O O J p S. 5 o 00 W . M I__. m li ah n =O w mM. o o � � m'- U LL u` u v CD •6 c I m _ C � N U Q 0 O z e a K . C) W C Q U, Cu � 0 1- m c o m N I � W r N • •C x FAX ND. : 15014079364 WY Cl) MASONRY, INC. BRICK CONCRETE BLOCK -STONE P.o_ Box 46140 Little Rock, Arkansas 72214 (501) 455-5959 State Contractor License No, 001230207 Jun. 05 2007 1021AM P5 April 23, 2007 ATTN: i(asey Birdsong Brasfield and Gotrie. LLC 3021 7th Avenue South Birmingham, AL 35233 Directive # Westside Wastew.ajer Treatment Plant Fayetteville, AR RE: Price fox change at precast lintel on building land building 19. n.r .S Material Cost . {� Precast 2;d'00.`06 Cement & Grout 000.00 Reinforcing & Anchors 00000 Taxes 228.00 Material Subtotal 2.628.00 Labor Cost 5 BricklayerHrs ® 20.93/FIr 5 Labor His @ 12.00/Hr 23% Labor Burden Labor Cost Equipment and Other Cost .60 Days- Lift® 250/Day .60 Days- Mortar Mixer® 45/Day .60 Days- Quickie Saw & Blade ® 70/Day Scaffolding Truck and Fuel Exp. Equipment and Other Cost Subtotal Subtotal 12% Overhead & Profit Bond Cost Total Add • 104.65 60.00 3787 202..52 150.00 27.60 42.00 • 060.00 113=00 • 232.00 3,06252 367..50 00.00 $ 3,430.02 If there art any questions regarding this quote, please call lames Corbitt or Mark Corbitt at 501-455- 5959.. Thanks, Mark Corbitt Estimator U J -4 W 0 ca ,Q w N C O C C Cu w 0 C, y d V 0 m Q o O OC 0) 0 U s C 0 m C C {O. U In - M M M M N A S r J N M Co Q M N It) F A ua w U o 0 n c U w j N N v yr ev m � I__ gw m y O a wo FnCo w � m J N F � � J o N O z 0 p a a O J . 0 m c co 00 U m y 5 t-N IWI � I Page I of 2 —, Birdsong, Kasey From: Manning, Kisten [KManning@conservatek comj Sent: Thursday, July 19, 2007 4:02 PM To: Marcum, Tom Cc: Birdsong, Kasey Subject: RE: Westside T'om, Below is a break out of the pricing for the adhesive anchors for the Westside WWTP project $ 1,390 mat] $ 1,307 E&D labor $ - shop labor $ 2,325 field labor $ =equ pmentt I` F� $ 5,022 $ 501 10% OH c, $ 251 5% profit $ 5,775 subtotal Change Order Request $ - plus bond premium $ 5 775 total Change Order Request am sorry about the delay in getting this to you ;irsten mm: Marcum, Tom[mailto:TMarcum@BrasfeldGotTie.c0m] ent: Thursday, Iuly. 19, 2007 2:50 PM o: Manning, Krsten ubject: Westside nportance: High rsten, ease provide a back-up for the hilts anchors and show how you cam to the quoted number We need this information asap it is ikling up a change order anks )m Marcum asfield & Got tie 217th Ave South :mixlgham, AL 35233 5.714-1456 Phone 5-714-1652 Fax 0/2007 J Oo W N N c O O in N C'4N r `, V N ty HO N W _ N '9 H O O o 0 O N O N O N m � c m y O J OF I dNN li �[] m o o o vi j �JJ C a m O r ---------- 0 'Q" D a � Y - Yi •m g C y tL I. Io v m • r O [J y o o ----- O n o �° r o U n O LL O r y J Q � m C o a F F O N O D tV CI fLQ m N N SHAWNEE FABRICATORS, INC. S AMERICAN WAY, SHAWNEE, OK 74804-9255 • PHONE 405-275-8264 - FAX 405-275-8440 PROPOSAL TO: BRASFIELD & GORRIE DATE: 07/24/07 ATTN: KASEY BIRDSONG PROPOSAL #2921 CO#10 REVISED ARCHITECT: PRELOAD PROJECT; WESTSIDE WWTP • FAYETVILLE, AR DRAWINGS: EMAIL BIDS: ASAP WE PROPOSE TO PROVIDE THE FOLLOWING ITEMS AS LISTED BELOW FOR THE FOLLOWING PRICE: $2,110.00/LOT PLUS TAX REMOVE EVERY OTHER BAR ON FABRICATED BAR SCREENS. BARS TO BE CUT AT EACH SIDE OF THE THREE STIFFENING ANGLES MAKING A CLEAR OPENING OF 3 W'+/- AT FLOW AREA. BAR CAN NOT BE CUT AWAY FROM ANGLES THUS NOT ALL. OF EVERY OTHER BAR CAN BE REMOVED. QUALIFICATIONS: a) SURFACE PREP: MILL FINISH EXCLUSIONS: FIELD DIMENSIONS, UNLOADING & ERECTION ANCHORS FOR OTHER TRADES BITUMASTIC COATING PRICE IS FIRM FOR ACCEPTANCE WITHIN THIRTY (30) DAYS, F.O.B. JOBSITE. NO FIELD DIMENSIONS ARE INCLUDED. CONTRACTOR TO UNLOAD AND ERECT. NO TAXES ARE INCLUDED IN ABOVE PRICE. NO RETAINAGE ALLOWED. TERMS NET 30 DAYS. ACCEPTED BY DATE SHAWNEE FABRICATORS, INC. KEVIN DUCK, V.P. SALES 405 / 275 - 8264 EXT. 106 Page I of I 8.15.07 Clarice Pearman - Brasfield & Gorrie CO3 Page 1 From: Clarice Pearman To: Jurgens, David Date: 8.15.07 4:19 PM Subject: Brasfield & Gorrie CO3 Attachments: 08.14.07 Brasfield & Gorrie CO3.pdf CC: Audit David: Attached is a copy of the above change order for the WSIP. I have given to Pam four of the five original change orders on this date. Please let me know if there is anything else needed for this item. Have a good day. Thanks. thrice David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts r -N/A- Mayor's Approval City Council Meeting Date WW System Improvement Project Division Water and Wastewater Department Action Required: )f construction contract Change Order Number 5 with Brasfield & Gorrie, LLC., in the amount of 18, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, Subproject WP -3. $ 246,329 Cost of this request 4480.9480.5315.00 Account Number 02133-0304 Project Number Budgeted Item $ 2,400,000 Category/Project Contingency $ 695,534 Funds Used to Date $ 1,704,466 Remaining Balance Budget Adjustment Attached Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 208-05 Date " Original Contract Date: 10/20/2005 Original Contract Number: 1014 City ttorney Received in City Clerk's ice Finance and Internal Service Director Date Received in Mayor's Office Mayor Date aye .yi le CONTRACT REVIEW MEMO Mayor's Approval To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 25 August 2008 Subject: Approval of construction contract Change Order umber 5 with Brasfield & Gorrie, LLC., in the amount of $246,329.18, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3 Staff recommends approval of construction contract Change Order Number 5 with Brasfield & Gorrie, LLC., in the amount of $246,329.18, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3. BACKGROUND Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment Plant (WWTP) in October, 2005. Work is substantially complete. The WWTP first received wastewater on 29 May 2008, and produced effluent on 1 June, 2008. The solids handling system began processing biosolids in early July, and the bacteria odor control facilities are still growing the bacteria for odor removal. DISCUSSION This Change Order rectifies items identified during the closing months of construction. There will be one final change order reconciling all final quantities. The larger items involve (1) paving the maintenance road to the outfall; (2) additional sidewalks throughout the site; (3) covers over the post aeration basin and ultraviolet flume area; (4) constructing the generator pad for the backup power generator (deducted from the Power Secure contract for a net savings; (5) addition of heat tracing tape in the chemical storage tanks; and (6) several other miscellaneous minor adjustments. It also includes deductions for the telephone system and the security and camera system, which were installed by City crews. Brief descriptions of the major items are in the two pages immediately behind the change order. McGoodwin, Williams, and Yates has reviewed and recommend approval of this change order. The West Side WWTP construction and transition to operations has proceeded incredibly well. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff has produced an excellent project. BUDGET IMPACT This change order uses $246,329.18 of the approved $2,400,000 contingency, and creates no change in the contract time. A balance of $1,458,136.82 will remain in the approved project contingency after this change order. WP -3 Brasfield Change Ordcr No 5 CC Memo Jul08 FAY.ETTEVILLE CHANGE ORDER THE CITY of FAYETTEVILIE ARNANMA8 Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 5 Date of issuance: August 1, 2008 TO CONTRACTOR: Brasfield & Gorrie, LLC ORDINANCE NO: / RESOLUTION The Contract is changed as follows: The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. The original Contract Price was.......................................................................................................... $ 59,994,710,00 Net change by previously authorized Change Orders......................................................................... $ 695,534.46 The Contract Price prior to this Change Order was............................................................................ $ 60,690,244.46 The Contract Price will be (0 increased) (❑ decreased) (❑ unchanged) by .....................................$ 246,329.18 The new Contract Price including this Change Order will be............................................................. $ 60,936,573.64 The Contract Times will be (O increased) (O decreased) (M unchanged) by ................................... ( O) days Required date of Substantial Completion as of the date of this Change Order therefore is ................ May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Brasfield & Gorrie. LLC rar3t DATE McGoodwin, Williams and Yates, Inc. ENGINEER GI / XILi 8/l yf a8 BY ,A4 tcl.t..a.. cser tai DA It Distribution: ❑ Owner (4) ❑ Contractor ❑ Engineer 00940 Change Order 00940-1 WESTSIDE WWTP - CHANGE ORDER SUMMARY CONTRACT WP -3 0 • Description Increase Contract Amount Decrease Contract Value Engineering Sales Tax and Fuel Savings ($728268.00) CHANGE ORDER #7 u.i s�?t a =. r Work Directive #112" x 8" Tee and Valve Setting - Broyles Rd Waterline $12630.00 Work Directive #2 12" Waterline Additions $5,697.00 Addition of 4 Wire Feed at Structures 7,1024 and 25 $15,949.00 Change Conduit Material from PVC Coated rigid to Aluminum Rigid $44235.00 Work Directive #5 Filter Outlet Changes Welded Outlets in lieu of Tee's ($29,199.00) Change Clarifier Center Well Design UV Channel Modifications WD #7 $1,689.00 Inlet Facility Electrical Room Modifications $86,117.00 Gas Line Crossing $19,521.00 Jobsite Utility Vehicles $26,833.00 Over Excavate and Backfill with #7 Stone $206,572.00 Control Panels 1-LCP-7 & 19-LCP-3 $47,999.00 Influent Pipelines WITHDRAW $225,312 $0.00 Aerial Photo's $5,000.00 Exterior Light Fixture Colors Rejected Combine 16 - MCC 1 & 2 $0.00 Additional Floor Boxes RFI #64 $2,625.00 RFP #2 Deletion of HMI Programming from Bauman's Scope (OMI to Perform ($17,100.00) RFP #3 Duplication of PLC 24 & 25 I/O's and Relocate 0cy Gen System $317200 Conduit Revisions Between Structures # 24 & #25 to Aerators $2,543.00 Additional Waterstop at Clarifiers $15,401.00 Structure #17 Door Modifications ($541.00 Fl ^,..; CHANGE'ORDER#2 ' N ..: Work Directive #9 Door Swing and add 2 Skylights Bldg #23 $1,366.00 Work Directive #10 Building #23 Overhead Door Size Change $297.00 Keystone Conveyor Control Panels $19,488.00 Additional Sales Tax $0.00 Influent Pipelines REVISED $231,245.00 CHANGEORDER#3' , n. 6'.: - Concrete Thoroseal $145,113.00 Additional Caisson Depth $22425.00 Additional Berm Material $5,136.00 Work Directive #12 Post Aeration Changes $2,378.00 Yard Piping Changes U4 & US $8,719.00 Work Directive #13 Biosolids Processing Building $254.00 Additional Point Loads Submittal 002-13125-0 Structure 17 $3,769.00 Contract Drawing Clarification 10 $2295.00 Change Pipeline YP12 to C-900 ($11,329.00) Additional Import Structural Fill (Contract Unit Price) $193,831.00 Structure 16 Chemical Feed Building Piping Material Change $14,901.00 Transfer Switch Pad & Conduit for Power Secure $3,906.00 Photo Cells and Photo Cell Termination $931500 Work Directive #14 - Change Blower Piping to Galvanized $621.00 CDC #17 - Additional Structural Lintel $3,774.00 RFI #94 - Epoxy Anchors $5,813.00 Spacing of Bar Screen $2,322.00 CHANGEORDER #4ti 8" Flushing Line to 30" Forcemain $73,883.00 Addition of Concrete Sidewalks $84,419.00 Addition of Vehicle Gate and Walk-through Gates in Site Fence $4,311.00 Textured/Stained Concrete Sidewalk $1,353.00 Vinyl Wall Covering in Structure 22 $8,455.00 Extension of Forcemains $11,160.00 Paving $35,180.00 Gas Line to Future Generator $1,764.00 Metal Liner Panels in 13 $16,492.00 Relocation of the FDC at Structure 22 $1,151.00 Strucure #2 & # 12 MOGs $4,756.00 Additional Pipe Supports 4 10 16 $5,667.00 Trim piece T-101 perArchitect $711.00 Raising of the Ceiling in Structure 16 Chemical Pump Room $6,145.00 WESTSIDE WWTP - CHANGE ORDER SUMMARY CONTRACT WP -3 Bldg. 23 Fiber Optic Duct Bank 56 518.00 Addition of 2 Receptacles at Structure 12 $751.00 Add Insulation from #10 Control Room to Canopy $432.00 Extension/Modification on Channel Gates at 11 $3129.00 RFP #4 Grit Pump Control Revision S1206.00 Addition of Sump Pump drain at RAS/WAS Pump Station $755.00 Bldg. 16 Immersion Heaters Electrical Provisions $5,433.00 CHANGE ORDER ass , e ' Construction for Power Secure Generator Pad $28863.00 OMI Drain Change to Eliminate Tripping Hazard in the Inlet Facilities $3028.00 Addition of (2) 6" Plug Valves at the WAS Tanks $6886.00 RFP #5 Fire Alarm Panel Connection $3,780.00 RFP #6 Addition of Vendor Supplied PLCs to OCS Network $708300 RFP #7 Addition of remote On/OH Control of 2-P-1 and 2-P-2 $777.00 RFP #8 Additional Emergency Stop Pushbuttons for Maceracer and Band Screen 52 097.00 RFP #9 Safety Disconnects at Entry Gate Operators $3186.00 Additional Aerial Photos thru August 2008 $2,905.00 RFI-095 Type 7A Light Fixture Revision $2,054.00 Provide and Install (2) Gates at the Outfall Structure $2,208.00 Add Emergency Siren at Front Entrance Gate $514.00 Additional Asphalt Paving $50,937.00 Fire Lane Curb Painting $524.00 Addition of Sample Ports - $5,973.00 Modification Made to Overhead Doors due to Interference $18 823.00 Install Additional Bollards $117900 Install Bypass Line Around Solenoid Valves in Inlet Facilities per OMI $181000 Install 5 Ton HVAC Unit in Lieu of 1.5 ton Mini Split Unit $10,834.00 Relocate 1.5 Ton Mini Split HVAC Unit to the Inlet Facilities Electrical Room $3,960.00 Labor to Repair Waterline Damaged by Crowder on Broyles Avenue $3,369.00 Additional Sod at Grit and Scum $452800 Additional Sod at Post Aeration Area $955.00 Addition of Curb and Valley Drain Between Filler Bldg. and Post Aeration Basin $10,051.00 Additional Service Trip to Make Modifications to Andritz BFP System $6003.00 Addition of Explosion Proof Soleniod Valves and Pressure Switch at Inlet Building $5,734.00 Refurbish Jobsite Utility Vehicles $12,529.00 Openings in Mezzanine at Structure #23 $785.00 Additional Signage a $8,290.00 Additional Sidewalks From 3-16-08 to 7 -11 -OS $48,623.00 Addition of Checker Plate at Structure 18A and 11 $43,420.00 Modifications to Stairs to Eliminate Head Knocker in Structure 19 $13,055.00 Addition of Heat Tracing the Pipe at Structure 16 and 17 $36,807.00 Correction and Addition of Piping Between Grit Pump #1 and #2 $4725.00 Site Security System ($75,000.00) Site Telephone System($50,000.00) TOTALS . $1,758,085.00 ($873,706.00) (($84,763.00) Original Contract Not to Exceed $59,994110.00 Total Contract Cost Change $064,31900 laoroase Contract Notte dosed Price By (Coal $941,863.64 New Total Contract Not to Eneeed Price $60,936,513.64 S • CHANGEORDER�#5 a j ,II 1 Construction for Power Secure Generator Pad 2 OMI Drain Change to Eliminate Tripping Hazard in the Inlet Facilities 3 Addition of (2) 6" Plug Valves at the WAS Tanks 4 RFP # 5 Fire Alarm Panel Connection s RFP #6 Addition of Vendor Supplied PLCs to DCS Network 6 RFP # 7 Addition of remote On/Off Control of 2-P-1 and 2-P-2 7 RFP # 8 Additional Emergency Stop Pushbuttons for Maceracer and Band Screen 8 RFP #9 Safety Disconnects at Entry Gate Operators 9 Additional Aerial Photos thru August 2008 10 RFI-095 Type 7A Light Fixture Revision 11 Provide and Install (2) Gates at the Outfall Structure 12 Add Emergency Siren at Front Entrance Gate 13 Additional Asphalt Paving 14 Fire Lane Curb Painting 15 Addition of Sample Ports 16 Modification Made to Overhead Doors due to Interference 17 Install Additional Bollards 18 Install Bypass Line Around Solenoid Valves in Inlet Facilities per OMI 19 Install 5 Ton HVAC Unit in Lieu of 1.5 ton Mini Split Unit 20 Relocate 1.5 Ton Mini Split HVAC Unit to the Inlet Facilities Electrical Room 21 Labor to Repair Waterline Damaged by Crowder on Broyles Avenue 22 Additional Sod at Grit and Scum 23 Additional Sod at Post Aeration Area 24 Addition of Curb and Valley Drain Between Filter Bldg. and Post Aeration Basin 25 Additional Service Trip to Make Modifications to Andritz BFP System 26 Addition of Explosion Proof Soleniod Valves and