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) • • DOCUMENT 00500 — AGREEMENT (continued) 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2- ENGINEER AND PROGRAM MANAGER 2.01 The Project has been designed by Black & Veatch Corporation, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract D2c en . {ir�er�y:nee�;na Gnmpa y will ),.CJ r O 1l_T___ell C__ !� 2.02 anrreL- '� '� retained by e Owner to act as the Owner's representative and shall be hereinafter called Program Manager. The Program Manager assumes all duties and responsibilities, and has the rights and authority assigned to Program Manager in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 TIME FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. 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. 00500-Agreementdoc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 00500-2 2/17/2005 • DOCUMENT 00500— AGREEMENT (continued) 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner One Thousand Five Hundred Dollars ($1,500) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for • completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Seven Hundred Fifty Dollars ($750) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: A. LUMP SUM CONTRACT PRICE: For all Work a Lump Sum of: Fourteen Million Six Hundred Forty -Four Thousand Dollars ($14,644,000.00). I 00500-Agreement.doc 00500 —3 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045) • DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Program Manager as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer through Program Manager, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS or, in the event there is no schedule of values, as provided in the General Requirements. • 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer through Program Manager, and if the character and progress of the Work have been satisfactory to Owner, Engineer and Program Manager, Owner on recommendation of Engineer and Program Manager, 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, in which case the remaining progress payments prior to Substantial Completion will be an amount • 00500'Agreementdoc 00500-4 2/17/2005 (FAYETTEVILLE, AR ) (N)LAND W WTP (CONTRACT EP-2/PN 135045) 0 L J DOCUMENT 00500 — AGREEMENT (continued) equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to Owner as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, Owner shall pay the remainder of the Contract Price as recommended by Engineer through Program Manager and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. 00500-Agreement.doc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) [1111111, , 2/172005 SDOCUMENT 00500 — AGREEMENT (continued) • • C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor 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 Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional 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, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 00500-Agreementdoc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 2/17/2005 CI • DOCUMENT 00500 — AGREEMENT (continued) G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, 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. Contractor has given Engineer through Program Manager written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer through Program Manager is acceptable to Contractor. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between Owner and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: This Agreement. 2. Exhibits to this Agreement (enumerated as follows): • b. Contractor's Bid. 00500-Agreement.doc (FAYETTEVR.LE, AR ) (NOLAN) WWTP ) (CONTRACT EP-2/PN 135045) 00500-7 2/17/2005 • DOCUMENT 00500 — AGREEMENT (continued) c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. Equipment Questionnaire 5. List of Subcontractors 6. General Conditions. 7. Supplementary Conditions. 8. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 9. Drawings consisting of a cover sheet and sheets as listed in the table • of contents thereof, with each sheet bearing the following general title: Noland WWTP Improvements 10. Addenda number 1, inclusive. 11. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: • A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 00500-Agreementdoc 00500 -8 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/17/2005 • DOCUMENT 00500 — AGREEMENT (continued) 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. Owner and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 00500-Agreement.doc (FAYETTEVILLE, AR ) (N0LAND WWTP ) (CONTRACT EP-2/PN 135045) 00500-9 2/17/2005 • DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Owner, Contractor, Progranj, S4wag�, and Engineer. P,Pp s ),C. This Agreement will be effective on = — which is the Effective Date of the Agreement. OWNER r Western p.'ontgactep'S, Ltd. City oA Fayette.yille By: —Title: President (SEAL) Attest {� I6Z4 • ohn P. Slattery/Secretary 00500-Agreement.doc (FAYETFEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) Title: Mayor 00500-10 • ;FAYETfEVILLE: • 2/17/2005 • DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices 2121 Avenue 'J', Suite 103 Arlington, TX 76006 License No. 0157980405 Agent for Service of process Prentice Hall (If Contractor is a corporation, • attach evidence of authority to sign.) • END OF DOCUMENT 00500 00500-Agreementdoc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) Address for giving notices (If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: 00500-11 2/17/2005 BOND NO. 8 SB 104491489 BCM . DOCUMENT 00610 — PERFORMANCE BOND: Surety shall insert full name and address or legal title of contractor and surety. t., r. KNOW ALL MEN BY THESE PRESENTS: that Archer Western Contractors, Ltd. 2121 Avenue 'J', Suite 103 Arlington, TX 76006 as Principal, hereinafter called Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford, CT 06183 as Surety, hereinafter called Surety, are held and firmly bound unto • City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Fourteen Million Six Hundred Forty - as Obligee, hereinafter called Owner, in the amount of Four Thousand Dollars & 001100 Dollars ($ 14, 644,000.00), 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 M j r p 15, 20 entered into a contract with Owner 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 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. 00610 -Performance Bond.doc 00610-1 2/17/2005 (FAYETTEVILLE, AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) S • • • • DOCUMENT 00610 — PERFORMANCE BOND: (continued) 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 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 for a 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. 00610 -Performance Bond.doc (FAYETTEVELLE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) 00610 -2 2/172005 • [J DOCUMENT 00610 — PERFORMANCE BOND: (continued) Signed and sealed this day of 20_ • CONTRACTOR Archer Western o a or Ltd. Byiag Matthew Walsh/President SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By Z'h ti EILEEI& LUoITT, ATTORNEY -IN -FACT Telephone: (708) 824-1700 ATTORNEY -IN -FACT EILEEN LUCITT ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00610 00610 -Performance Bond.doc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas N/A (CORPORATE SEAL) Approved as to Form: Attorney for 00610 -3 2/17/2005 w • t STATE OF ILLINOIS 1 I, BONNIE J. ROSENOW a Notary Public in and for said County and COUNTY OF COOK ) SS. State, do hereby certify that Resident Vice President, and Resident Assistant Secretary, EILEEN LUCITT Attorney -in -Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, "OFFICIAL SEAL" who is. personally known to me to be the same person _ whose BONNIE J. ROSENOW name is subscribed to the foregoing instrument, appeared before me this Notary PUbU0, Stata of itunb day in person, and acknowledged that she _ signed, sealed and t,, b,F�irasotn220os 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 S-2429(07.97) Notary Public 1 o; \ 1 1 1 ' • 1 1' .A' 1 II 1 ' � , 1• 11 • I, 11' POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-UV-FACT • 1 \ 1 1\ 1 *�'• I 1 1 1\ 1 1 1 1 r 1 1 M1 N\ r 1 .•. •\ 1 1\ , ' 1 1 1 1 , 1 1• Y I1 11\1 1 1 11 I• 1 1 1 • 1 : 1 ,\1 I. 1 111\ I IN I 11 •\ 1,1 1 1\ I ♦ v ♦ , ' n I A w, • I♦ 1 ♦ 1- 1 i44' N 11\• N II 11\ 41 •\1 N •1 I l'JI II \I\• •1' :1' \• 1' 1 1 111 1 1 1� \ \41 1 1 I,1 \11, •1, 'JI •• ♦11 , 11 I A ,1 'Y. , 1 1 1111 4•\y1 l.• , •1 1 , II ii \ .• 1•:1• 1 11 ffJ I , 1 1. 1 1f ♦' iji. rr" . ♦ : 1 \ 1 1 1 111 •LII I 1 -1 1 \ 1 • II ii' • • 1 11 • " ,'''• • •� 11 , v 1 • 1 • 1 , 1 I 'J 1 141 1 1 . 1, •• 1 1 I I•, 1 : 1 1 1 111. w I 11 1,' 1 1 i 1, • 1• , 1 \,• _ r 1, 1'• V 1 • 1 , 1 , 1, I �. ' 1 1' • \ I I•r 1 1 • 1.1 Nl+n •• LI• 1 : r. hai a :n 1.President, :n 1'fl,,. :n err .4 u ' .1 al n • r ..1 • .1 .n • ,1 .. •rq.l ru D �: 1 . ,11 V '• :11 'nl . L •- • •" -4 .1.1 1' :11 \1 'l ill .M u a 11 : :Il rl l 11 • I •I 1. 1 aLl -, • •1 • 1 • L ••IIY':11 IL• 11 V 1 :I •'• • 1 o 1 1 I n 1 O nw •- • I • I,P U. • ..�4 •\'11 :11 111.•1fl11. VIII•: 1 • u1J - 111I:11,• ••'.1 • 4 • 1'1'.11l 11 • 1 w 1 1••• 'L L11 iJ111 1 1 •1• ,11 II1w AI' :11 1 • • 11 1' 1 i• 1 1 • • 1 tl 1 1• '1 wl1 1. 1. • ••1 1 1' 1 ul , ' w: 1q 1 1 nl :n ' :.; 1.1 1 wl • • 141 n :1 ' ,1 •..1 n •. • :n •.: • 1 • 1 1: 1• • 11 n 11.