Loading...
HomeMy WebLinkAbout59-05 RESOLUTIONRESOLUTION No, 5 9 - 0 5 A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT WITH ARCHER WESTERN CONSTRUCTION, LTD. IN THE AMOUNT OF $14,644,000.00 FOR IMPROVEMENTS TO THE NOLAND WASTEWATER TREATMENT PLANT AND APPROVING A CONTINGENCY OF $292,880.00 WHEREAS, bids for the construction of numerous improvements to the Noland Wastewater Treatment Plan as part of the Wastewater System Improvement Project were solicited by the City; and WHEREAS Archer Western Construction, Ltd. was the lowest qualified bidder and submitted a bid about $2.6 million below the engineer's estimate and about $2.5 million below the next lowest bid; and WHEREAS, this bid has been reviewed by Black and Veatch, Engineers for this project, who recommend acceptance. NOW, THEREFORE, 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 construction contract (attached as Exhibit A) with Archer Western Construction, Ltd. in the amount of $14,644,000.00, plus a contingency of $292,880.00 for improvements to the Nolan Wastewater Treatment Plant and authorizes Mayor Coody to sign this contract. PASSED and APPROVED this 15th day of March, 2005. Al 'EST: .. , %%%%%%%%% fffff 1% \.... %%%%% S ••, ->C18.01Y ooles.°-p-',• r. c.) • • i3s . - . _ 5 :FAYETTEVILLE; ;- it" c.).• 4... z Vtsill:P/(41\1**JV %%%%%%%%% CPON% %%%%% By: .01441- SONDRA SMITH, City Clerk By: APPROVED: DAN COODY, Mayor • • DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements - Headworks and Solids Handling Contract No.: Date: EP -2 February 15, 2005 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Archer Western Contractors, Ltd. Matthew Walsh Name Addnms 2121 Ave.W,#103, Arlington, TX 76006 PrincipalCgfice 3715 Northside Parkway, NW, Bldg.#100,Suite 550, Atlanta, GA 30327 Corporation, partnership, individual, joint venture, other Corporation Arkansas State General Contractor's License Number 0157980405 EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 21 years and has performed work of the nature and magnitude of this Contract for 21 years. Bidder has been in business under its present name for 21 years. 00140 -Bidder Qualifications.doe 00140 - 1 12/21/2004 (FAYETTEVILLE, AR ) (NOLAND WARP ) (CONTRACT EP-2/PN 135045) Alr • DOCUMENT 00140 — BIDDER'S OUALIFICATION STATEMENT: (continued) • 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: Travelers Casualty and Surety Company of America 215 Shuman Boulevard Naperville, IL 60563-8458 Contact: Kevin Nagel 8. Bidder's Workmen's Compensation 'ence Modifier Factor is: .88 FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following. 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes advances accrued salaries and accrued payroll taxes) e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: 00140-Bi1ilex Qualifications.doe 00140 - 3 12/21/2004 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) License No. 0157980405 State of Arkansas Contractors Licensing Board ARCHER -WESTERN CONTRACTORS, LTD. 2121 AVE J, #103 ARLINGTON, TX 76006 This is to Certify That ARCHER -WESTERN CONTRACTORS, LTD. is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classification: HEAVY CONSTRUCTION HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL 8c UTILITY CONSTRUCTION with the following suggested bid limit UNLIMITED from January 28, until 2005 April 30, 2005 when this Certificate expires. Witness our hands of the Bow( dated at North Little Rock Aricansar of( 71.74-- CELtIRMAN SECRETARY January 28, 2005 DOCUMENT 00400 -BID FORM Project Name Wastewater System Improvements Project Contract Name: Noland WWTP Improvements — Headworks and Solids Handling Contract No.: EP -2 BID TO: Owner The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder Archer Western Contractors, Ltd. 2121 Avenue 1.1', Suite 103 Arlington, TX 76006 ARTICLE 1 - BIDDER'S INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 -Bid Form-ADD.doc 00400 ADD - 1 2/8/2005 (FAYEITEVilf P, AR (NOLAND WOVTP (CONTRACT EP-2/PN 135045 ) • • • DOCUMENT 00400 -BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefiilly studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date 2-7-05 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, perfonnance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. Bidder has carefully studied all: (I) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner, Program Manager, and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. 