Pressure Switch at Inlet Building 27 Refurbish Jobsite Utility Vehicles 28 Openings in Mezzanine at Structure #23 29 Additional Signage 3o Additional Sidewalks From 3-16-08 to 7-11-08 31 Addition of Checker Plate at Structure 18A and 11 32 Modifications to Stairs to Eliminate Head Knocker in Structure 19 33 Addition of Heat Tracing the Pipe at Structure 16 and 17 34 Correction and Addition of Piping Between Grit Pump #1 and #2 West Side WWTP Change Order Number 5 Summary of Changes CO 5-1 Power Secure Generator Pad. Construction of the concrete pad for the backup power generator. This cost was less than having PowerSecure construct the pad, resulting in a deduct change order to the PowerSecure contract. CO 5-13 Additional Asphalt Paving. Paving the road to the outfall structure. CO 5-16 Overhead Door Modification. Deconflicting overhead door alignment with conduits required in the structure. CO 5-19 Increase HVAC size in the Ultraviolet Disinfection building. The planned HVAC unit was insufficient for the heat generated within the Ultraviolet Disinfection structure due to a change in manufacturer's requirements. CO 5-24 Installing Curb at Post Aeration Basin. Installing curb and gutter to prevent drainage from entering the post aeration basin area in large storms. CO 5-27 Refurbish Job Site Utility Vehicles. Refurbishing the four wheel all terrain vehicles for transfer to maintenance functions. CO 5-30 Final Concrete Sidewalks. Concrete sidewalks at locations throughout site that make the plant more functional and or much less expensive to maintain. The majority of these are at locations that could not be identified until the operator flow through the plant was determined. CO 5-31 Adding Checker Plate At Ultraviolet Disinfection. Adding checker plating at the ultraviolet disinfection flume and box to prevent algae growth that may inhibit disinfection. CO 5-32 Modifying Stairs in Solids Handling Building for Safety. Modifying the stairs used to get to the upper areas of the belt filter presses to make them meet OSHA requirements for overhead clearance. CO 5-33 Addition of Heat Tracer Tape at Chemical Feed and Odor Control Facilities. Adding heat tracer tape to the piping for the chemical storage tanks. These structures were originally placed inside buildings, but the buildings were made smaller and these items wre removed to reduce costs. The heat tracer tape is required to prevent piping from freezing. From: Clarice Pearman To: Jurgens, David Date: 8.26.08 4:28 PM Subject: Brasfield & Gorrie Attachments: 08.26.08 Brasfield & Gorrie LLC CO5.pdf CC: Audit David: Attached is a copy of your staff review item regarding the change order five for Brasfield & Gorrie. I am forwarding to you two of the three signed agreements via interoffice mail. Please let me know if there is anything else needed for this item. Have a good day. Thanks. Clarice David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts N/A- Mayor's Approval, City Council Meeting Date WW System Improvement Project Division Action Required: of Change Order Number 6 to the contract with Brasfield /2Co6 tras Fitld Gorr► C06 Water and Wastewater Department no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP 3. $ 149,726 $ 2,400,000 Wastewater System Imp Project Cost of this request Category/Project Contingency Program Category / Project Name 4480.9480.5315.00 Account Number 02133-0304 Project Number Budgeted Item $ 974,075 Funds Used to Date $ 1,425,925 Remaining Balance Budget Adjustment Attached EJ Department iIectoiU Date Ja A A City Attorney Water and Wastewater Program I Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # Original Contract Date: 10/20/2005 Original Contract Number: 1014 L O iaJ Q. ___ Finance and Internal Service Director Date Mayor Received in City Clerk's Office e 0 Received in Mayor's Office UI j /a 9$ , __a sJ ' 1 © -- , I. i L l . I f . • aye ARKANSAS CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater DirectorQJ Date: 9 Dec 2008 Mayor's Approval Subject: Approval of Change Order Number 6 to the contract with Brasfield & Gorrie, LLC., for $149,726.22, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3 RECOMMENDATION Staff recommends approval of Change Order Number 6 to the contract with Brasfield & Gorrie, LLC., in the amount of $149,726.22, with no change to the contract time, for construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP -3. BACKGROUND Brasfield & Gorrie was awarded the West Side WWTP contract in October, 2005. Work is substantially complete. The WWTP first received wastewater on 29 May 2008, and produced effluent on l June, 2008. DISCUSSION This Change Order is the final reconciliation of all quantities and work performed on this job. Work includes (1) additional sod to establish cover to meet the stormwater permit and eliminate erosion; (2) a platform and ladder at the effluent parshall flume in order to meet ADEQ access and inspection requirements; (3) sidewalks to facilitate operations; (4) electric actuators on the odor control facility; (5) mounting bracket on the headworks building to mount the surveillance camera purchased early in the project; and (6) coating clarifier troughs to prevent seepage and significantly improve maintainability. This project is expected to achieve final completion and be closed out in December, 2008. The West Side WWTP construction and transition to operations has proceeded incredibly well. The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff has produced an excellent project. MWY recommends approval of this change order. BUDGET IMPACT This change order uses $149,726.22 of the approved $2,400,000 contingency, and creates no change in the contract time. A balance of $1,326,198.75 will remain in the approved project contingency and will be returned to the overall WSIP proiect contingency upon closure of this contract. Cumulative Cost Contingency Contingency Used Contract $ 59,994,710.00 $ 59 994 710.00 $ 2,400,000.00 $ 0.00 Col $ 0.00 $ 59,994,710.00 $ 2,400,000.00 $ 0.00 CO2 $ 0.00 $ 59 994,710.00 $ 2,400,000.00 $ 0.00 CO3 $ 404,074.85 $60,398,784.85 $ 1,995,925.15 $ 404 074.85 CO4 $ 273,671.00 $ 60,672,455.85 $ 1,722,254.15 $ 677,745.85 CO5 $ 246,329.18 $ 60,918,785.03 $1,475,924.97 $ 924 075.03 CO6 $ 149,726.22 $ 61,068,511.25 $ 1,326,198.75 $ 1,073,801.25 WP -3 Brasfield Change Order No 6 CC Memo Dec08 J • FAYETTEVILLE THE CrTY OF FAYETTEVIUX. ARKANSAS CHANGE ORDER Project Number: 02133.0304 Contract Number: WP -3 Contract Title: Westside Wastewater Treatment Plant and the Wetland Berms and the Water Line at Broyles Road Change Order No.: 6 Date of Issuance: December 04, 2008 TO CONTRACTOR: Brasfield & Gorrie, LLC The Contract is changed as follows: ORDINANCE NO: / RESOLUTION NO: EFFECTIVE The Contract scope has been changed to include additions, deletions, and revisions to the original Contract Documents. These changes reflect items of work required by proposed field modifications of the Contract Documents as well as ongoing value engineering of the project. Note: Please refer to the attached documents for details of the proposed changes. Not valid until signed by the Owner. Yom_ RECEIVED ' The original Contract Price was ................................................\. .$ 59,994,710.00 Net change by previously authorized Change Orders ...............r,........9F�...I).,n,..1�a.........�.�........$ 941,863.64 The Contract Price prior to this Change Order was........................................................j........$ 60,936573.64 The Contract Price will be (FZ increased) (O decreased) (O un ed30*0(}ry.7:f.....n ..........$149,726.22 The new Contract Price including this Change Order will be .......... Rl....................$ 61,086,299.86 The Contract Times will be (O increased) (O decreased)(® uncha &I 0..................