•1 li w• 4n 1• • 1 • n •': r n• 1 •• 1: 1 1 -:111(1 I 1 1 •• 1 I w• 1 • 1 I 19 l • CI• '•$I VOTEw 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. SPECIAL WORDING (11.00) 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 17th day of February 2003. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD � IWiTfoN, < O t� �i35 �O . r�•a 'Malt• 6•a • A� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 17th day of February, 2003 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 are 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 �anr� My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary 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 ,20 Ge a�4 5,�2'6g By Kori M. Johanson Assistant Secretary, Bohd • I • i STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 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% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' 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 $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. • BOND NO. 8 SB 104491489 BC!! fl • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. Surety shall insert full naive and address or legal title of contractor and surety. KNOW ALL MEN BY THESE PRESENTS: that Archer Western Contractors, Ltd. 2121 Avenue 'J', Suite 103 Arlington, TX 76006 as Principal, hereinafter called Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford, CT 06183 • as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Fourteen Million Six Hundred Forty -Four Thousand & 00/100 Dollars ($ 14,644,000. 0(, 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 MAftu /3, 2005, entered into a contract with Owner 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 which contract is by reference made a part hereof, and is hereinafter referred to as the • Contract. 00611 -Labor & MatlPayment Bond.doc 00611-1 2/17/2005 (FAYETTEVILLE, AR ) . (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) I • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 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 void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 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 furnished 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 suitor 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 where an • office is regularly maintained for the transaction of business, or served in any 00611 -Labor & Matl Payment Bond.doc 00611-2 2/17/2005 (FAYETTEVILLE, AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) L CI LJ • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 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. 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 —I--'-n- day of 20S3. CONTRACTOR Archer Wes rn nt a tlrs, Ltd. By Matthew Walsh/President 00611 -Labor & Mad Payment Bond.doc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 00611— 3 (CORPORATE SEAL) - 2/17/2005 STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 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% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' 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 $100,000,000,000.00, 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. 9 • • • DOCUMENT 00900 - ADDENDUM NO. I: Issued to All Bid Document Holders of Record Date: February 7, 2005 Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements — Headworks and Solids Handling Contract No.: EP -2 This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents. ADDENDUM NO. 1. DOCUMENT 00200 - INSTRUCTION TO BIDDERS: 1. Page 00200-5. Article 1.06.A. In the first line of the location delete "Rm. 119" and replace with "Rm. 219". 2. Page 00200-7. Article 2.02.B. Add the following sentence to the last line of the paragraph: "The City shall waive all building permit fees." DOCUMENT 00400 - BID FORM: 3. Page 00400 ADD - 4. The Bid Form shall be replaced with the attached documents (Sheets 00400 ADD -I through ADD -8). Paragraph 4.02.A: Change to read as follows: A. Lump Sum Price: 1. Belt Filter Press Installation 2. Relocate Existing BFP 3. Brackett -Green Equipment Installation 4. 5. T0000B05F.DOC (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) Erosion Control Trench & Excavation Safety [RIIDDIII $ 249,429.00 2/8/2005 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) C1 6. All Other Work LUMP SUM BID DOCUMENT 00550 - NOTICE TO PROCEED: 4. Page 00550-1. Last paragraph first page: Add the following to the list at the end of the page: "5. Signed certification of the Comprehensive Best Management Practices Plans." DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS: Page 00800-2. Paragraph SC -14.05.G: Add the following paragraph after SC - 9.03.B: "SC -14.05.G. To be considered substantially complete, the following portions of the Work must be operational and ready for Owner's continuous use as intended: • All treatment process related structures, piping, handrails and other appurtenances • All backfilling and fine grading • All lighting and grounding • All instrumentation including Site Acceptance Tests. • All computer control system work excepting Owner -furnished items • All painting" SPECIFICATIONS: 6. Page 01330-9. PART 1, Paragraph 1.04.A: Add the following to the Informational Submittals list: "19. Environmental Compliance Documentation." 7. Page 01750-1. Paragraph 1.02.A.1.: Replace the first sentence with the following: "Furnish the services of qualified field personnel from the Suppliers or manufacturers of Equipment furnished and installed under this Contract, as required to perform all manufacturer's Field Services, Field Services or Field Quality Control called for in the Specifications." T0000B05F.DOC (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 00900 - 2 2/8/2005 M DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • 8. Page 01780-6. PART 3, Paragraph 3.02.E: Add the following to the list: "2. Achieve 100% final stabilization in accordance with 02270 Environmental Specifications." 9. Page 02200-8. PART 2, Paragraph 2-1.06.: Replace the last sentence with the following: "Select fill shall be Classification GC or GM per ASTM D2487, having a plasticity index of 30 or less and a liquid limit of 65 or less, and locally known as "Hillside Material"." 10. Page 02200-13. PART 3, Paragraph 3-4.01.: In the second paragraph, third line, delete "vapor barrier" and replace with "polyethylene film." 11. Page 02200-16. PART 3, Paragraph 3-9.01.: At the end of the fifth line of the paragraph delete "as" and replace with "an". 12. SECTION 02270 - ENVIRONMENTAL SPECIFICATIONS: Entire section added per Bums & McDonnell and ECO. This additional section has been included with this Addendum as an attachment. • 13. Page 05990-2. PART 1, Paragraph 1-4. Delete this paragraph. 14. SECTION 07110. Membrane Waterproofing. Delete this specification. 15. SECTION 08130. Stainless Steel Doors and Frames: Add this entire section pages 08130 -ADD -I through ADD -4. Section has been included as an attached with Addendum No. 1. 16. Page 10400-3. PART 2, Paragraph 2-4.01.: Delete the first location "Chemical Feed Structure" in the Functional Information Signs list and replace with the following: "Sodium Hypochlorite Unloading Station Odor Control System No. 1 Existing Chemical Tank Area" C T0000B05F.DOC 00900-3 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 2/8/2005 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 17. Page 10400-3. PART 2, Paragraph 2-4.01.: Delete the second location "Chemical Feed Structure" in the Functional Information Signs list and replace with the following: "Sodium Hypochlorite Unloading Station Odor Control System No. 1 Existing Chemical Tank Area" 18. Page 10400-3. PART 2, Paragraph 2-4.01.: Delete the third, fourth and fifth location "Polymer Storage and Feed Room" in the Functional Information Signs list and replace all with the following: " Chemical Feed Room (at Solids Dewatering Building)" 19. Page 10400-3. PART 2, Paragraph 2-4.01.: Delete the fourth Legend "GBT Polymer" in the Functional Information Signs list and replace all with the following: "SODIUM HYDROXIDE PUMPS" 20. Page 10400-3. PART 2, Paragraph 2-4.01.: Delete the fifth Legend "BACKUP POLYMER" in the Functional Information Signs list and replace all with the following: "SODIUM HYPOCHLORITE PUMPS" 21. Page 10400-3. PART 2, Paragraph 2-4.01.: Add the following Locations and Legend items to the Functional Information Signs list: Sludge Storage Tank No. 1 Sludge Storage Tank No. I Sludge Storage Tank No. 2 WAS Splitter Box SLUDGE STORAGE TANK NO. I DECANT PUMP ENCLOSURE SLUDGE STORAGE TANK NO.2 WAS SPLITTER BOX" 22. Page 10400-5. PART 2, Paragraph 2-6.: Add the following section at the end of the "DIVISION 11 - EQUIPMENT" list: "11120 Decanting Equipment". T0000B05F.DOC 00900 -4 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • 23. Page 10400-9. PART 3, Paragraph 3-3.02.: In the schedule delete "Polymer Storage and Feed 10 x 6" and add the following: "Chemical Feed Room 10 x 6 Belt Filter Press Room 10 x 6 Truck Bay 10 x 6" 24. Page 11120-5. PART 2, Paragraph 2-3, Pump: Replace the Rated total head requirement as follows: "9 ft plus reprime lift and suction and decanter suction losses (pump suction and decanter losses shall be determined by equipment manufacturer)". 25. Page 11120-8. PART 2, Paragraph 2-6.06: Delete the phrase "Constant level oilers" in the last sentence of the paragraph and replace with "Sight glass". 