00400 -Bid Form-ADD.doc 00400 ADD -2 2/8/2005 (FAYETTE1/111 F, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00400 -BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. 14. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer through Program Manager written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer through Program Manager is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity 00400 -Bid Form-ADD.doc 00400 ADD .3 2/8/2005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) • • DOCUMENT 00400 -BID FORM (continued) with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perfortn the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following price: A. Lump Sum Price: 1. Belt Filter Press $ 249.429.00 Installation $ 457/.00 2. Relocate Existing BFP $ &000. 00 3. Brackett -Green Equipment $ Cr75,000.e2 Installation $ 7,. 00 4. Erosion Control $ 70040, 0 0 5. Trench & Excavation Safety 4oc. 00 6. All Other Work 13)3 90)000 PS LUMP SUM BID 14 -1644,000.12 -9- 00400 -Bid Form-ADD.doc 00400 ADD -4 2/8t2005 (FAYETTEVB 1.F, Alt ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) • • DOCUMENT 00400 —BID FORM (continued) B. Deductive Altemative Influent Screening System 1. Manufacturer DEDUCT $ No BID ARTICLE 5- CONTRACT TIMES 5.01 The Work shall be substantially completed within 720 consecutive calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment within 810 consecutive calendar days in accordance with Paragraph 14.09 of the General Conditions after the date when the Contract Times commence to run. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a catillittatuICX813118=Inliciaa Bid Bond and in the amount of Five Percent of the Total Bid Amount Dollars ($ 5% B. Required Bidder's Qualification Statement with supporting data. Equipment Questionnaire. Bid Form. List of Subcontractors. C. 00400 -Bid Form-ADD.doc 00400 ADD -5 2/82005 (FAYETTEVIL1 r, Alt (NOLAND WWTP (CONTRACT EP-2/PN 135045) DOCUMENT 00400 —BID FORM (continued) ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Archer Western Contractors, Ltd. 2121 Avenue 'JI, Suite 103 Arlington, TX 76006 Phone No, (817) 640-3898 FAXNo. (817) 640-8734 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDMONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on February 15 2005. Arkansas State Contractor License No. 0157980405 • 00400 -Bid Form-ADD.doc 00400 ADD -6 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONDUCT EP-2/PN 135045) • • • DOCUMENT 00400 -BID FORM (continued) If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: A Partnership Partnership Name: FAX No.: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400 -Bid Form-ADD.doc 00400 ADD -7 2/8/2005 (FAYETTEVILLE, AR (NOLAND wwerv (CONTRACT EP-2/PN 135045) • • DOCUMENT 00400 -BID FORM (continued) A Corporation Corporation Name: Archer Western Contractors, Ltd .(SEAL) State of Incorporation: Illinois Type (General Business, Professional, Service, Limited Liability): By: General Cotaas (Signature - attach evidence of authority to sign) Name (type or printed): Mat thew Walsh Title: President Attest: SEAL) (Signature of Corporate Sec Business address. 2121 Avenue 'J', Suite 103 Arlington, TX 76006 Phone No.: (817) 640-3898 END OF DOCUMENT 00400 FAX No.: (817) 640-8734 00400 -Bid Form-ADD.doc 00400 ADD -8 2/8/2005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) a lie Archer Western • Contractors Corporate Resolution I, the undersigned, do hereby certify, that the following is a complete, true and correct copy of certain resolutions of the Board of Directors of Archer Westem Contractors, Ltd., a corporation duly organized and existing under the laws of the State of Illinois, which resolutions were duly adopted at a daily called meeting of said Board, held on Apnl 156, 2004, a quorum being present, and are set forth in the minutes of the said meeting; that I am the keeper of the corporate seal and of the minutes and records of the Corporation; and that the said resolutions have not been rescinded or modified: Be it resolved, that the following individuals are duly authorized to sign legal documents for the Corporation: Matthew Walsh President Donald A. Gillis Vice President John P. Slattery Secretary Be it further 'resolved, that each of the foregoing resolutions shall continue in force until express written notice of its recession or modification I Further Certify that the following named persons are Officers of said Corporation, duly qualified and not acting as such: President Vice President Secretary Matthe D nald A. Gillis ohC9 Slattery Pe l'1-95 In Witness Whereof, I have