( O) days Required date of Substantial Completion as of the date of this Change e e is ................May 31, 2008 NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Brasfield & Gorrie LLC CONTRACT R /2/0 cOP, BY C DATE McGoodwin, Williams and Yates, Inc. ENGINEER BY DATE �— Distribution: ❑ Owner (4) ❑ Contractor O Engineer 00940 Change Order 00940-I WESTSIDE WWTP - CHANGE ORDER SUMMARY CONTRACT WP -3 • Description Increase Contract Decrease Value Amount Contract Engineering Sales Tax and Fuel Savings ($72826800) . CHANGE ORDER #1 Work Directive #1 12" x 8" Tee and Valve Setting - Broyles Rd Waterline $12,830.00 Work Directive #2 12" Waterline Additions $5,697.00 Addition of 4 Wire Feed at Structures 7,10,24 and 25 $15,949.00 Change Conduit Material from PVC Coated rigid to Aluminum Rigid($44,235.00) Work Directive #5 Filter Outlet Changes Welded Outlets in lieu of Tee's ($29,199.00) Change Clarifier Center Well Design UV Channel Modifications WD #7 S7 689.00 Inlet Facility Electrical Room Modifications $86,117.00 Gas Line Crossing $19,521.00 Jobsite Utility Vehicles $28,833.00 Over Excavate and Backfill with #7 Stone $206,572.00 Control Panels 1-LCP-7 & 19-LCP-3 $47,999.00 Influent Pipelines WITHDRAW $225,312 $0.00 Aerial Photo's $5,000.00 Exterior Light Fixture Colors Rejected Combine 16 - MCC 1 & 2 $0.00 Additional Floor Boxes (RFI #84 - $262500 RFP #2 Deletion of HMI Programming from Bauman's Scope OMI to Perform $17,100.00 RFP #3 Duplication of PLC 24 & 251/O's and Relocate Oxy Gen System $3,172.00 Conduit Revisions Between Structures #24 & #25 to Aerators ($2,543.00) Additional Waterstop at Clarifiers $15,401.00 Structure #17 Door Modifications (541.00 CHANGE ORDER #2 Work Directive #9 Door Swing and add 2 Skylights Bldg #23 $1,366.00 • Work Directive #10 Building #23 Overhead Door Size Change $297.00 Keystone Conveyor Control Panels $19488.00 Additional Sales Tax $0.00 Influent Pipelines REVISED $231,245.00 CHANGE ORDER #3 Concrete Thoroseal $145,113.00 Additional Caisson Depth $22,425.00 Additional Berm Material $5136.00 Work Directive #12 Post Aeration Changes $2,378.00 Yard Piping Changes U4 & US $6,719.00 Work Directive #13 Biosolids Processing Building $254.00 Additional Point Loads Submittal 002-13125-0 Structure 17 $3,769.00 Contract Drawing Clarification 10 $2,295.00 Change Pipeline YP12 to C-900($11,329.00) Additional Import Structural Fill (Contract Unit Price) $193,631.00 Structure 16 Chemical Feed Building Piping Material Change $14901.00 Transfer Switch Pad & Conduit for Power Secure $3,906.00 Photo Cells and Photo Cell Termination $9,315.00 Work Directive #14 - Change Blower Piping to Galvanized $621.00 CDC #17 - Additional Structural Lintel $3,774.00 RFI #94 - Epoxy Anchors $5,813.00 Spacing of Bar Screen $2,322.00 CHANGE ORDCN, #4 8" Flushing Line to 30" Forcemain $73,883.00 Addition of Concrete Sidewalks $84419.00 Addition of Vehicle Gate and Walk-through Gates in Site Fence $4,311.00 Textured/Stamped Concrete Sidewalk $1,353.00 Vinyl Wall Covering in Structure 22 $8,455.00 Extension of Forcemains $11,160.00 Paving $35,180.00 Gas Line to Future Generator $1,764.00 Metal Liner Panels in 13 $16,492.00 Relocation of the FDC at Structure 22 $1,151.00 •Structure #2 & # 12 MOGs $4,756.00 Additional Pipe Supports 4, 10, 16) $5,667.00 Trim piece T-101 per Architect $711.00 Raising of the Ceiling in Structure 16 Chemical Pump Room $6,145.00 WESTSIDE W WTP - CHANGE ORDER SUMMARY CONTRACT WP -3 Li • • Bldg. 23 Fiber Optic Duct Bank $6,518.00 Addition of 2 Receptacles at Structure 12 - $751.00 Add Insulation from #10 Control Room to Canopy $432.00 Extension/Modification on Channel Gates at 11 $3,129.00 RFP #4 Grit Pump Control Revision $1,206.00 Addition of Sump Pump drain at RASIWAS Pump Station $755.00 Bldg. 16 Immersion Heaters Electrical Provisions $5,433.00 CHANGE ORDER #5 Construction for Power Secure Generator Pad $28,863.00 OMI Drain Change to Eliminate Tripping Hazard in the Inlet Facilities $3,028.00 Addition of (2)6" Plug Valves at the WAS Tanks $6,886.00 RFP #5 Fire Alarm Panel Connection $3,780.00 RFP # 6 Addition of Vendor Su lied PLCs to OCS Network $7,083.00 RFP #7 Addition of remote On/Off Control of 2 -P -I and 2-P-2 $777.00 RFP #8 Additional Emergency Slop Pushbuttons for Maceracer and Band Screen $2,097.00 RFP #9 Safety Disconnects at Entry Gate Operators $3,186.00 Additional Aerial Photos thru August 2008 $2,905.00 RFI-095 Type 7A Light Fixture Revision $2054.00 Provide and Install (2) Gates at the Outfall Structure - $2,208.00 Add Emergency Siren at Front Entrance Gate $514.00 Additional Asphalt Paving $50,937.00 Fire Lane Curb Painting $524.00 Addition of Sample Ports $5,973.00 Modification Made to Overhead Doors due to Interference $18,823.00 Install Additional Bollards $1.179.00 Install B ass Line Around Solenoid Valves in Inlet Facilities per OMI $1,810.00 Install 5 Ton HVAC Unit in Lieu of 1.5 ton Mini Split Unit $10,834.00 Relocate 1.5 Ton Mini Split HVAC Unit to the Inlet Facilities Electrical Room $3,960.00 Labor to Repair Waterline Damaged by Crowder on Broyles Avenue $3,369.00 Additional Sod at Grit and Scum $4,528.00 Additional Sod at Post Aeration Area $955.00 Addition of Curb and Valley Drain Between Filter Bldg. and Post Aeration Basin $10,051.00 Additional Service Trip to Make Modifications to Andritz BFP System $6,003.00 Addition of Explosion Proof Soleniod Valves and Pressure Switch at Inlet Building $5,734.00 Refurbish Jobsite Utility Vehicles S12,529.00 Openings in Mezzanine at Structure #23 $785.00 Additional Signage e . $8,290.00 Additional Sidewalks From 3-16-08 to 7-11-08 $48,623.00 Addition of Checker Plate at Structure 18A and 11 $43,420.00 Modifications to Stairs to Eliminate Head Knocker in Structure 19 $13,055.00 Addition of Heat Tracing the Pipe at Structure 16 and 17 $36,807.00 Correction and Addition of Piping Between Grit Pump #1 and #2 $4,725.00 Site Security System ($75,000.00) Site Telephone System $50,000.00 CHANGE ORDER #6 Additional Sod for the Site $20,866.00 Platform and Ladder at the Effluent Parshall Flume $12,251.00 Final Sidewalks $58,237.00 Open/Close Actuators for Dampers $11,315.00 Camera Mounting Bracket - supply and install $3,724.00 Versa -Flex to Coat Clarifier Troughs $34,195.00 TOTALS $1,898,673.00 ($873,706.00) ($84,763.00) Original Contract Net to Exceed Total Contract Coat Change $59,990.TI0.00 St 020.961.00 Increase Contract Site Exceed Price By I Costx 6.5%1 $1,091,569.88 New Total Contract Not to Exceed Price 561,086,299.86 West Side WWTP Order #6 Summary Additional Sod.for the Site — Sod that was strategically added to the site to enhance the site physically and cosmetically. Effluent Parshall Flume — Platform and ladder that was added over the parshall flume to allow easy and safe access to the effluent parshall flume for operation procedures Final Sidewalks — additional sidewalks that were strategically added to the plant site to provide sidewalk paths for operation traffic to the different structures. Open/Close Actuators for Dampers — Electric actuators for the odor control duct damper that will open and close automatically. Mounting Bracket — Bracket that was added to accommodate a site security VersaFlex to Coat Clarifier Trough — coating added to the clarifier troughs to add integrity and operational value of the effluent troughs. U J •LLI a LL O o m mA Q m @ L 0 . J a A W a LL LL Q v In IL m m • OCo O N m N t{IID J O w w b I� ry W m b W O O Q m 1 - W 0 o O O N Q O N w w o J D c i c 0 T a N yy m J N w w > ≥ 7 y N Y Y O 5 vi N I- J a c o 0 o j c @ F-�y F a m m 7 0 t c n w m m 7 i a N N O y J M N N r 1A 4, W Q K N N w w 5 O 0 J o w f m J L o N O N O t� @ o C O Z 20 a _c U `y N w a y o c o -p @ @ Q m d a m Q m a a` O w N 2 W -- All Around Landscaping, Inc. P O Box 8290 Springdale, AR 72766 479.750-3020 Or 479-361-9796 Change Order Date: 8125108 Change Order: 3 Customer: Brassfield & Gorrie Prepared By: Stephanie Gilbert Job Name: Westside Wastewater Treatment Plant Property Address: 15 South Broyles Ave Fayetteville, AR. Customer agrees to the additional cost or reduction in cost to the original contract amount. The agreed upon amount is due in full upon completion of stated work. P Sign Date: THANK YOU FOR YOUR BUSINESS! • 0 ] 0 ^ " ° " / sa / • \ }§ N k S C'4 \ i § 60 69 C a.