26. Page 13500-8. PART 1, Paragraph 1-2.04.: Delete the following: "• The intended supplier shall furnish the information requested in the Control System Supplier Questionnaire bound elsewhere in the • Documents. References including contact names, telephone numbers, and general project description shall be included in the questionnaire. The users and project lists shall be for similar control equipment, software, and type of projects." 27. Page 13530-5. DATA SHEET, Programming Hardware and Software (PR 2-5 & 2-6), Languages: Remove the check mark next to "IEC-61131-3". 28. Page 13530-14. PART 2, Paragraph 2-6. Revise the first sentence of the first paragraph to read: "SYSTEM SUPPLIER shall furnish one licensed copy of PLC programming software to OWNER." 29. Page 13530-14. PART 2, Paragraph 2-6.03. Delete the follow from first sentence of the second paragraph: "IEC-61311-3 standards program modification,". 30. Page 13530-12. PART 2: Add the following new paragraph. "2-2.08.13. Intrinsically Safe Circuits. Intrinsically safe relays and current barriers shall be provided for all PLC input circuits and other • control circuits that connect equipment and devices located within areas T0000B05F.DOC 00900 - 5 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) • • DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • classified as hazardous on the drawings. Intrinsically safe relays and current barriers shall be installed inside the respective PLC enclosure or in a separate enclosure dedicated to intrinsically safe relays and current barriers. Conductors for intrinsically safe circuits shall be physically separated from conductors for non -intrinsically safe circuits in accordance with all applicable codes." 31. Pages 13530A-1 through -27. APPENDIX A: In the "Remarks" column, delete all entries that refer to intrinsically safe relays or intrinsically safe barriers. 32. Page 13530A-27. APPENDIX A: Add a note at the bottom of the page to read as follows: "Additional 1/O requirements are provided in Section 11217." Add the attached Pages 13530A-28 through 13530A-39 immediately following Page 13530A-27. 33. Page 13560A-4. APPENDIX A: Add the following instruments to the device schedule, immediately following Item 101. Item: 388 • System Code: NAOC Tag/Loop: LE -231 Service Description: Sodium Hypochlorite Existing Day Tank Level Device Type: Ultrasonic Level Sensor Remarks: None Output Type: my to LIT Output Range: See LIT Power: n/a Installation Detail: A122 P&I Drawing: A117 Specification: 13563 Furnished: System Supplier Installed: Contractor Item: 389 • System Code: NAOC T0000805F.DOC 00900 - 6 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) • DOCUMENT 00900 - ADDENDUM NO. 1: (continued) . Tag/Loop: LIT -231 Service Description: Sodium Hypochlorite Existing Day Tank Level Device Type: Ultrasonic Level Transmitter Remarks: 120% corresponds to a level greater than the overflow nozzle. Coordinate with the existing tank. Output Type: 4-20mA Output Range: 0-120% frill Power: 4 -wire Installation Detail: A122 P&I Drawing: All Specification: 13563 Furnished: System Supplier Installed: Contractor 34. Page 15099-2. PART 1, Paragraph 1-1. Insert the following paragraph below the first paragraph on the page: • "Contractor shall install pressure reducing valves (Unit W-1 through W-5, refer to Drawing NP2) on existing potable water pipe at existing buildings. Contractor shall provide fittings and supports as required and coordinate with Owner for location of the pressure reducing valves at the existing buildings." 35. Page 15099-6 through 15099-7. Pressure Reducing Valves Schedule: Replace the schedule in the Project Manual with the attached Pressure Reducing Valve Schedule pages 15099 -ADD -I through ADD -2. 36. Page 15102-S01-4. Add the following column to the schedule: • V-501,-502 10 O -C SV20 T0000B05F.DOC (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 00900 - 7 2/8/2005 L I • • DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 37 38. 150B -F Page 15102 -SO! -1. Valve Tag Number RWW-V-106. Type of Installation row: Delete "SV20" and replace with "B20." Page 15114-SO1-1 through -2. Add the following columns to the schedule: RWW-G-111 RWW-G-113 RWW-G-1 12 RWW-G-114 HW HW WS WS 72x36 72X36 2'-8" 2'-8„ 2,- L „ 2 1168.5 1169.0 T0000B05F.DOC (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 00900 - 8 2/8/2005 0 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 1172.00 1172.00 1172.00 1172.00 FNSC FNSC WS WS AM AM NO NO YES YES CGBS CGBS RA RA NO NO YES YES 39. Page 16050-27. PART 2, Paragraph 2-23: Add the following at the end of the • paragraph: "Where more than one heat trace controller is required per the - drawings, a single, multi -circuit controller may be submitted for review providing all features of the single controller are included and it is shown that all temperatures for the associated liquid will be properly maintained. Provide circuit numbers as designed on the submittal drawings." 40. Page 16050-27. PART 2, Paragraph 2-23: Add the following at the end of the paragraph: "Provide a heat tracing controller in the new engine -generator for the fuel lines as specified in Section 11910 and as shown on P&ID Drawing AI 9. Coordinate requirements with the equipment supplied." 41. Pape 16361-1. PART 2, Paragraph 1-1: Add the following at the end of the second sentence: "Switchgear shall be dead front type." 42. Pape 16491-6. PART 2, Paragraph 2-1: Delete the phrase ",without exception" from the last line of the second paragraph. CONTRACT DRAWINGS: 43. Drawing AI3. Revise Note 5 as follows: • "5. THE FIRE ALARM CONTROL PANEL (FSPS) IS FURNISHED BY THE SECTION 16723 SUPPLIER." T0000B05F.DOC 00900 - 9 2/8/2005 (FAYETTEVILLE,AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 0 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 44. Drawing A15. Add butterfly valves V-501 and V-502 upstream and downstream, respectively, of the magmeter located in the Pond Return Meter vault shown at the bottom of the drawing. 45. Drawing AI16. Reissued for Addendum No. 1. 46. Drawing All 7. Reissued for Addendum No. 1. 47. Drawing AI7. Change the callouts "3-SCN-DI" to "3-SCN-SS". This changes the material for the 3 inch SCN pipe in the headworks building from ductile iron to 316L stainless steel. 48. Drawing AI22. Typical Chemical Storage Tank Ultrasonic Level Sensor Installation Detail. To the list of typical devices add "NAOC-LE-231. " Add a note to the detail to read as follows: "Note: NAOC-LE-231 will be installed on an existing fiberglass -reinforced polyester (FRP) tank. It will be acceptable to use the existing flanged nozzle on the tank top to install the level sensor if it is deemed suitable for the application. Otherwise, the contractor shall install a PVC or CPVC spool piece of proper • diameter and length on the tank to support the sensor similar to as shown on this detail." 49. Drawing BC2. Add the following call out at the Influent Channel connection to the South Operations Building: "EXISTING CHANNEL OPENING TO BE PLUGGED." 50. Drawing BC12. Add 36 -inch plug valve V-106 on the 36 -inch Primary Influent Pump Station No. 1 discharge upstream of the 45 degree wye connection to the 30 -inch Influent Pump Station No. 2 discharge. Add a call out at this location as follows: "V-106, NOTE 3". 51. Drawing BC 12. Revise the call out "EXACT FENCE LOCATION TO BE COORDINATED W/ OWNER" to "EXACT FENCE LOCATION TO BE COORDINATED W/ OWNER. APPROXIMATELY 1200' OF 6' FENCE SHALL BE REQUIRED." • T0000B05F.DOC 00900- 10 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 0 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 52. Drawing. Delete the call out "CONN TO EXIST FENCE." 53. Drawing BC 12. Add Note No. 3 as follows: "3. The existing pipe will need to be removed and replaced with new restrained piping with the installation of V-106. The type of connection currently at the wall of the of the pump station. This will need to be field verified. If the wall connection is a restrained joint, Contractor shall provide means to tie back to the existing joint. The ties to the restrained joint shall meet the requirements shown in Detail A on SH NC5. If the connection at the wall is a push -on joint, contractor shall epoxy grout anchor bolts into to the wall to restrain the new pipe to the existing discharge line similar to Detail G on SH NC6." 54. Drawing BC12. Revise the call out for the existing Scrubber Chemical Tank Locations to read as follows: "NAOC-T-203 and NAOH-T-203 TANK LOCATIONS. SEE DWG AI17 AND AI19. USE EXIST CONC BASE AND INSTALL NEW TANKS." 55. Drawing BC12. Add the following call out to the boxed area surrounding the Engine Generator and Fuel Storage Tank: • "EQUIPMENT PAD PER DETAIL J, SH NC7" 56. Drawing CC 1. Containment Area— Chemical Storage Tank Plan: Revise the existing call out "6" PVC DRAIN LINE FROM CHEMICAL UNLOADING STATION. SEE SH BC 13 FOR CONTINUATION" to "12" PVC DRAIN LINE FROM CHEMICAL UNLOADING STATION. SEE SH BC13 FOR CONTINUATION". 57. Drawing CC1. Containment Area — Chemical Storage Tank Plan: Delete the two 6" PVC BFV and associated call out shown on lines ST -13 and ST -14. 58. Drawing CC3. Section 2: Delete "ASPHALT DRIVE" callout and replace with "ASPHALT DRIVE, 6" ASPHALTIC CONCRETE BASE COURSE AND 3" ASPHALTIC CONCRETE SURFACE COURSE." 