hereunto subscribed my name and affixed the seal of the said Corporation, this• 15" day of April, A.D. 2004. p. Secretary 2121 Avenue J, Suite 103 Arlington, Texas 76006 Phone: 817.640.3898 Fax 817.640.8734 A Member of The Walsh Group An Equal Opportunity Employer • BID BOND ACCOUNIO 8 SB 5676997 BCM DOCUMENT 00410 — BID BOND • Surety shall insert full name and address or legal title of contractor, surety and owner. KNOW ALL MEN BY THESE PRESENTS: that we Archer Western Contractors, Ltd. 2121 Avenue 'J', Suite 103 Arlington, TX 76006 as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford, CT 06183 a corporation duly organized under the laws of the State a OC NNECTICUT as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Bid Amount Dollars ($ 5%- ) for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for a new headworks structure and solids handling building with associated equipment, yard piping, odor control, finished grading and other renovation work throughout the plant site. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 00410 -Bid Bond.doc (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP -2/13N 135045) 00410 - 1 12/21/2004 DOCUMENT 00410 — BID BOND (continued) furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11 th day of February 20 05 . PIUNCIP (CORPORATE SEAL) Archer West Ltd. Matthew Walsh/President SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 13Y Miejkl AWL& EILEEN tUCITT, ATTORNEY-IN-FACT ATTORNEY -1N -FACT (CORPORATE SEAL) 215 Shuman Boulevard Naperville, IL 60563-8458 (This Bond shall be accompanied with Attomey-in-Fact's authority from Surety) END OF DOCUMENT 00410 00410 -Bid Bond.doc 00410 - 2 12/21/2004 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) TRAYWASUALTY AND SU1RETY COMPANY OFSUCA LERS CASUALTY AND SURETY COMP FARMINGTON CASUALTY COMPANY Hartford, 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") bath made, constituted and appointed, and do by these presents make, constitute and appoint: Kevin P. Nagel, Eileen Deal, of Park Ridge / Crestwom4 Illinois, their true and lawful Attomey(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 alt 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, not limited to a specific amount, and to bind the Companies, thereby as filly 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 Attorney(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: STATE OF COUNTY OF ILLINOIS )St COOK "OFFICIAL SEAL" BONNE J. ROSENOW Notary Pubic, Stabs of Illinois My Commission Expires 01/122008 S-2429 (07-97) •••• 1, BONNIE 3. ROSENOW a Notary Public in and for said County and State, do hereby certify that Resident Vice President, and Resident Assistant Secretary, EILEEN LUCITT Attomey-in-Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that 8 he signed, sealed and delivered said instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth. Given under my hand and notarial seal, this day of IIIItninny-orsztv gammas COMPANY OFM AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON-CAsuALTY COMPANY, which Resolution is now in MI force and effect: VOIED: 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 catificate 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 ofattorney 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. SPECIAL WORDING (11-00) pU08 garue;a130S VJU;SisSy uosustior syy IAN Ag OZ p Lep spp pawa nouoorruo3 Jo owIS Violin/Hp Alp an quedutoo amp aogico atnoH all 28 PM'S PUB Paug!S mo3I0J ul teou an quiorpny Jo anoguro 3mru quo; Ias se trop:ura Jo smog ortp Jo suoprqosou 2m.rpurrs aft imp camtaraquni pee fpnonal U30 100 seq pue am; lug rq sum= AlPotPnV P oucguao pus Aounuy 10 nittod MIRO Fre 2u102aro; tp WIP A.tiLLIED AHHIGH 0(1 luopoorruoD 10 MS an Jo suopenehoo loos `MOM:1410D A.L'IVHSVD NOIONMRIV.4 PW AblVdIVOD 4L121111S �NV ArIVHSVD SIITIZAVILL Irantawv so ANVd1.1103 MMUS cow krivasva smanvai Jo itinanaS UMPIPIT VaaPIOPun Dm I meaner 3 °pew 0!IOnd LioioN 900Z 'OE ounr seildre uowsiwuma Aw firrcrovrt. eryte\ A \ 3,LVDIaLLITHZ) ;amp suogniosou Samuels am :alum oomo satmq Jo *Towne Aq suousuodno orp Jo Jimpq uo unurriusuy rues ow porno= wag Imp pue !spun onuodzoo cons oxe unturausur Res 0 o) maze spas an nro !saormoctroo pps Jo SIMS atp morn' orispq nip Ioannina! *now mu porno= qoyqm pug tu pacipasop suouerochoo tuorshroa arwasva NOLONIJAINVO Pim ANWIRIOD KURDS oxv Arwasva sitarnAvai Irantalcv JO AN1411103 AIZIMS IBM AZIVHSVD sarmtvlup preinnis mit Jewas el Nein rem :AI pue osodop pip `moms AMP all Aq ffupq (own 'mum! our 01 