§ S g-_ C, UJ ! XU) 2 a \)( ) 6 # § ( } C') 0) # cd | ) ; 2 Ii'C § 2 '60 C. L� moo,.Co \�\� 7 ] _ k w a m Co CO { a --- ---- 8 ® \ c, _ § i / JEWo $ ) m / m 7 ] m \E KI, , INVOICE • 1F THOMPSON FABRICATING LLC REMIT TO: DRAWER 0477 P.O..BOX 11407 • BIRMINGHAM, AL 35246-0477 (205) 841-0441 • FAX (205) 841-0822 BRASFIELD & GORRIE PO Box 10383 Birmingham, AL 35 FAYETTEVILLE SHIP TO: 0823802 -IN • INVOICE NUMBER: 9/22/2008 INVOICE DATE: }Caney CUSTOMER P.O.: SALES TAX CODE: 1/2% 10 -NET 30 TERMS: SUB • PO T1UnJQaNOSP 232008 II: -T, - ________________ „ '� f v ('^•..e' a „S r rt -' �rr I ia I i , 1 — 4 ,y Payment is due upon receipt of this invoice. Interest will be charged at the rate of 1-11296 er month on the unpaid balance beginning thirty days from the date of this invoice. In the vent Thompson Fabricating LLC, (TFCO) employs an attorney or collection agency ) collect the balance due on this invoice, TFCO shall be entitled to recover costs." NET INVOICE: FREIGHT: SALES TAX: 1022.00 00- 0.00 T'.n)nTr,, mmmI'T. r a s ,f� t4 tr }x fl r.- , r. ' . -- • THOMPS0N FABRICATING LLC REMIT TO: DRAWER 0477 P.O. BOX 11407 • BIRMINGHAM, AL 35246-0477 (205) 841-0441 • FAX (205) 841-0822 BRASFIELD & GORRIE PO Box 10383 Birmingham, AL 35201 SHIP T6AYETTEVILLE SALES CD DESCRIPTION 1 601 ladder • • INVOICE '11 INVOICE NUMBER0823801-IN INVOICE DATES/ 18/2008 --(.c-.. H, h re r ll „ 1 , y1t kazey CUSTOMER SALES TAX CODENONTAX QUANTITY sue p �" "� , �„• d0� V0 Ccn U 7n��9 J0p q , SEP 19 good ©SSoco..-. 'ayment is due upon receipt of this invoice. Interest will be charged at the rate of 1-1/2% :r month on the unpaid balance beginning thirty days from the date of this invoice. In the *ent Thompson Fabricating LLC, (TFCO) employs an attorney or collection agency collect the balance due on this invoice, TFCO shall be entitled to recover costs.' TERMS: 1/2% 10 -NET 30 PRICE AMOUNT 1337.00 NET INVOICE: 1337.00 FREIGHT: 0.00 SALES TAX: 0.00 S SHA WNEE FABRICA TORS, INC. 5 AMERICAN WAY, SHAWNEE, 0% 74804-9255 PHONE 405-275-8264 - FAX 405-275-8440 TO: BRASSFIELD & GORRE ATTN: KASEY ARCHITECT: DRAWINGS: PROPOSAL DATE: 08/11/08 PROPOSAL #2921 CO#21 PROJECT: FAYETVILLE, OK BIDS: ASAP WE PROPOSE TO PROVIDE THE FOLLOWING ITEMS AS LISTED BELOW FOR THE FOLLOWING PRICE: $4,095.00/LOT PLUS TAX GRATING PLATFORM w/ CHANNEL FRAMING — 51 sq ft QUALIFICATIONS: a) SURFACE PREP: MILL FINISH EXCLUSIONS: FIELD DIMENSIONS, UNLOADING & ERECTION ANCHORS FOR OTHER TRADES BITUMASTIC COATING EPDXY ANCHOR GUNS AL. HANDRAIL LADDER PRICE IS FIRM FOR ACCEPTANCE WITHIN THIRTY (30) DAYS, F.O.B. JOBSITE. NO FIELD DIMENSIONS ARE INCLUDED. CONTRACTOR TO UNLOAD AND ERECT. NO TAXES ARE INCLUDED IN ABOVE PRICE. NO RETAINAGE ALLOWED. TERMS NET 30 DAYS. • ACCEPTED BY DATE SHAWNEE FABRICATORS, INC. KEVIN DUCK, V.P. SALES 405/275-8264 EXT. 106 kevin@shawneefabrjcators.com Page 1 of 1 Labor To Install Platform and Ladder at the Effluent Discharge flume Name Rate Hrs ext Total Doug Schoolfield $26.25 32 $840.00 David Sykes $15.50 32 $496.00 David Schoolfield $16.50 32 $528.00 Joel Carbajal $12.00 32 $384.00 Total for crew--> I $2,248.00 • • CI M O C) 4) T 0 r O O C) N - n n N ? N- (N C) r r t0 N V O O w 0) r N - N N N J d) 4) 69 09 4) 0 N 44 4 4) H O N I- O O OJ YJ N O f0 O C) O O a o o N O N O - O O 0 O G O Cf C A N O O O N N (' 4) N N (0 di 4) N p M O M N N yy U' O 4) 43 61) O O CD 0 4) w c CO n J N o m U = m 2 2 m j H a. m 7 O O L O Q m N 0 a n O N � N 0) J N N rnj Q N CD N t9 O O) r O O r M ci 4) .- 4) N M 4) 4) N d) GO W '. 4) I- Q N O N O o o ri ci N N N CO ..- O) ) r .- C) (9 4) 4) U) O O w '0 -- Qm N N 4, C') 10 J N N S J J J J 2 J L ` L n e o ' N O N N O n O t - Y m V C 8'? z m O O O C 0 o n o m 0 o W a t° E c ❑ W N 0 0 0 Q (.J .2 m _ G 0 C Q E m F O v 0 3 'u co c3 m yyv m 0 o o E 7 m S U N Z W LL m N d LL y S w r N C) ) 0 r NI H J a H 31 -I u ry 1 O u21 l 0 ' F I 1-1 N01 GO1 UUI H£1 6 1 p I NI CI 'JI I 1 p \ I m 1 F 1 H L 0 J � O O O O O O O N o O o m O O o moo O O O N O O O o 0 o O O O o OI o o fl O O O O m O C O O O m O O O N O N m N N ry O O O O O O O O O m O O d d o M b O w m P N N r H C O O O O 0 N O N n O O O N O C N C n H O b o O O O O O O C O O O p 10 O M p O O rO N 0 g p N p 0 0 0 n N n n p O n n O O 0 O 0 O m N O 0 O IO Y IO O N b d n N M 0 C g m P n ry OI C g C N m r0 N O n 0 0 C 0 g C N rY C N b 0 Ip n N H N d N b N C N q N N N N H N N N N N N O O O N O N 0 0 0 P O O O N O O O p p ry O b o O O O O O O d O O O m O n O O n O r P O O w O O O N O o O n p N O N O O O O O O O p O O O P N P O O n O m O O O M O O O O N m P d n o 0 O O O o O O O p O O O O r N O N 0 O n N O O p m N N p N n p N P p p C m N N O m O N P O 0 O N N P O C 0 n P m N N IO N P n 0 m d N P C m N r0 N P n r r d N n r C p N N N N •4 N N N N N N N N '1 N N N N ry N •4 N N N N N N N N N N N N N N aaaaIXaaaaaaaaaaaaIXaaaaaaaaaaaaaaaaIX F xsxxxsxxxsxsxsxxxsxsxssxxxxxxxxsxxx a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00000000000moomoOO000000000OOooO000 00 MO N N •O O O o N .w o b N O O o N o O o b N m O m o O o O O O O N O O O m N N d p p N d m N N N d p p p p d N N p d p N p d p p p d d p p d d d N N . 00 z 0 m 00000000000000000000000000000000000 \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ N NNNN N N N N N N N N N N N N N 0 N N N N N N N N N N N N N 0 N N 0000000000000000,0000000000000000000 W O N N g N N V N N m w 0 H '0 w O .4 N m N •O w O N N b N b N b ry N 10 N N 0 M M H N p O p N m N N p N 10 ry n N N p N m N n N N p M M N N O N b m m O N 0 d b V NON b 0 N O N 10 O m p N O N m O 0 p N 0 0 0 p P 0 p N C N m m m 0 g ry q m p m ry P m p N N m N q 0 p 0 m 0 N N m m m N N M p p N m m m N N b N N n N b N N n N m m m N N M m N N b N m m N £u(a)C£Qaz> Eua 4Z04aa ayuitaa xxaa .JO F¢a W 1]O W Niqq• , (0>>4Zqqa W aaoQ„¢yaQ am.H]>Qp4r� j.H> Z a p EU[ z 2Z; 04 a ❑a a❑�4 y❑C.]a0tz 4Oy C W..�y❑y qN Ofr X WO4Z ❑q)ONO❑gN Q>4 Oyaa ❑aN [uO+N 0'0 OQ K HO❑W OIZrW W ❑7QaHO WaaMOOW maar-100 W 0400 W w F>Fxwy>awaapF>Fa❑F>FyaaOF>FMaapryhMw 0 m m m m m m m m m m m m m m m 0 m m m m m m m m m m m m m 0 m m m m 00000000000000000000000000000000000 00000000000000000000000000000000000 N NNN N N N N N N N N N N N N ry N N N N ry N N N N N N N ry N ry N N N ooO000O0000OrnrrrdppdddpNNNNNNNNNNN N N N N N N N N N N N N N N N N N N N N N N N N M n t'1 M M M n M N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 P 0 0 00000000000000000000000000000000000 aaaaaaaaaaaaaaaaaaaaaIXaaaaaaaa a IX a as aaaaGaGaaaaaaaaGaa6aGaaaaaaGa66aaa m m n m m o N ry M p m m p m b r m N N n p m b n m r m P o N N M N N n N N N N N N N N N N N N NNN N m m m b 10 b b Ip N N N N N ry N N P m OI n n M M n n n n M M n n n M M M M N 0 N N N ry N N N N N N ry NNNN N 00000000000000000000000000000000000 W p p p p p p p p p p p p m m m N N r r r r r r r m m m m m m m m N N N Y P P P m P m g P m q P q 0 q 0 m P P P P P P q P q P P q q m q m 0 0 0 a n n r r C r n r C C n n n n r r r r n n C n n n n r r r r n r r m m 0 O O O O O O O O O O O O o O O O O O O O O O O O O O O O O O O O O O O 3 0 0 0 o O o o O O o O O O o O O O o 0 o O O o O o O o o a O O o O o O W aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa o aaaaaaaawaaaaaaaaaaaaaaaaaaGaaGaaaa W a x0000000000000000000000000 -00000000000000000000000000000000000 a o 0 0 0 o O O o O o o a o 0 0 0 0 o O o o a O O O o O o o O O o O o 0 r r n r r C n n r C r C r n r r r C r r r r r n n C r r r n n r r C n 1 I I I I P 1 I I1I p 1 1 1 1 1 I 1 I 1 I 00000000000000000000000000000000 000 o ooO0000000000000O00000000a000000 00000000000000000000000000000000000 00000000000000000000000000000000000 Cl I \ 1 1 1 1 1 1 1 1 1 t t 1 1 1 1 1 1 1 1 1 1 i 0O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '0 • W £ 1 10 b V m m b b b la b o b la b m V m 10 b b 10 10 V! b V m V •O la b r0 10 b 10 b N H J 1 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m CU r o O Cal mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm In U I F O O O O O O O o 0 0 o O O r r r c p 4444 U N N N N NNNNNN N m U£ I a N NNN N N N N N N N N N N N N N N N N N N N N N n M n n n n M m N N N \ 4 F M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m P g q _ a 1 000000000000000000000000000000000000 0+ F ml r N 1 o 0 1 r] I 0 N N O m N m M M p d m M 00000 O N N H N M O O O O 00000 x00000 N C n C r u u u u u L C G C C GI H N H N H O O O O I N g q 44Q44 p m T N m N NNN N 00000 00000 m d N N N N Y Mblo lam Q P ry N N N 3 nmmmm o a a a a H N 0o000 O O O •-I00000 ['400000 r r I I I 1 1 00000 m NNN N 00000 £ n M M M M 00000 00000 1 I I 00000 b b b m b --'-I-- 00000 00000 N n n n M n M m P P 0 0 000000 S fF d L N 1 s� Il ow n m m mmm nwn mmm loran I F mN � r r nloH rwH rlc .