59. Drawing DC3. Partial Ground Level Plan — Area A: Add gates G-111,-112,-113 and -114, two areas of concrete fill, and two 3 foot square access hatches as shown on attached Sketch 1. • T0000B05F.DOC 00900- 11 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 60. Drawing DC5. Partial Ground Level Plan — Area C: Change call out at the 18 - inch pipe penetration on the east side of the building to read as follows: "18" ST -7 INV EL 1163.00" 61. Drawings EC 1. The revise the 16" pipe vent call out to read as follows: "16" SS OR FRP PIPE VENT (TYP) (SIM TO PIPE VENT ON SECTION 1, DWG EC3)". 62. Drawings EC3. Top Plan and Section 1. The revise the 14" stainless steel pipe vent call out to read as follows: "14" SS OR FRP PIPE VENT". 63. Drawing KC I. Sludge Storage Tank No. 1 — Plan. Delete the sentence "CONTRACTOR SHALL REPAIR ANY DAMAGED INTERIOR AND EXTERIOR CONCRETE SURFACES AS REQUIRED IN FIELD." from the note shown in the south portion of the tank. 64. Drawing KC2. Sludge Storage Tank No. 2 — Plan. Delete the sentence • "CONTRACTOR SHALL REPAIR ANY DAMAGED INTERIOR AND EXTERIOR CONCRETE SURFACES AS REQUIRED IN FIELD." from the note shown in the northwest portion of the tank. 65. Drawing KC2. Note No. 2. Delete the phrase "AND REPAIR ANY DAMAGED CONCRETE SURFACE." from the last sentence of the note. 66. Drawing NC2. Pond Return Meter Plan. Add butterfly valves V-501 and V-502 and modify dimensions as shown on the attached Sketch 2. 67. Drawing DS7. Add Note No. 2 as follows: "2. In addition to the loads in Note I each hollow -core panel shall be designed for a 1000 lb. concentrated live load located at mid -span." 68. Drawing DS9. Section 1. Add a dimension showing 3" of cover below bottom steel in slab at elevation 1172.00. • 69. Drawing DS9. Sections 1 and 2. Add Note No. 1 as follows: T0000B05F.DOC 00900- 12 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) ni DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge." 70. Drawing DS10. Sections 1, 2 and 3. Add Notes No. I and 2 as follows: "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge. 2. The floor slab on grade shall be placed on 4" minimum thickness under - slab gravel with a polyethylene film immediately below the slab. The 4" under -slab gravel shall be underlain by a 12" thick layer of crushed stone." 71. Drawing DSI 1. Section 1. Add Notes No. 1 and No. 2 as follows: "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge. 2. The floor slab on grade shall be placed on 4" minimum thickness under - slab gravel with a polyethylene film immediately below the slab. The 4" under -slab gravel shall be underlain by a 12" thick layer of crushed stone." • 72. Drawing DS 12. Section 1 and 2. Add Notes No. 1 and 2 as follows: "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge. 2. The area between the grit pump room and the vortex grit basin shall be overexcavated to the bottom of grit pump room as shown. However instead of the granular fill indicated the fill shall consist of 12" minimum thickness crushed stone immediately below the mat and select fill below the crushed stone. The area east of the vortex grit basin does not need to be overexcavated as much as is shown. It shall be overexcavated to place 12" minimum thickness crushed stone under the mat. Below the 12" of crushed stone, in the sloped cut area next to the vortex grit basin wall, select fill shall be placed." 73. Drawing DS 13. Section 1 and 2. Add Notes No. I and 2 as follows: "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge. • T0000B05F.DOC 00900- 13 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00900 - ADDENDUM NO. 1: (continued) 2. The area between the grit pump room and the vortex grit basin shall be overexcavated to the bottom of grit pump room as shown. However instead of the granular fill indicated the fill shall consist of 12" minimum thickness crushed stone immediately below the mat and select fill below the crushed stone. The area east of the vortex grit basin does not need to be overexcavated as much as is shown. It shall be overexcavated to place 12" minimum thickness crushed stone under the mat. Below the 12" of crushed stone, in the sloped cut area next to the vortex grit basin wall, select fill shall be placed." 74. Drawing DS14. Section 1 and 2. Add Note No. I as follows: "1. The mat and continuous strip footing foundations shall be placed on 12" minimum thickness crushed stone. Extend the crushed stone layer a minimum of 2 feet beyond the outside footing edge." 75. Drawing ESI. Section 1. Add the following note: "Note: Remove all existing material below the mat at El. 1145.83 down to the top of the gray weathered shale and replace with crushed stone. The crushed stone shall be at least 12" thick." • 76. Drawing ESI. Top Plan. Delete Detail B on NC7 callout. 77. Drawing ES 1. Top Plan. Replace Note "CL 9'x4' ACCESS HATCH (TYP)" with Note "CL ACCESS HATCH, SEE CIVIL (TYP)" 78. Drawing ES2. Add the following note: "Note: Remove all existing material below the mat at El. 1145.83 down to the top of the gray weathered shale and replace with crushed stone. The crushed stone shall be at least 12" thick." 79. Drawing OS 1. Section 1. Delete the "COMPACTED GRANULAR FILL" callout and replace with "12" MINIMUM THICKNESS CRUSHED STONE." 80. Drawing JS 1. Add electrical conduit concrete encasement and reinforcement to plan as shown in Sketch 3. 81. Drawing JS2. Add electrical conduit concrete encasement underneath the Electrical Room as shown in Sketch 3. T0000B05F.DOC (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 00900- 14 2/8/2005 • • DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • 82. Drawing JS3. Add Note No. 4 as follows: "4. In addition to the loads in Notes I and 2 each double tee shall be designed for 1000 lb. concentrated live load located at mid -span." 83. Drawing JS3. Add the following table: "Beam Location Beam B204 Col Row A, btwn Col Rows 1 and 2 Beam B205 Col Row A, btwn Col Rows 2 and 3; Col Row A, btwn Col Rows 3 and 4 Beam B206 Col Row A, btwn Col Rows 4 and 5 Beam B207 Col Row C, btwn Col Rows I and 2 Beam B208 Col Row C, btwn Col Rows 2 and 3; Col Row C, btwn Col Rows 3 and 4 Beam B209 Col Row C, btwn Col Rows 4 and 5 Beam B210 Col Row 1, btwn Col Rows B and C; Col Row 5, btwn Col Rows B and C Beam B211 Col Row 1, btwn Col Rows A and B; Col Row 5, • btwn Col Rows A and B" 84. Drawing JS4. Add electrical conduit concrete encasement and reinforcement to section 1 as shown in Sketch 3. 85. Drawing BC11. Provide one 2 inch PVC conduit and route from the existing Filter Building to the Solids Dewatering Building as shown on Sketch E12. The conduit shall be installed with the new sodium hypochlorite pipe when possible. Trench to the Filter Building and core drill at a field determined location. Route the conduit to the existing sodium hypochlorite day tank in the Lower Level. 86. Drawing BE3. Relocate Transformer T-101 and switchgear SWGR-101 as shown on Sketch El. 87. Drawing BE3. Add new duct bank Section 27 and direct buried conduit (circuit MAU101-1) as shown on Sketch El. 88. Drawing BE4. Provide one 2 inch PVC conduit and route from the Solids Dewatering Building to the existing Filter Building. The conduit shall be direct buried and installed in the same trench with the new sodium hypochlorite chemical pipe which is routed from the west side of the Solids Dewatering Building. Refer to PLC -3 one -line modification as described for Drawing JE12. • T0000B05F.DOC 00900- 15 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00900 - ADDENDUM NO. 1: (continued) Refer to Drawings BC13 and JC1 for the location of the sodium hypochlorite • piping identified as Pipe No. 9. 89. Drawing BE4. Revise routing of duct bank Section 6 between the Solids Handling Building and the existing Blower Building as shown on Sketch E2. 90. Drawing BE6. Add one 2 -inch spare conduit to each duct bank Section 21 and Section 22. 91. Drawing BE6. Revise duct bank Sections 23 and 27 asshown on Sketch E3. 92. Drawing BE6. Delete duct bank Section 6A. 93. Drawing BE6. Revise the duct bank schedule as shown on Sketch E3. 94. Drawing BE6. Add the following to the end of Note 3: "SUBMIT DUCT BANK CONFIGURATION WITH CIRCUIT NUMBERS, WIRE COUNTS, AND WIRE SIZES BASED UPON THE EQUIPMENT SUPPLIED. SUBMIT WITH ODOR CONTROL SUBMITTAL." 95. Drawing DEI. Revise the pullbox arrangement in the stairwell as shown on Sketch E4. Add new pullbox for duct bank to the odor control area. • 96. Drawing DE2. Revise the equipment layout in the Mechanical Room located in the southwest corner of the building in accordance with Drawing DP2. 97. Drawing DE3. Add new duct bank Section 23 as shown on Sketch E5. Relocate odor control system panels as shown. 98. Drawing DEB. Revise the circuit MAU101-1 to be routed underground from MAU-101 to the odor control system control panel OCS-1 CP. 99. Drawing DE12. Revise the one -line diagram for NAOH Day Tank circuit LPI-20 to 2#10, #I0G, 3/4P'. Circuits LPI-20 and PLC 1-2 shall be routed in duct bank. 100. Drawing DE12. Revise the one -line diagram for NAOH-T-101 Day Tank Piping Heat Trace circuit LP1-24 to 2#10, #I0G, 3/4P'. Circuits LP1-24 and PLC1-3 shall be routed in duct bank. 101. Drawing DE12. Revise the one -line diagram for Water Piping Heat Trace circuit LP1-48 to 2#10, #10G, 3/4". Circuits LPI-48 and PLCI-10 shall be routed in duct bank. 102. Drawing DE13. Revise the following circuits shown in the odor control system one -line diagram to be routed in duct bank: SWBD-32, OCSICP-1, OSCICP-2, • MAU101-1, and RVSSI01-3. T0000B05F.DOC 00900 - 16 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) • 0 DOCUMENT 00900 - ADDENDUM NO. 1: (continued) • 103. Drawing DE14. Revise circuits PLC 1-2 and PLC 1-3 to be routed in duct bank. 104. Drawing DE14. Revise circuit FACP101-2 associated with AIT-108 to FSPS101- 2. 