MOSd1110H1 At 3[0110a0 oureo Alleuosnd OW 010PqLOOt Ann1qR P gt0 t10 IllePISOM 931A icqueS uosdworu EM 06J090 ANWIA103 AXIVINV3 NOION11411111.3 ANVE111103 ALUMS (INV ArIVINV3 sun MI1111 1,31113BIV 10 ANVdlil03A.LaIns GNI/ ArMISIO SIIFIZAVILL CIIIOILIIVH AO Aninoo PlOPUH ss{ 111311Dalt403 AO HIV'S 'Epp' Areruqad Jo Aep ipj,j spp paxgre many aq 02 seas amoctio3 noip pue 43113P!g3id 33!A JoPlaS JPITI Aq Pou2lis act oj unumnsu! slIP Pas= OAR Alsrld14103 NOIDMITARIVA PUB ARV/MOD A-LaIMS ONY A.LIVHSVD surzanni tammv AO AMWD1103 mamas mar Arwasva surIZAVILL 'aommut ssamunt ta • • DOCUMENT 00430 - LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for a new headworlcs structure and solids handling building with associated equipment, yard piping, odor control, finish grading and other renovation work throughout the plant site. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Excavation Concrete Painting Masonry Mechanical Electrical Instrumentation Plumbing Subcontractor's $ Amount of License Number Work Performed oi579804o5 ISIloo,000,2s 01579E04,5 It (1675,000, go_ a25 # 3411500.9% 001z310245 #440,000•Qt 007‘300405 It 6 85, was' 6)5408i 2.05 # Zockoi000X 012.1&8070Zt j8o1000•S 0157980405 It 212,00Ace.02 NOTE: This form must be submitted in accordan Subcontractor's Name & Address beCklEi PlEsrEiza A &msg. hign-Etai in) p CoAn tit5. elnoulac Lj rra gorde,A) HAtamis ComPAN9, Fr: sleet ir11; ON- CAPirill, Eizec922/c.,71169Aige. gfiktmAril mICrieurnesirs ruts/tio AgeWit wesiegd idders. 00430.doc (FAYMEVILLE, AR (NOLAND WWI? (CONTRACT EP-2/PN 135045) 00430 -1- Bidder's S 12/21/2004 • • • DOCUMENT 00450 - EQUIPMENT OUESTIONNAIRE The Bidder shall enter in the spaces provided the names of the manufacturers of equipment which Bidder proposes to furnish, and shall submit this Equipment Questionnaire with its Bid. Owner will review and evaluate the information before award of the Contract. Only one manufacturer's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment does not meet the requirements of the Contract Documents, the manufacturer is unable to meet the delivery requirements of the construction schedule, or the manufacturer is dilatory in complying with the requirements of the Contract Documents. Substitutions shall be in accordance with Section 01631 subject to concurrence of Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufactures name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information requested or entering more than one manufacturer's name for any item in this Equipment Questionnaire may be cause for rejection of the Bid. Equipment 1. Submersible Pumps 2. Progressing Cavity Pumps 3. Belt Filter Press 4. Influent Screening System 5. PLC's I 6. Packaged Odor Control Chemical Scrubber System 7. Engine Generators 8. Grit Separation and Classification Equipment 9. Decanting Equipment 10. Plug Valves 00450.doc (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) 00450 -1- Manufacturer 14513 ALL PJE ILE Andritz Brackett -Green Ali EA) 46CEpti9 • R.7; b- 4146 Railm OntrAt koma. WASTE TEO "kr MGR lien! RY PRET-r 12/21/2004 • • • DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements — Headworlcs and Solids Handling Contract No.: EP -2 44-9 C THIS AGREEMENT is dated as of the 144 day of -Attattb— in the year 200.5 by and between the City of Fayetteville (hereinafter called Owner) and Archer Western Contractors, Ltd. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work under this Contract is generally described as follows: The construction of a new headworlcs structure and solids handling building with associated equipment, yard piping, odor control, finish grading and other renovation work throughout the plant site at 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701. 1.02 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: The City of Fayetteville, Arkansas is undertaking a project to redirect sewer flows from portions of the City in the Illinois River drainage basin to a new wastewater treatment plant on the west side of the City and upgrade sewers in the City which are in the White River drainage basin and upgrade the existing wastewater treatment plant on the east side of the City. The project is known as the Wastewater System Improvement Project and includes, but may not be limited to, four areas of improvements as follows: 1. Westside Wastewater Treatment Plant. 2. Westside Collection System Improvements. 00500-Agreement.doc 00500 — 1 2/17/2005 (FAYETTEVRI.F, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045)