+ rw.y O m ry �Y 10 V p N b T N m q N m C N O � I � Nm T .Y .4 Nri OI .Y ri 01 .YNN .4 riN d$N ~ N m n n N N m N m n N m n N N Q I H � N a � H 1 ti N £ U3i U H O°I F u0H HQI A 0 1 UUI I4EP >1 0I >I 00 0 o a 0 0 0 FO co In N in VI N m \ m m m m m m N m LA N in N in N I F N N N N N N • m 4 m FI 0 I O ❑❑ c Di w I • U I U m tl • 1 \ C u I U amp 4x u 2 0 00 W4i a mm m mF JIJ I P1 rvN - a N I (y m T F O NI o fL .v ry 000 'op 000 U O N z 0 \ H J1 m O I F 000 P i a ° O k o o Fa a o 0 0. 0 F U H z 1 O O o 0 O O £w a I C m o a o 0 0 0 o Q 31 y MO ('II J L3 ry F ql y OZ O 40I A F 1 N W E W y 00 0 F -'m, w W w I aNm .+ w W a Di L4 F o Q m m N e1 3mm rip 4i tJ I] 3 I h ❑aa H V1 U) O N F F a F a F a F H I0' H F N Cr UI Q N Q a Q 0 0 0 0 H 0 H 0 H 0 H N F N Cl) oa zU F F UCC UKC Ua 0r f.1 0 0 qqq f.. qC4 qNq 0 :il rmr� '+1 Qr�� [1 a % S I II o o vFi H .Oi .a £ A .4t CO m N N 0 0 .0 0 C I 0 00 0 0 J h h b I N £ n n N .n I I 00 I, a 00 n O N I \ I I ° U - O 00 • .o El m e J H L I -- a Cl) in mu 0 o C Z1 H H .+ £ >§ I 00 N N N o [ii O--- W U U \ J U£I . 0nn Nn01 O n\\ Fl Di 1 000 m of F ml Q A NI 0 I m r 0 C U tl, J m J I:! v �p LL d CD w d m e6 C flu. r u. O U C W LL IL @1 O m • O N O O W l0 O l0 O N — 1A N M fA 01 — S iR fA 03 - M F c6 _O w O ° w f � 0 0 0 0 0 O 0 N O N Qi m v n J a w 0 0 N N m m n 7 N wIii '� O - m m V x 0 0o m 7 F a m w J o m t F a y ai O m' o v o w m of C w W I- 0 f m cc CO CD o w w m 0 0 J O 't N e e O o On o n 0 0 Z O C a 0 0 K U W N A cE J�2� m °'N0 m m° QO d V7 ui W • • INSTRUMENT & SUPPLY, INC. P. O. Box 1679, Hot Springs, AR 71902 501-262-3282 Phone 501-262-4847 Fax www.isiequip.com Yam v V ,lbud rBan4oG9eee6 &oh' Revised- October 15, 2008 Mr. Kasey Birdsong Brasfield & Gorrie LLC 729 S. 30th Street Birmingham, AL 35233 Quote number: 0909-03-06RevA Re: Fayetteville Westside Plant Electric Actuators Dear Mr. Birdsong: Instrument & Supply, Inc. is pleased to quote the following equipment per your request: Three (3) Raymond Controls MAR 10-307 120/1/60 Electric actuator in a NEMA 7 Enclosure with Motor break, (4) SPDT limit switches, 1000 OHM feedback potentiometer, analog Position controller, space heater and thermostat for Class I, Div I & 2. $9,801.00. Lead time 5-6 Weeks after receipt of purchase order. Add freight and tax if applicable. Installation performed and guaranteed by others, conduit, wire, terminations, etc. by others. TERMS This proposal represents our best interpretation of plans, specifications, or design conditions. It remains the purchaser's responsibility to verify quantities and compliances. Backcharges will not be accepted unless we have been notified in writing prior to work being done. Applicable sales taxes and installation costs must be added to all quoted prices. Prices are good for 30 days from bid date. Payment terms are Net/30 days. A penalty equal to the maximum allowable interest rate will be applied to overdue accounts. Sincerely, Greg Kokemueller Project Coordinator • r m o v o t) N m p N I- w N t9 W r w r 01 Q N W f � O O O o 0 p 29 0u N O ON U w w o 3 N°- w (0 N- CO N U m N Y Y Q m Cu U LU p O O Uxl N t.. Q N A ~ 7 H O a m m 7 N N „p y co NC., O N N m t w a ato O a -O0 CD N a N Q 9 S S C W I- C C, A D LL C C Q a « 5 mmn O O 10 w d> 0 N N E 3 r 5 � lL U m p 9 7 � 3 7 J t t e e N Q N O n ci o r c 0 2 O i° C 4 o o U)U E c w ci o o a :Z c y ga m m b o ~ ti 0 a co v m E 2 D m ti a it N SER-23-2008 17:19 L 8 METAL FAR P. 02/04 u • WH It $1 U S4 Inca P.O. Bax546 Est.:1989' Pa Box368 1064E: Henri DeTbnti&lvd /060E.HcwrwD TatliBlvd .Ton'ti(pavn, AR 72770 Tontitawn,'AA72770 Phai 47St 3619640 Phone: 479-361-5898 Fai ;17¢361-5086 Fvx;'479-361 5086 — —QUOTAT(OW September 23, 2008 Quote #075 -RS Facsimile; 205-714-1652 Phon;e'205-714-1542 • Mr..KaseyBirdsong, Brasfield & Gorrie • 7.29South'30th St. Birmingham, AL 35233 • REe '"•:WASTEWATER TREATMENT PLANT, FAYETTEVILLE, ARKANSAS Dear:Kasey *e aKe'pleased to quote the following price in response to your inquiry. Please contact us, at)your earliest convenience, if you would like to.place an order: • Dsrriptiorntiorn Fabrication and installation of hot roll steel camera mounting bracket, as per attached Exhibit "A." • Quote includes labor and materials'for red: oxide primer; quote excludes paint, powder coat, or other finishes at this time. Quote includes delivery and installation. Laboi,'• $ 1,872.0. Materials/Equipment $ 681.0 tlbtofa} •$ 2,554.0 alesiak'on Materials (9.25%) $ 63'.0 Page.I of2 SE? -23-2008 17:19 L 8 METAL FAB • Bidis valid through October 31, 2008. Materials based on supply after receipt of order. Unless noted above, the price quoted does not include any excise, sales privllege;.use or • another taxes, local, state, federal, which could be applicable to this sale. If you would • like us to include tax in your quote, please advise our office and we will gladly do so. Stenographic and clerical errors in this proposal are subject to correction. • Land L Metal Fabrication, Inc. and/or B & S Metal Sales, Inc. will not be responsible, under;any circumstances, for the performance or soundness of the building design. • attached hereto as provided by customer. It is the customer's sole responsibility to provide uswith drawings or blueprints for all products which may require an engineer or :__ --=--= architect'�expertise�Therefore;_we-cannot-be responsible_for-the-structuraLi'ntegrity_of the design or failure of the same when building to your specifications. If any equipment is needed, other than what is specified in this quote, it is the responsibility of the contractor, owner, or builder to arrange and pay for the same. ***UPON. APPROVAL OF THIS QUOTE, PLEASE SIGN BELOW, INITIAL THE ATTACHED IF APPLICABLE, AND RETURN TO OUR OFFICE*** Wethank you for the opportunity to provide.your company with a quote on this- Project. Please, keep.us in mind on your future projects, as we always welcome the opportunity to provide you with a bid. We have an extensive line of metals in stock and available for . •on -site: fabrication including aluminum, stainless steel, hot roll, and many more. Please visit our website (www.ilmetalfab.com) for more information about our company: Of course; if you have any questions or comments,,ptease do not hesitate to contact us. Page 1ofI Clarice Pearman - Brasfield & Gorrie From: Clarice Pearman To: Jurgens, David Date: 12.16.08 5:43 PM Subject: Brasfield & Gorrie CC: Audit Attachments: Audit David: Attached is a copy of the change order for Brasfield & Gorrie. Please let me know if there is anything else needed for this item. Have a good day. Clarice file://C:\Documents%20and%20Settings\cpearman.000\Local%20Settings\Temp\XPgrpwise\4947E8D 8F... 12.16.08 L'-- u)I 0$- Ds Wks 1/3°1°8 07/30/2008 WED 08:41 FAX 479 646 6676 Holmes Erection allla2N STEEL BUILDING sYsTEms Alliance Steel, Ina • 3333 S. coUr]S-gngdAgJ�apprngC�pfplAahomn 73��n��n .,ene) 745.7500 • Fax (405) 745-7803 LIMITED WWtLfR's3A1 111MIR.nEEEMMEyNNT 662/ocs _ l IN CONSIDERATION of the purchase by the owner whose name appears hereafter ("Owner") of a roofing system ("Roofing System") manufactured by Alliance Steel, Inc. ("Alliance"), and Installed by the roofing contractor whose name appears hereafter hereinafter, Alliance�nd Roofing Con), and subject to all ractor severally conditions, tarrant limitations, to Owner that the allocations Roofing System will prevent leaks of rainwa sibilities set forth Into Owners building for 10 years after shipment of the Roofing System from Aliiance's plant, Responsibility for performance of the Limited Warranty Is severally allocated as follows: For the initial twenty-four months following completion of erection, Roofing