105. Drawing DEI5. Revise circuit PLCI-10 to 4#14, 3/4". Revise this circuit to be routed in duct bank. 106. Drawing DE15. Panel FSPS-101 monitors two alarm points provided by AIT- 108, High -High Hydrogen Sulfide Level and Low -Low Oxygen Level. Provide programming for these alarm points. 107. Drawing FBI. Revise all lighting fixture types from Type 8A to Type 8. 108. Drawing IE1. Revise the lower level plan for the Filter Building as shown on Sketch E6 to include the existing NAOC Day Tank. Provide the new level transmitter LIT -231 for the tank. 109. Drawing JE 1. Provide new duct bank Section 6 as shown on Sketch E7. 110. Drawing JEI. Delete duct bank Section 6A and HH-I shown on southeast side of • building. 111. Drawing JE5. Provide one 2 inch PVC conduit and route from the Solids Dewatering Building to the existing Filter Building as shown on Sketch E8. The conduit shall be direct buried and installed in the same trench with the new sodium hypochlorite chemical pipe which is routed from the west side of the Solids Dewatering Building. 112. Drawing JE5. Revise lighting circuits LP2-37 and LP2-39 to 2#10, #10G,. 113. Drawing JE6. Revise MCC -201 compartments and circuit M201-19 as shown on Sketch E9. 114. Drawing JE8. Revise the one -line diagram for NAOH Piping Heat Trace circuit LP2-42 to 2#10, #10G, 3/4". • 115. Drawing JE12. Add the circuitry and note as shown on Sketch E10. • 116. Drawing LEI. Electrical device descriptions added as shown on Sketch Eli. 117. Drawing NE2. Revise Fixture Type 8 pole height from 10 feet to 16 feet. Delete Fixture Type 8A. • T0000B05F.DOC 00900- 17 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 4. DOCUMENT 00900 - ADDENDUM NO. 1: (continued) Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid. (Engineer) ACKNOWLEDGEMENT ADDENDUM APPROVED BY: END OF DOCUMENT 00900 T0000B05F (FAYET EVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) Interim City 0 0 \ § § ■ ■ ! ■ , , E E ! N , ■ | i _ ; . . 1 a a . - ■ | | § | | § ) § | § m § ] ° 4 | ) | | � | | , § § | ■ r I � § I ■ ! § § ; | E � ; r ■ I $ § � § § § § § § § \ | ) } } } I if | E I pu0 § § § § § I § m § § | ______ii . .. .. . . | � »\ \.� . y\ q §§|;§§§§§|�'§@§■'§ •2,;|� !�■;§;��;;;-;§m=■ f.O.r;,�m §Z'§§§');§�) §z'§!§m'§ ;!|,- � - —I 2 •";� #� e| M� `��(�`� mom ;,|;m;|.`.,|,a. r- l|( ! ! ! ! ; ;,§§;§|;)e a - - !- 0 C �a ff � wwwwww5w,ee� # N 9 92299 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 L L1 L k L L L L k + yo c a V a V l V N+ o m V p V u N+ O m V p is - V y 2 m m 2 m �a 2 m m m m P m 8 m m m m m 8 g8 M y�Ay y�y yya y�y ya ya m a � m m cv o 0 o o o p III $mRR^RR RRj i(r,5�r3���d mod �d+9 A m m PLO >y r a m 2 I a S A _ a 2 b _ 6$ P PE ppq ��� y m !ly�� FFF 4 y 9 9 P P .j{5yyp� 3' Z CA ,01 << m$ < m A A O<< A £ q q 4Az Y 4 z$ lFOO (� F P F !O q�pS°zmSnY GF 0 m m m m 01_ T T K 5 0!_ m £ £₹ $$$ " ' N N gg N g N N g N gg N N p N N N + N + N + O O o e e r o p - O SE - 2 ( r `[ r, ( r 2 /�" 2 F gg rz W W W W W W 61 Wl� W Y W 2 Y L Y u ___ ___ ___ ___ 'Ii ___ __ __ ___ ___ ___ ___ ___ I m m m m m m m m O — O + O + O — p y+ O .a� O N O . O + O .yam O .yam O yr O wry O rN O - O N O O 1.� O O N O — O N O — O (((fff �JC G G G G G G G G G G G G G G< G G G< G< G G< a zi LL Q /- C P Z r C{ m Y C C Z P O o $ o 9 � o $$s' o c T 0 $§S o o i �{ n n S yO 3 n n n n n n yo h y h yo h tFi yy h n n n 8! 4P m lb PP lOA4 lb PP8 m a4 lb PP8 mmO cmgUPP I PP cm ,$y3P C��C� OQ mi₹ma£mz£mz£m Op cO cgQ �.Y?��. Cp97 m O Q Cm8 9m C a$ �x S$ Sx S$ s$ �!₹ s 99 -y]m m L m L m L m L a L w L O L 1 -1 L -1 w L -1 N L -1 M L -1. M L -I M L - Y L N L N L N L N L N L N L N+++ L L L L�l�-Y]m c+ P m c—olc—Y3m c+ O m a c+ P m O Zl+mc—oZS+Y3�n c+ m c+ m F c+ m .. m +-iron c+ m In.. ]c m y t n ZN :g 2n 2� ₹� I. • • flzmT a • y 5� 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 22 9 4 4 m �r vaLGm y u y y y y y y y y Z N u S N S O O Y P N Y N w O O O J O Y P z C� C C� C� Cpp mympho yO fpsp poor'r�p$ ��11 VvviU N 8 N Nn P A %p w pp Cmp C� w wppw y A�py Spp y Sa 88 20 y LGl O 884 m s 33s ^i°Y1 �.18Q mh S R X1111 N N N N N N N N M N N N N e p 9 VL~ 9 ' �mmr� my o3e A A F A F A F F F T £ £ £ £ £ £ r u n 5 C• u u u o �9 ��9 £ £ u u u u 4 - u N 1 1111111 111111 1. 11111111111111111111 'o n 'a b b yy yy yy yy y y yy y yy yy � n ki n n n n n k� b n h n n h h h w wg digg ww wm cw cwmg cm v 4m S o §doCog 9 Sm 9 9 9 O T ll T T 1) T T T T T • G`_maoy_m�iy�mtsy_mnnzy__moy_!°'ny_yymyay__ym�y__y!!mayy.(my}��+y_m2sy_ymz_m m �0 m�0 mS��S So mS mSpm 0 ty mSO mSo m6 m �> >m o 'w ' mbe a o 8 L ) r§; _ 882222 s 2 2 .._.,,� ■jmgmM C c-§. E-,,�,�,�,�■ ■. g§ � §(§� �| ■ °`|-!§; -M;,! „ P a' , § | §;r§■;,M_ §!§�§§§(§ ) C !§| § fl ;-0 �- - _. - (!... ! i| 111111 2 11111 iii 1 1111 .-■■ „ _. - §! ! 2 § it § || §§��:�� ||� !! 0)cnio pC° o|g ■! § ' as>>> §|§§§ C-; 1• • r d M a yO 6 y�y Y yOy 3 V pPp m 5a5 pPp m pPp m SrS R4R $ 5n pP p9p @ pP_p 9 SSr QP a P R "� of �`1 i �n a_ m v c pPp 9 pPp y pP P tom S > > > > A 9 A A > > I > I II Hl 9. a •I S /0m m22§ )>a k H g g ■G,■, §§r!§ §§§D§ 2 00000000 Z|)|«;| !|�■!!|§ 0§0 00000 A ( , .,,...... �I (§§i� | | U rflflfI lii § E1 to MIii A+ a O O V P N i Y N+ O S 8 8 88888888 Egg 88888888884 222222 G 22 294 QL H N + O O P V P N i Y N+ O O o V O N a y N+ H N+ S 0 0 J P N• u24ww 4 N I+ O 0 S O < c m F T OJ C m C C m C m C mm T V m T T m T T m T T RI v m T v m T v m T v y A y A rq A T m +l R1 T T T 9 T 9 T 9 T v C m m O O a a 1� Z yypp yv yyLL yyy y9 y Vy I[1]I a. CCOU F g CC C r C RT A y V Y v Y v v N 9 + 9 + $j§ _ _ yv yy yy 4vl mm mom"' TN CN CA C} aa�a a`� 0oFFF KKK Fv'v ZCC 222 : 2 9 nE p (C <O 0 0 0 0 0 8 g y y y y= 2° a° 'rr I� m m m o 8 z= Z < S< N G = L5 m 4 g 9 V 32222 nT R A >< r y lxo baaaa m lxx 222 000 s "mA b a I F lF�FF FFFF FFFFFFFFFFFFFF I > Y > 000Doc 00000 0 F P FP PY�PP�PPPYPYYYP�PP�PPP�YP F ���FFFFA F � �T�F F Y�P�PPYY44YP4�PPge �FFAFFFF F�� 1111111111 IIIIIIIIHIIIIIIIIIIIIIII flhllllllHHlllllllHlllllllllbuiui.' IIIIIIIIlIIIIHIIIIIIHIIII IllIllIllIll i₹ - - --aa---------22..---- -- -- - -------- nn1 >n Ri �i �i n n �i >n n �i >n n �i 00000n n �y1n lyl�i1 �g oon Chi Z z z000 > >= A C A { Z Z 0a0cocoa Z Z Z 2 Z 2 gogggFFF4 m 2 z €��9iCCF9CCV�yCyCo95aa%p v F z v Z L S) T 6 m 6666666t66666666666666 m rn rn m m m m m m m m m m m m m m m m Ili m m m m m m m m� m m w m Z 0 0 = 0 Z 0 ₹l Z 0 m m m m m m m m m m m m I L L L L≥≥≥≥≥ L L L L≥≥≥≥ L L L L L L L L L L L≥ L≥ L L L L L L L v N N N 4 N N N N N N N N N M N N N N N+ + N N N N N + + N e P • • 00>D .srm r m in Z A$ — p U Ca v -y cn Y N - if O V Tn E E + m a ] 8 4 4 4 4 4 4 4 4 2 4 4 4 4 4 4 4 L 0 N a W M - o O a J N u W " r; r; i ZC ; p; piCp 3 i 3 L 3 I [ F FF r F F F F r F � g TT PP F F F F P F P F F FF 3 i E $ b r x_ 33333332T i C N r C$ N + C N + p€ 92 N N + +o �+ gq` Q Q Q 9 T p T mm m m m m m m m 0 r C m i m z p M ^� m O m m a ___ • ___ ___ ___ ___ ______ _________ ___ ___ ___ ___ ___ ___ ___ o wit '1 z 5 y S Jr 01 01 Z �� P r7i 6 n n n n b ym n F n n € b 3& 8 b€ od 8 8 b 'd 3€ b� gyp m 9M yp TC TM 9yp p111C 9M 9yA mC 9 9yy TC TM 9A me TM fl Ip11C TM 992m� Tp % 9 9VZm TAM% T m 9 A� T Tm m TC 9r m TC 9y m TC 9y p♦ TC 0:0 m mC Ly m TC 9�{ m T 9 m O Op �� Op � $ g O Op �� Op O� O�Sy � 09 OM O mg 09 mg 9 OM O O� mg O� t mm m o m m 0 m 01 mg m£ mm W m m oC m m o m m �Q o- m �i m Q o- mm m o m 08 m m 0 m m 02 m m m 02 m m 0 m m o m m •'C K K� KK < K K m < <� <C <<� <; •<C K < m g< mm g< m m �m mm mm g � 1n m 01 01 A P A m p m A m3 9 01 p > L m s m L m s m > m > a > > mm > L a > > a > > -m L m L m pp tl 9 6$ E C • I C v I y� 331 U 4 ___ ___ F P yp S R In 1 -'If Y f L v I. . 0 r� 2 1 - . . . U I § | § | | | | |) U| j I I §||||/| t §� §� K� §| U i_H__ 2 itu iii § § r § § 2 § | $ § § I| ||� !I ml §| ) l MI | )� ■ §■ ■ |' , . r ;° § ! ! ! ! |; 0 Ll • CJ Schedule 15099-S01 Pressure Reducing Valves Schedule 1.000 Performance and Design Requirements 1.010 Valve Tag Number Polymersecondary Dilution Water W3 -V-114 W3 -V-104 1.020 Location Dewatering Building Headworks Building Headworks Building 1.030 Type of Service (1) W W W 1.040 Type (2) DO DO DO 1.050 Maximum Inlet Pressure psig 85 85 85 1.060 Minimum Inlet Pressure psig 75 60 60 1.070 Reduced Pressure Setting psig 65 30 30 1.080 Maximum Flow (3) gpm/cfh/cfm 40 250 250 1.090 Ordinary Flow gpm/cfh/cfm 40 150 250 1.100 Minimum Controlled Flow gpm/cfh/cfm 40 75 250 1.110 Minimum Permissible Pressure at Maximum Flow psig 75 30 30 1.120 Remarks • Schedule 15099.doc 15099 -ADD -1 2/7/2005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) C • Notes: (1) Abbreviations for types of service are as follows: W Water NG Natural Gas PG Propane Gas DG Digester Gas A Air (2) Abbreviations for pressure reducing valve type are as follows: (Specifiers note: When specifying a pilot -operated pressure reducing valve for water service, a low flow bypass may be required if the expected minimum flow rate is less than that recommended by the valve manufacturer for a standard pilot -operated valve.) DO Direct -operated PO Pilot -operated POL Pilot -operated with low flow bypass • (3) Units of flow are as follows: Water service gallons per minute (gpm) (Liters per second [Us]) Gas Service cubic feet per hour (cfh) (Cubic meters per second [cms]) Air Service cubic feet per minute (cfm) (cubic meters per second [cms]) End of Schedule • Schedule 15099.doc 15099 -ADD -2 2/7/2005 (FAYETTEVILLE, AR ) (NOLAND VWVTP ) (CONTRACT EP-2/PN 135045) • NO SCALE 0. BLACK &VEATCH 0 c Coroor.No■ 0 o PROJECT 0 4 135045 SITEKORK - ELECTRICAL PLAN CONTRACT EP -2 REF DWG: BE3 ADDENDUM 1 SKETCH El • NO SCALE 0. o BLACK EACH O o PROJECT 135045 SITEWORK - ELECTRICAL CONTRACT EP -2 ROADWAY TURE A REF DWG: BE4 ADDENDUM I SKETCH E2 WALL MAT .. 7'-0ABOVE STAIBYELL LALOIAM • BPI n2 LP1-1 NOTES: AOTE 2 E� LPI-17,12: 3#12.1120.314' -10 © EL SY !' LPl-3 F O r CONTrAVEO ON DOG DES 1. SEE DRAWING AEI FOR ELECTRICAL LEGEND & ABBREVIATIONS AND GENERAL REQUIREMENTS. 2. LOCATE PULLBOXES UNDER STAIR LANDING AS HIGH AS POSSIBLE. MOUNT SOUTH PULLBOX SLIGHTLY LOWER TO ALLOW ROOM FOR THE 4-3° CONDUITS TO REACH THE NORTH PULLBOX WITHOUT INTERFERENCE. NO SCALE REF DWG: DE1 NOLAND WWTP IMPROVEVMENTS HEAD WORKS BUILDING - ELECTRICAL ADDENDUM 1 BLACK &VEATCH LOWER LEVEL POWER & LIGHTING PLAN ,I, CorPoritlom $ $ PROJECT CONTRACT EP -2 SKETCH E4 CL'. 135045 • 0 • SECTION 23 NO SCALE BE3,DE1 NOTE 3 ION 27 .E BE3 NOTE 3 52 2" OCS2CP-4A,OCS2CP-5A,0CS2CP-6A,OCS2CP-7A NOTE 3 54 3" OCS2CP-8,OCS2CP-9,0CS2CP-10,OCS2CP-11, OCS2CP-12,OCS2CP-13 OOCS2CP-14,OCS2CP-15, PLC3-20,PLC3-21 NOTE 3 65 2" SWBD-32 66 67 2" 2" OCSICP-1 LP1-47,LP1-49,LP1-50 68 2" RVSS101-3,PLCI-2,PLCI-3,PLCI-10 69 2" OCSICP-2 NO SCALE NOLAND WWTP IMPROVEVMEN SITEWORK - ELECTRICAL BLACK&VEATCH DUCTBANK SECTIONS SCHEDULE & SI a c Corporotlo■ 0o PROJECT CONTRACT EP -2 Q 135045 REF DWG: BE6 ADDENDUM 1 SKETCH E3 j.: I4T I . . . . 11 S MEA tYPE 2 103 MAX MY TANK NAOC-LIT-231 C1 FE- 105 CIRCUIT LIT231 2'PVC • 0. BLACK�VEATCH Corp00 O a PROJECT a LL 135045 NO SCALE EFFLUENT FILTERS-MUDWELL PUMP ADDITION CONTRACT EP -2 REF DWG: IE1 ADDENDUM 1 SKETCH E6 0 GROUND TO L SECONDARY - CONTINUED ON DM3 BEd — O,rI! 1'I - - - - AND 2.2EC -- .J - -��. C WJ- 202- _L P24 _ _ _ _ _ -i- _ _ _ MCC -202 'I I y, nTrv..raa:. WIJIY]ra]Y& i tI ItI i«� sLss ■��►��+ OF •r . ' • a. BLACK &VWCH 0 0 PROJECT Q 135045 FZJ 4/0 BARE COPPER GROUND TO CHEMICAL SCRUBBER SEE DRAWING JE5. NO SCALE REF DWG: JE1 NOLAND WWTP IMPROVEVMENTS SOLIDS DEWATERING BUILDING - ELECTRICAL ADDENDUM 1 CONTRACT EP -2 SKETCH E7 • • CIRCUIT 2' PVC 820, TABLE 5.2, 28D,AND TABLE 6.2, 240.NOTE 4 -OCS-2 LOCAL INDICATING PANEL (FURNISHED BY SYSTEM SUPPLIER) MITES NOTE 3 AOTE 5 -7 04(00 TO TANK EE (TYP) CONTINUED ON DRAWING SC11 •-I SEE 4RAWING J1 EEI 005-2 ODOR CONTROL SYSTEM N0.2 NOTE 3 j -U PULLBOXES 3 NAOH STORAGE TANK NAOH-T-201 B (ON POLE) NAOC-LIT-201 NAOC STORAGE TANK MOO- T-201 I SEEDRAWING JE1 /_• FOUNDATION I . I � NO SCALE REF DWG: JE5 NOLAND WWTP IMPROVEVMENTS a SOLIDS DEWATERING BUILDING - ELECTRICAL ADDENDUM I BLACK &VEATCH CHEMICAL STORAGE TANK AREA PLAN Corpor•tlo• 00 c n PROJECT CONTRACT EP -2 SKETCH E8 a 135045 MCC -201 14BL 4BR • a/ a� r It It 0, 0) 07 N U CD -4 • CP (10 HP) � ay� F. O OY NO SCALE REF DWG: JE6 • NOLAND WWTP IMPROVEVMENTS SOLID DEWATERING BUILDING - ELECTRICAL ADDENDUM 1 h c BLACK&VEATCH MCC -201 ONE -LINE DIAGRAM c PROJECT CONTRACT EP -2 SKETCH E9 2 LL 135045 PLC -3 4• CONTRACTOR SHALL FIELD LOCATE SPARE • 120VAC CIRCUIT FROM NEAREST PANELBOARD. PROVIDE NEW CIRCUIT BREAKER. M c9 n N C J Q. N C It N cc N . / • LE BLACK /�� N O BLACK&VEA'CH 0 o PROJECT a 4 135045 CM N W O. 0 " 2 NO SCALE SOLID DEWATERING BUILDING - ELECTRICAL CONTRACT EP -2 REF DWG: JE12 ADDENDUM 1 SKETCH E10 • CI J Ll I,: • DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) SURETY COUNTERSIGNED: Resident Agent State of Arkansas I. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By //di/� By EILEEN CITT, ATTORNEY -IN -FACT Telephone: (708) 824-1700 ATTORNEY -IN -FACT EILEEN LUCITE ATTORNEY -IN —FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00611 N/A (CORPORATE SEAL) Approved as to Form: Attorney for 00611 -Labor & Mat] Payment Bond.doc 00611-4 2/172005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 0 a ' %. ` ) } s . ) \ § § § t§{ . g t - §§ .§ t . 0 0 �;.�.. TRAVE ALTY AND SURETY COMPANY OF�RI CA 1•TR Lt CASUALTY AND SURETY COMPANW FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06193-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT :I• .. 1 t rr t. .711'k%!P 1 ' 1 1 1 1' 1 1' . 41• 1 1 1 1 1IX I L I I\1 1 1 1 1 4 1 1 1 1 4 1 1 M 1 1 I 1 1 1 Y 1 1 I N 1 B II 1 1I 1. 1 1 1 1I 1 YI 1 1 N: 1 1 : 111 1 +1 11 11 1 I w vc 11 Y\ 1 V I : I 1 1 1 11 • I v I, •4S1/ / .♦` ,,.a I 1 1 1 1 • 1 1• 1 11' N II 1111 1 •41 •11 4 i1 1 'J :11 All' LI. :I 1 " 1 1 1 1 I 1 l• 1' 1 11 1 1 1 1QL `I JI 1 111 I 11 Illl 1,d .t !� •11 l 11"111 Il l 1' 11'A 11 'J: 1 1 1 1 1111 Y!1JI . III" l •l l l 1 Fl 1• : A I 11 1 11 •l I I 1 1 1 l Is I•' . I :11 llll 11111i I1 , 11 1 I 11 1 `✓III VJI _1 1 1 l Y I I i t •" 1•1 11 1. .L1_.. I I 1 1 v l 1 1 1 1 I 1 1 1 J 1 1 41 141 :1. •111 1141 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: .fI:A, 1 ,. MI a :11 I +:1 •..1 • I rl :11 :II ' • • +: I +1 :n -1 •, . +: 1 +I al ' �11�+1 . I u11••p.l • ' +(1 Y+1 p 1 • + :11 \I :q 1 + 11 1 1 •1 _! + 1 1 :II :\I '1 :II _! . :1 11 :1• • 1 1 ' 1 •1 I 1 :•L♦ +1 .j�,!', L • 1 • 1' •• 111•':11 :111 11 : 'I • • 1 •'• • 1 1 1 1 •1 1 ♦1 1 + + 1 1 • L♦. IIIIIIII 1 1 •11 II1 11 :111 1 1 •I I II P:11 I •IL•' _ •'II :ILY+< .•II I Y • b•.+111 :111 • 1 111,'• ♦. 1 1. I 1 .$11. nLI _♦u n • .•+1• .L - n1+ AI•_ :n.• 1 • • •1 •: 1 .•; ♦ • / • 1 11 n: +III ul I M 1 the1 u:q 1 ' NI•nl :u 1 uul :n \ r ' NI•nl 1 41 • ' .., 141 n :1 ' na e 11 delegate• :11 , • 1 foregoing 1• 1 •Li •• 1♦.n •1 4 n +nl• ♦ • 1 111•':1 nl •4• 1 1 1 • •11 '•1' 1 1.11 4Y•.I 1 •11 • 114un U 1 11 _ n 1 1 1 1 • ••n• -•••II :1. a ml ul: undertaking 1 • • 1 • • 1 1 _ 1 • 1 1 • n Ic l 1.+1 :1 _al -• 1 1 ' .: • 41 1 Chairman, l n ' ,1 1 +1 1 nl • Y' President1 1 ' +: Inl 1 111 Y 141 1 n:' n 1 1 +: 1 • ••1 _Y •1 l : 1 4F and • 1 K 4• : 1 • ;�.: _• 1 1 111 P: 1 +% 1 _Y •I 1 _Y 1 1 I i _ 4• 11 • 4 lip required) 1 •1 • 11• 1H1 :Y 1• +1 11 II 1 1 11 4 1:�`Y •_• 11 • 14 +\ 1 1certificates• 1, 11 • nl •I 11 •1 Company ♦ 1 Yn pursuant • .11 1 1 •11 • 1 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. SPECIAL WORDING (11-00) 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 17th day of February 2003. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD Goo TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 17th day of February, 2003 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 are 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. • a XY\4b ;i A0 C. My commission expires June 30, 2006 Notary Public Marie C. Tetreault , CERTIFICATE I, the undersigned, Assistant Secretary 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 ,20 Goo,�=6 s,,`d By rKV Kori M. Johanson Assistant Secretary, Bond .d.. sca..r .a —o MYYb,. o 1 y e . YYra P— — — — — — — — — — — — — — — — — — — — — — — — — — IPI_ I # ?sk Raet Ir H � I as !jp I In `c l � I I i I I ' I I I I I j I kl P111111111 I I H AI '•"�a' I. y aI - 111111111 I -------F -------------------- ----� Ala---------------------� ST �I. I of I ml • a.a � 19 is — -- O pg ii I I LA lull I I II I I I t•MM•WM-1 It!I ' (i I -------------- - ------------- v I v I I — — — y I o ...MC O,p.1 I — I ___---------__ _ - a a n I — 1 0 w w 0 0 . N 1MeWM w -DMM lrowa ot• MU •.%I 1—pIM ills TIM MI 'AM r nn QIOr=M spa MM 'WI -Mm MI TAM MI TAM M. 101 C) 830000 FB30000 In N z 0 IL a m N z 0 N N m x a IC can '!11.I�1 idl, _ ti N J Z N mom<vvti�lm o v�<m�titicg T o J � n�H c"v~iti��mvo o a Oi�ti22o0T~ T E O�v ROC)omo oZn ?�vy�i m m�3om•Zrm ti CO) m Ho v m x T O 2 y C� CON r a� O J II Z0 of m �o - µ O O w CA I m� o no m-' v ! c u y �m 2 - m q N N N W • (H____ • II I & ncnL12 o N (TYP v iN- TO v O N m O y n t NanN a J V S O T om C po 'IN Io o •1 •1 • I • . . . 830000 FB30000 mIa Y A m N 0 2 0 In N C In L 0 y -mi 2 C7 O W Q a y = n � J O w C/) J •l 1 J a y 2% n: C. N a -a 0 v CM °' ro m a y T J N N 11.611 m 2 12" rr,I J N Education: Years of Experience: Professional Affiliations: 1984 to Present Position: C iFikaEIn • Matthew M. Walsh Chief Executive Officer University of Notre Dame, South Bend, Indiana Loyola University School of Law, Chicago, Illinois Degree of Juris Doctor - June 1972 Licensed to practice Law in State and Federal Courts 33 Years in the Construction Industry 33 with Walsh Construction TPAC - Board of Directors St. Ignatius College Prep - Life Trustee Union League Club Member University of Notre Dame - Advisory Board THE WALSH GROUP - Chicago, Illinois Chief Executive Officer Responsibilities: Complete responsibility for management and profitability of The Walsh Group, a corporation operating under . two divisions from the Chicago corporate headquarters and fourteen regional offices. As an Officer in Charge, Matt Walsh monitors the progress of projects, attends key ownership meetings and is available for consultation with owners. WALSH CONSTRUCTION - Chicago, Illinois Senior Project Manager Responsibilities: Complete responsibility for the successful completion of major projects in various categories of construction. This includes all facets of the development, design, construction, administration, construction planning and scheduling, cost control, and personnel management. Senior Estimator. Responsibilities: Bid estimate preparation related