Contractor shall be solely responsible for all repairs resulting from defects or deficiencies in workmanship in Installing the Roofing System, but shall not responsible for any defects In materials supplied by Alliance, nor for any defects In Alliance's design of the Roofing System?For Its part, Alliance shall be solely responsible for all defects in materials and Roofing System design, and subsequentto the initial twenty-four month period following o completion f erection, Allianceshal4 be respons®lefor all defecls,fn the.workrtanshlp.of installation as wa0. Prior to A0ianee•$teel, inc a completion of g rasponstbildy for ALL defects, the building(s) must have remained LEAK FREE for (24) continuous months. ALLIANCE AND ROOFING CONTRACTOR MAKE NO OTHER WARRANTY WHATEVER, EXPRESS OR IMPLIED, AND DISCLAIM ALL IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. IN NO EVENT SHALL ALLIANCE OR ROOFING CONTRACTOR BE LIABLE FOR ANY LOSS OF PROFIT, OTHER COMMERCIAL LOSS, CLAIMS FOR INCIDENTAL, CONSEQUENTIAL, OR SPECIAL DAMAGES OF ANY TYPE RESULTING FROM ANY DEFECT IN THE ROOFING SYSTEM, OR LOSS TO THE INTERIOR OF THE BUILDING OR ITS CONTENTS, WHETHER OWNERS CLAIM BE BASED IN CONTRACT, TORT, WARRANTY, STRICT. LIABILITY. NEGLIGENCE, OR OTHERWISE. OWNER EXPRESSLY AGREES THAT THE REMEDIES SET FORTH HEREIN ARE OWNER'S SOLE AND EXCLUSIVE REMEDIES. ALLIANCES TOTAL CUMULATIVE LIABILITY UNDER THIS LIMITED WARRANTY IS LIMITED TO THE COST OF THE REPLACEMENT OF THE DEFICIENT ELEMENTS) OF THE ROOFING SYSTEM, UTILIZING NORMAL MATERIALS, METHODS AND WORKMANSHIP, OR THE SUM OF $114,809.00 (One Hundred Fourteen Thou_ nd Eight Hundred Sixty Nine &QQL12QJJM4XIMUM LABILITY"), WHICHEVER IS LESS. ALL WARRANTIES BY ALLIANCE TO OWNER MAY BE FULLY SATISFIED BY THE REPAIR OF THE ROOFING SYSTEM, OR BY ALLIANCE'S TENDER OF THE RESIDUE, IF ANY, OF THE GROSS DOLLAR AMOUNT OF THE MAXIMUM LIABILITY. ROOFING CONTRACTOR'S TOTAL LIABILITY UNDER THIS LIMITED WARRANTY IS LIMITED TO SUPPLYING ALL OF THE LABOR COST FOR REPAIRING ANY LEAKS IN THE ROOFING SYSTEM FOR THE INITIAL TWENTY-FOUR MONTHS FOLLOWING COMPLETION OF ERECTION. TERMS, CONDITIONS, LiMrTATIONS A. Conditions Precedent The absence of any one of the following conditions shall render this Limned Warranty void and unenforceable, and relieve Alliance of 0abrdy and responsibility to repair the Roofing system. Alliance shall have no obligations under this Limited Warranty unless or until each of the following conditions exist or shall have been fulfilled: 1. All elements of the Roofing System have been property installed In the manner set forth in Alliance's current Roofing System installation and erection documentation, incorporated herein by reference, and sound industry practice, Including, but not limited to, installation of all root curbs, root lacks, sealants, mastics, subframing, roof panels, dips, vapor barriers, Insulation, thermal blocks, and flashing. 2. All bills for materials and services by Alliance and the Roofing Contractor have been paid in full. 3. Within sixty days of completion of installation of the Roofing System, Alliance shell have received, and approved in writing, final drawings of the installed Roofing System, showing the exact number, size, and location of all roof penetrations and roof -tap equipment, certified to be correct by the Roofing Contractor, together with photographs of the completed Roofing System. 07/30/2008 WED 08:41 FAX 479 646 6676 Holmes Erection lj003/005 4. No other manufacturers' products have been substituted for Alliance's products, or otherwise incorporated into the Roofing System, unless approved by Alliance in writing In advance, 6. Owner shall have permitted Alliance to repair the Roofing System at any reasonable time Alliance and/or Roofing Contractor, in their respective options, deem the Roofing System to be in need of repair_ 6. Owner shall have provided Alliance with written notice within thirty days of the discovery of any leaks In the Roofing System, together with evidence that establishes that the claimed non-conformance or defect resulted from a breach of the warranty set forth herein, and Alliance and its agents have been given a reasonable opportunity to inspect the alleged problem. 7. Any claim made hereunder is being made within the term of the Limited Warranty. 6. Conditions or events which shall void the Limited Warranty. The parties hereto understand that metal roofing systems have certain physical characteristics and consequent limitations which must be adhered to In order to maintain the beauty and integrity of a roofing system. Failure to respect these limitations can cause a roofing system to leak or even fell, no matter how high the quality of the roofing system as shipped or Installed. Owner understands that this Limited Weathertightness Warranty is not an insurance policy against any possible occurrence, but rather is a limited warranty by Alliance and Roofing Contractor, respectively, that they have delivered and Installed a quality Roofing System. This Limited Warranty Is not Intended to protect Owner from 000urrences outside the reasonable control of Alliance and Roofing Contractor, The following conditions or events (grouped under headings for convenience only) describe damage or deterioration to roofing systems which can occur before, during, or after Installation of the roofing system. The occurrence of any one or more of the following shall render this Limited Warranty void and unenforceable, and relieve Alliance and Roofing Contractor (for matters which occur subsequent to completion of installation of the Roofing System) of responsibility to repair the Roofing System: 1. Damage occurring prior to completion of the Roofing System. a. Damage due to mechanical or chemical causes. b. Damage to panels due to condensation or failure to keep the panels dry prior to instalation, whether during shipment. storage, or the erection process_ o. Damage outside the reasonable control of Alliance or Roofing Contractor, respectively. 2. Damage due to or associated with Improper construction or later alterations. a. Deterioration due to water run-off from, or electrolytic corrosion to, areas in metallic contact with lead or copper. b. Failure to remove debris from overlaps during construction. c. Deterioration of panels caused by contact with green or wet lumber. d. Deterioration of panels due to exposure to wet or damp insulation. e. Damage occurring as a consequence of interior condensation, whether to the Roofing System, or underside corrosion, or to the building. Failure to use vapor barriers with a permeability rating of .05 or lose with sealed Joints and perimeter, especially where Insulation is installed immediately beneath the roof panels. Failure to insure adequate ventilation of attic space between a roof panel and insulation, especially where Insulation Is Installed directly on top of an existing roof. f. Leakage associated with gutters, valleys, fleshing to parapets or to other stnrctures, improper Installation of panels or other causes which allow water to cascade onto the Roofing System, or situations which prevent continuous drainage of water from the Roofing System_ 9. Leakage associated with penetrations of the Roofing System by vents, ventilators, skylights, signs, equipment, or penetrations as a result of other muses. h. Suspension on the building of any weight In excess of design specifications. 1. Defects In the foundation, J. Deterioration of panels caused directly or indirectly by panel contact with fasteners (unless provided by Alliance). k. Damage occurring as a recut of improper care during the installation process. 