to all phases of construction. Aided Contract Managers and Project Managers during the pre -construction phase and with sub -contractor negotiation during the construction phase; was responsible for evaluating computer estimating and job costing for Building Division. Also led the establishment of productivity -based labor estimating. Vice President Responsibilities: Owner Contract negotiations, as well as the management of the estimating and project purchasing departments. Also supervised project start-up and staffing, reviewed management systems of Project Managers, and was solely responsible for satisfying Owner and Architect guidelines and project dose -out. Matthew Walsh - Page I of 1 0 C1 Education: Years of Experience: 1988 to Present Position: Project Experience: E • Donald A. Gillis Vice President / Business Group Manager Drexel University, Philadelphia, Pennsylvania Bachelor of Science, Commerce and Engineering, 1970 32 Years in the Construction Industry 14 with Walsh Construction ARCHER WESTERN CONTRACTORS — Atlanta, Georgia Vice President / Business Group Manager Responsibilities: Development of business opportunities through existing and new client contact. Management of estimating department in the preparation of cost proposals. Contract negotiation with owner, design professionals (design -build projects) and subcontractors. Project start-up and staffing along with establishment of management systems. Ultimate responsibility for successful delivery of project to owner. Technology Enhanced Learning Center Location: Carrollton, Georgia Contract Value: $15,492,000 MARTA Aerial Lines Location: Atlanta, Georgia Contract Value: $17,975,141 1-65 Roadway Segment Improvements Location: Indianapolis, Indiana Contract Value: $33,000,000 East Point Pedestrian Bridge Location: East Point, Georgia Contract Value: $1,887,500 Georgia World Congress Center Phase IV Expansion Location: Atlanta, Georgia Contract Value: $34,043,282 1-20 Bridges Location: Atlanta, Georgia Contract Value: $9,581,185 1-95/Broward Widening Location: Broward County, Florida Contract Value: $69,469,487 Rail Service Facility Storage Yard Location: Atlanta, Georgia Contract Value: $22,423,691 Donald A. Gillis - Page 1 of 2 Environmental Sciences and Technology Building Location: Atlanta, Georgia Contract Value: $46,595,000 MARTA North Line Construction Location: Atlanta, Georgia Contract Value: $149,000,000 Cumberland Gap Portal Building and Tunnel Finishes Location: Harrogate, Tennessee Contract Value: $51,849,906 RDU Parking Deck No. 4 Location: Raleigh, North Carolina Contract Value: $102,800,559 International Boulevard Viaduct Extension Location: Atlanta, Georgia Contract Value: $11,800,000 MARTA Tunnels and Ramps/1-285 Location: Atlanta, Georgia Contract Value: $15,419,930 RL Sutton WRF Location: Smyrna, Georgia Contract Value: $128,613,351 Decatur Bus Intermodal Facility Location: Decatur, Georgia Contract Value: $3,298,491 • S • • Project Experience: 1986-1988 Position: 1984— 1986 Position: 1981-1984 Position: 1978-1981 Position: 1914-1978 Position: 1972-1974 Doraville Parking Deck Location: Atlanta, Georgia Contract Value: $7,635,113 North Campus Parking Deck Location: Atlanta, Georgia Contract Value: $9,400,000 South Cobb Reclamation Facility Location: Austell, Georgia Contract Value: $38,929,000 International Boulevard Viaduct Extension Location: Atlanta, Georgia Contract Value: $11,800,000 Georgia Dome Finishes Package New Entrances Location: Atlanta, Georgia Contract Value: $1,821,000 PERINI CORPORATION Project Manager Responsibilities: Eastern Heavy Division MARTA North Springs Station Parking Deck Location: Atlanta, Georgia Contract Value: $45,318,000 Laredo Bus Maintenance Facility Location: Decatur, Georgia Contract Value: $9,431,620 Arden Courts Location: Symms, Georgia Contract Value: $1,970,000 Hemphill Water Treatment Plant Location: Atlanta, Georgia Contract Value: $34,942,000 HARRISON-WESTERN CORPORATION Area Manager Responsibilities: Heavy Construction Group Management and Administration of over $50 million of subway projects. GRANITE CONSTRUCTION COMPANY Project Manager Responsibilities: Heavy Construction Group HORN/FRUIN-COLNON, JV Project Engineer through Assistant Project Manager/Project Administrator S & M CONTRACTORS Field Engineer through Project Engineer/Project Administrator Responsibilities: Held above positions on major subway projects in Washington, D.C. GORDON H. BALL, INC. Responsibilities: Held range of positions on subway projects, highways, tunnels, etc. Donald A. Gillis - Page 2 of 2 Education: Years of Experience: 1994 to Present Position: Joseph R. Lindeman Area Manager, Texas Region North Dakota State University, Fargo, North Dakota Master. of Science, Civil EngineeringlConstniction Management, 1977 North Dakota State University, Fargo, North Dakota Bachelor of Science, Civil Engineering, 1972 32 Years In the Construction Industry 10 with Walsh Construction ARCHER WESTERN CONTRACTORS —Arlington, Texas Area Manager Responsibilities: As the Area Manager in charge of all operations in Archer Western's Texas office, Mr. Lindeman has complete responsibility for the successful completion of every project undertaken by that office. This includes all facets of the construction: estimating, scheduling, composing contracts for subcontractors, and material/ equipment suppliers. He also chairs weekly owner progress meetings, along with administration and the project management team. • Project Experience: Dallas Central WWTP — Odor Control Lake Ray Roberts WTP. Location: Dallas, Texas Location: Aubrey, Texas Contract Value: $3,585,000 Contract Value: $35,785,257 East Side WTP — Ozone Facilities Flower Mound WWTP Location: Sunnyvale, Texas Location: Flower Mound, Texas Contract Value: 36,788,350 Contract Value: $16,222,000 Fomey Pump Station Pecan Creek Water Location: Fomey, Texas Reclamation Plant Contract Value: $4,462,461 Location: Denton, Texas Contract Value: $16,930,000 Southside WWTP Location: Dallas, Texas •Bastrop Energy Center Contract Value: $7,148,000 Location: Cedar Creek, Texas Contract Value: $6,407,500 Wilson Creek WWTP Expansion Location: Lucas, Texas Walnut Creek WWTP Contract Value: $38,067,095 Location: Austin, Texas Contract Value: $18,322,000 Village Creek WWTP Improvements Location: Arlington, Texas Blue Cross Blue Shield Contract Value: $4 Million Headquarters Location: Richardson, Texas Blue Cross Blue Shield Texas Site Contract Value: $7,200,000 Location: Wichita Falls, Texas Contract Value: $671,000 North Building Renovation Location: Richardson, Texas Reber Services -office & Production Contract Value: $5,000,000 Facility • Location: Kennedale, Texas Claims Processing Expansion Contract Value: $1,350,000 Location: Richardson, Texas Contract Value: $915,800 Joseph R. Lindeman - Page 1 of 3 r Additional Project Experience: • Weatherford Utility Wide Scada System Location: Weatherford, Texas Contract Value: $597,250 Greenway Waste Treatment Plant Location: Peoria, Arizona Contract Value: $26,445,302 Mohawk Water Treatment Plant Location: Tulsa, Oklahoma Contract Value: $16,066,924 Central Wastewater Treatment Plant Location: Dallas, Texas Contract Value: $14,652,212 East Side Water Treatment Plant Improvements — Phase II Location: Sunnyvale, Texas Contract Value: $30,170,000 Paris Water Treatment Plant Location: Paris, Texas Contract Value: $4,808,188 Dallas Central WWTP Location: Dallas, Texas Contract Value: $4,532,000 SH 45 New Freeway Location: Austin, Texas Contract Value: $103 Million 820/183 Interchange Location: Fort Worth, Texas Contract Value: $40 Million George Bush Turnpike Location: Carrollton, Texas Contract Value: $17 Million Dallas -Fort Worth Airport Terminal D Location: Dallas -Fort Worth Airport Contract Value: $26 Million Mainline Toll Plaza and Ramp Toll Plazas Location: Irving, Texas Contract Value: $7 Million DART Bridges and Railway Stations Location: Richardson, Texas Contract Value: $38 Million Joseph R. Lindeman - Page 2 of 3 Blue Cross Blue Shield Executive Work Location: Richardson, Texas Contract Value: $1,400,000 Arlington Ozone Facilities Location: Arlington, Texas Contract Value: $19,360,599 East Side Water Treatment Plant Location: Dallas, Texas Contract Value: $6,674,955 Flower Mound WWTP Location: Flower Mound, Texas Contract Value: $7,681,631 TRA Mosier Valley WTP Expansion Location: Euless, Texas Contract Value: $12,752,354 IH 820 Phase 4 Interchange Improvements Location: North Richland Hills, Texas Contract Value: $16 Million Dallas North Tollway Express Lanes Location: Dallas, Texas Contract Value: $2 Million TXDOT Bridge Expansion Location: Fort Worth, Texas Contract Value: $32 Million US Highway 183 Location: Austin, Texas ContractValue: $54 Million Meacham Boulevard @ US Highway 287 Location: Fort Worth, Texas Contract Value: $3 Million IH 820 @ Rufe Snow Location: North Richland Hills, Texas Contract Value: $6 Million Dallas -Fort Worth Airport InterTerminal Loops Location: Dallas -Fort Worth Airport Contract Value: $8 Million C 1977 -1994 MARTIN K. EBY CONSTRUCTION COMPANY, INC. Position: Vice President/Division Manager Texas Area Responsibilities: Acquiring and building work in assigned area. Prepare short and long-term plans. Select and train key staff and field personnel. Ensure all projects are performed in a quality manner, maintain good client relations and management of