3. Damage due to or associated with exposure to harmful external forces or conditions. a. Deterioration caused by marine or salt water atmospheres or by regular spray of either salt or fresh water. b. Corrosion caused by fallout or exposure to corrosive chemicals, Including but not limited to, ash or fumes from any chemical plant, aviation fuel, foundry, plating works, kiln, fertilizer manufacturing, paper plant, cement dust, animal waste, or emissions from similarly corrosive sources. e 07/30/2008 WED 08:41 FAX 479 646 6676 Holmes Erection 004/00�� c. Damage caused by falling or moving objects, fire, explosion, riot, civil commotion, acts of war, natural disasters, or by other abnormal environmental conditions; foreign substances in the air, lightning, strong gales, hurricanes, tornadoes, or earthquakes. d. Leakage caused by ice -dams which prevent the free flow of water off of the Roofing System. e. Any cause beyond the reasonable control of Alliance or Roofing Contractor. 4. Damage resulting from improper use or lack of maintenance, a. Deterioration caused by any corrosive substance or condensate of any substance contained, generated or released inside or near the building. b. Damage caused by individuals on the Roofing System, whether engaged in walking, jumping, scraping, hammering, gouging, carving, vandalism, or other improper treatment or abuse. C. Failure to promptly remove debris from all surfaces of the panels. d. Damage to panel coating caused by scouring or cleaning procedures. e. Movement of the building from its original location. f. Failure by Owner, Owner's agent(s), lessee(s), or other occupant or user to use reasonable rare in maintaining the roof. g Alterations to the Roofing System undertaken without Alliance's prior written authorization, including, but not limited to, structures, fixtures, or utilities being placed upon or attached to the Roofing System. h. Other causes of leakage which cannot fairly be attributed to defects In the Roofing System supplied by Alliance, or to the construction workmanship of Roofing Contractor. C. Other terms and conditions. 1. During the term of this Limited Warranty, Alliance and its agents shall have reasonable free access to inspect the Roofing System. Alliance shall be entitled, at Its sole discretion, to repair any element of the Roofing System it deems in need of some. Alliance shall have sole discretion to determine the type of repair needed, and how it shall be undertaken. Alliance and/or Roofing Contractor shall not be liable for the cost of any repairs undertaken by others without prior written approval. 2. Neither Alliance nor Roofing Contractor's failure at any time to enforce any of the terns or conditions stated herein shall be construed to be a waiver of such provisions, or of theirrightto exercise any of the terms hereof at any future time. 3. N the subject roof is covered by products of more than one roofing products manufacturer (where Alliance has approved In writing the use of other manufacturers products), this Limited Warranty shall apply only to those portions of the roof which are covered solely by Alliance's manufactured products. 4. This Limited Warranty is tendered for the sole benefit of the original purchaser as named below and is not transferable or assignable. 5. No oral agreements or understandings purported to have been made before or subsequent to the signing hereof, nor any course of conduct or performance, shall modify this agreement. This agreement sets forth the fun and complete rights of the parties hereto, and may not be amended orally, but orgy in writing signed by duly authorized officers of the parties concerned. 6. It is a condition of this Limited Warranty that Owner shall have established compliance with the conditions and requirements set forth herein. 7. The laws of the State of Oklahoma shall govern the rights and duties of the parties under this agreement and jurisdiction and venue shall be Oklahoma County. Oklahoma D. Project information. Alliance Job #:. 05-819 Building Owner. City of Fayetteville Project Name & Location: City of Fayetteville WWTP. Fayetteville. AR Type of Roof Covering: Affiance Seam 24 Roof Pitch (must be greater than 112:12):12 Square Footage of the Roofing System: 48.882 Date of Completion of Installation: Building End Use: TP 07/30/2008 WED 08:41 FAX 479 646 6676 Holmes Erection ,,,___1 pQ6/005 E. EXCLUSIONS 1. The roof curbs are specifically excluded from the coverage of this warranty, THIS AGREEMENT shall become valid only when signed by each of the Roofing Contractor, Owner and Alliance. WITNESS our hands and seals this _ day of . pD To be signed by Owner. fl I have read, understand, and agr�e 4e terms and conditions hereof. Owner. Title: To be signed by Roofing Contractor. I warrant that the Roofing System described herein has been competently constructed in strict compliance with Alliance Steel's published erection procedures and sound Industry practices. For the Initial twenty-four months following completion of erection, or prior to the bufldlng(s) remaining leak free for twenty four continuous months, I agree to promptly correct any roof leaks which result from Improper workmanship of installation. Roofing Contractor True: t v To be signed by Alliance Steel, Inc. Alliance Steel, Inc Title: ASI JOB #05-819 BRASFIELD & GORRIE, LLC. FAYETlEVILLE, AR Page 1of! Clarice Pearman - Re: Alliance Steel Warranty From: Lori Johnson To: Clarice Pearman Date: 11.19.08 3:48 PM Subject: Re: Alliance Steel Warranty You're welcome. I hope we have the Res number to you soon! Lori >>> Clarice Pearman 11/19/2008 3:06 PM >>> Thanks. >>> Lori Johnson 11.19.08 2:41 PM >>> Hi Clarice -- Attached is another warranty to be filed. A hard copy is in your box. I will send them as I receive them; so far this and the Power Secure ones are all we have received. David, should this warranty be connected with the B&G contract (Res 208-05)or the MWY contract (Res 39-00)? Thank you, Lori _ 11-lQi-a8 C •, ccos5rJrtY —ar, file: //C:1Documents%20and%20Settings\cpearman.0001Local%20 Settings\Temp\XPgrpwise149243547F... 11.20.08 Page 1 of I Clarice Pearman - Fwd: Alliance Steel Warranty From: To: Date: Subject: CC: Attachments: Hi Clarice, Lori Johnson Clarice Pearman; Peggy Vice 12.10.08 9:46 AM Fwd: Alliance Steel Warranty David Jurgens; Peggy Bell David Jurgens; Peggy Bell I spoke with Shannon and it should go with the B&G Resolution. Peggy V, I am forwarding a copy of this to you for your files. Thanks! Lori >>> Lori Johnson 11/19/2008 2:41 PM >>> Hi Clarice -- Attached is another warranty to be filed. A hard copy is in your box. I will send them as I receive them; so far this and the Power Secure ones are all we have received. David, should this warranty be connected with the B&G contract (Res 208-05)or the MWY contract (Res 39-00)? Thank you, Lori file:HC:\Documents%20and%20Settings\cpearman.000\Local%20Settings\Temp\XPgrpwise\493F8FEEF 12.1 Page 1 of 1 Clarice Pearman - Alliance Steel Warranty From: Clarice Pearman To: Johnson, Lori Date: 12.10.08 11:26 AM Subject: Alliance Steel Warranty CC: Vice, Peggy Lori: I have a question. This warranty is on a roofing system. Where is this roofing system? Who put in the roof system. I found Res. 155-08, Crossland did roof repair at Noland WWTP. This should probably go with the resolution that allow the roofing system. Let me know so I can properly attach this item to the correct resolution for reference. Thanks. Clarice file://C:\Documents%20and%20Settings\cpearman.000\Local%20Settings\Temp\XPgrpwise\493 FA778F 12.10.08 Clarice Pearman - Re: Alliance Steel Warranty Lori Johnson Clarice Pearman; Shannon Jones 12.11.08 9:41 AM Re: Alliance Steel Warranty Peggy Vice This is the roofing system for the buildings at the West Plant. I am not sure if we have a resolution specifically allowing the system --my thought is that the roofing system would be part of the construction contract awarded to B&G (Res 208-05), and not awarded as a separate piece. Shannon, do you agree? >>> Clarice Pearman 12/10/2008 11:26 AM >>> Lori: I have a question. This warranty is on a roofing system. Where is this roofing system? Who put in the roof system. I found Res. 155-08, Crossland did roof repair at Noland WWTP. This should probably go with the resolution that allow the roofing system. Let me know so I can properly attach this item to the correct resolution for reference. Thanks. Clarice file://C: \Documents%20and%20 Settings\cpearman.000\Local%20 Settings\Temp\XPgrpwise\4940E042F..