company assets. Acquired water and wastewater plants, highways, hydro power plants, pipelines, and dam modifications. Projects ranged in size from $100 thousand to $105 million. Annual work put in place $70 million to +$103 million. Division net profits 0.5 to 4.1% of annual work put In place. Started total quality management in Texas Division in 1992. Increased annual production by +$50%. Position: Interim Area Manager for Texas Office Responsibilities: Estimates, bids, selection of subcontractors and suppliers, scheduling, relations with owners and architects and public relations In the area. Position: Project Manager Responsibilities: estimating and selection of subcontractors and suppliers; scheduling of company personnel and financial management of projects such as Beech Aircraft Call Contracts; two metal buildings at Beech with approximately 50,000 s.f.; several medical buildings in Wichita; First Methodist Church Activity Center, Y.M.CA Remodel work; 11 -story Marriott Hotel; United Beechcraft Remodel work at Midcontihent Airport Position: Office Engineer! Field Engineer Responsibilities: Estimating various projects: Hydro generation plants, dams, water and wastewater plants, and fossil fuel power plants. Position: Superintendent/Night Superintendent • Responsibilities: $41 million Foothills Water Treatment Plant, Denver, Colorado, for the Denver Board of Water Commissioners. Ghent Generating Station, Units 3 & 4, site and substructure work; also coal handling structures for Kentucky Utilities Company. • Joseph R. Undeman - Page 3 of 3 CI Li Education: Years of Experience: 1994 to Present Position: Project Experience: C1 • Scott 0. Smiley Program Manager Iowa State University, Ames, Iowa Bachelor of Science, Construction Engineering, 1980 23 Years in the Construction Industry 9 with Archer Western ARCHER WESTERN CONTRACTORS — Arlington, Texas Program Manager Responsibilities: Complete responsibility for the successful completion of the project. This includes all facets of the development, design, construction, administration, construction planning and scheduling, cost control, and personnel management Bachman WTP Ozone Facility Location: Dallas, Texas Contract Value: $23 Million Mansfield WTP Expansion Location: Mansfield, Texas Contract Value: $5 Million Village Creek WWTP Modifications Location: Arlington, Texas Contract Value: $5 Million Richland Chambers Pump Stations Location: Waxahachie, Texas Contract Value: $17 Million Central WWTP Improvements Location: Dallas, Texas Contract Value: $10 Million Rolling Hills WTP Phase 3 Filter Location: Fort Worth, Texas Contract Value: $15 Million TRA Low Service Booster Pump Location: Arlington, Texas Contract Value: $7 Million Eastside Water Treatment Plant Location: Sunnydale, Texas Contract Value: $30 Million TRA Mosier Valley Location: Euless, Texas Contract Value: $13 Million John F. Kubala WTP Expansion Location: Arlington, Texas Contract Value: $15 Million Scott O. Sndley - Page 1 of 2 Wilson Creek WWTP Location: Lucas, Texas Contract Value: $38 Million Bachman Water Treatment Plant Location: Dallas, Texas Contract Value: $12 Million Mansfield Water Treatment Plant Location: Mansfield, Texas Contract Value: $4 Million Northside Pump Station and Ground Storage Reservoir Location: Fort Worth, Texas Contract Value: $5 Million Village Creek WWTP Location: Arlington, Texas Contract Value: $33 Million North Texas High Service Pump Station Location: Wylie, Texas Contract Value: $1,321,691 Joint Pump Station Location: Flower Mound, Texas Contract Value: $3,484,810 Lake Ray Roberts Water Treatment Plant Location: Aubrey, Texas Contract Value: $35,785,257 TRA Central Wastewater Plant Location: Grand Prairie, Texas Contract Value: $1,785,325 • Project Experience: Southside WWTP Effluent Filter Dallas Central WWTP Pump Station Modifications Location: Dallas, Texas Location: Dallas, Texas Contract Value: $5 Million Contract Value: $5 Million Flower Mound WWTP Rowlett Creek WRC Improvements Location: Rower Mound, Texas Location: Garland, Texas Contract Value: $16 Million Contract Value: $2 Million Dallas Central WWTP Improvements Location: Dallas, Texas Contract Value: $4 Million 1985-1994 MARTIN K. EBY CONSTRUCTION COMPANY - Wichita, Kansas Position: Superintendent Responsibilities: Review contracts, drawings and schedule with the project team. Approve and process all purchase orders and subcontracts in collaboration with the Division Manager. Assure projects compliance with company policies and procedures. 1982-1995 OLSON CONSTRUCTION COMPANY - Denver, Colorado Position: Superintendent • 1980-1982 MARTIN K. EBY CONSTRUCTION COMPANY — Wichita, Kansas Position: Field/Office Engineer Responsibilities: Review contracts; drawings and schedule with the project team. Prepare and/or approve and process all purchase orders and subcontracts In collaboration with the Division Manager, arrange personnel, construction materials, supplies and equipment to be available in a timely manor for the project; and set up project controls to monitor project progress including an analyzed estimate, a project construction schedule, and a cost report. • Scott O. Smlley - Page z of 2 4 I Jeffry J. Polak Project Manager Education: Years of Experience: 1995 to Present Position: Project Experience: Position: Project Experience: University of Nebraska at Lincoln Civil Engineering 18 Years in the Construction Industry 6 with Archer Western ARCHER -WESTERN CONTRACTORS, LTD. - Arlington, Texas Project Manager Responsibilities: Project coordination, cost control, negotiating and purchasing, equipment and manpower selection, subcontractor management. Gaylord Trail - TIF Improvements for Opryland Texas Location: Grapevine, Texas Contract Value: $6,242,326 TXDOT - Meacham Boulevard @ US Highway 287 Location: Fort Woth, Texas Contract Value: $3,120,327 Owner. Texas Department of Transportation Architect Texas Department of Transportation. Lake Ray Roberts Treatment Plant Location: Aubrey, Texas Contract Value: $35,785,257 Architect Frees-Nicohls, Inc. 820 Phase 4 Location: North Richland Hills, Texas Contract Value: $16, 138,608 Owner. Texas Department of Transportation Architect Texas Department of Transportation Superintendent Responsibilities: Completion of all phases of the project, including review of plans, scheduling of work, tracking of job costs, and coordinating with Owner's Engineer to successfully complete work to Owner's satisfaction. Flower Mound Wastewater Treatment Location: Flower Mound , Texas Contract Value: $7,391,580 Owner. Town of Flower Mound, Texas Architect Alan Plummer & Associates Eastside Water Treatment Plant Location: Fort Woth, Texas Contract Value: $30,170,000 Owner. Dallas Water Utilities Architect Chiang, Patel & Yerby JeffryJ. Polak • Page 1 of 2 Weatherford Utility Wide SCADA. System Location: Weatherford, Texas Contract Value: $597,250 Owner. City of Weatherford Architect Chiang, Patel & Yerby 11 1990-1995 Position: Project Experience: 1985-1990 Position: 1983-1985 Position: Assistant Superintendent Responsibilities: Overseeing entire Project, including review of plans, scheduling work, running crews, and all aspects involved with correct and timely completion of Project Dallas Area Rapid Transit Contract Value: $20,000,000 Elm Fork Filter Improvements Contract Value: $11,400,000 Elm Fork High Service Pump Station Contract Value: $7,668,000 Elm Fork Plant Process Improvements Contract Value: $19,580,000 Wiley Water Treatment Plant Contract Value: $19,400,000 Elm Fork Chemical Facilities Contract Value: $ 6,749,500 Abrams Road Contract Value: $5,000,000 Elm Fork Clearwell #5 Contract Value: $4,261,800 Carpenter Foreman Responsibilities: Running a crew, scheduling work and completing specific phase of the Project from start to finish. Laborer Responsibilities: Started career in the industry learning all aspects of construction of Project. Jeihy J. Polak - Page 2 of 2 • TECHNICAL EXPERIENCE This section contains detailed technical information about the following water/wastewater treatment plants which are currently under construction or have been completed by Archer Western Contractors, Ltd. and/or The Walsh Group. • South Cobb Water Reclamation Facility, Cobb County, GA - $43,475,270 • Mohawk Water Treatment Plant, Tulsa, OK - $16,066,924 • Des Plaines River Wastewater Treatment Plant, Deerfield, Illinois - $29,243,555 • Arlington Ozone Facilities, Arlington, Texas - $19,360,599 • Eastside Water Treatment Plant, Dallas, Texas - $6,574,955 • Flower Mound Wastewater Treatment Plant, Flower Mound, TX - $7,381,631 • Paris Water Treatment Plant, Pads, TX - $4,808,188 • Northside Water Reclamation Plant, Skokie, Illinois - $6,038,000 • • Tarrant County Water Supply Project, Euless, Texas - $12,531,430 • Central Wastewater Treatment Plant Modifications, Dallas, Texas - $12,239,254 • Bastrop Energy Center, Austin, Texas - $6,407,500 • Flower Mound WWTP Phase I Expansion, Flower Mound, Texas - $16,295,718 • East Side Water Treatment Plant Ozone Facilities, Sunnyvale, Texas - $41,736,219 • Wilson Creek Wastewater Treatment Plant Expansion, Wylie, Texas - $38,067,095 • East Side Water Treatment Plant, Sunnyvale, Texas - $34,718,041 • TRA Low Service Booster Pump Station - $7,177,765 • Lake Ray Roberts 20 MGD Water Treatment Plant, Aubrey, Texas - $36,791,883 • Pecan Creek Water Reclamation Plant, Denton, Texas - $16,930,000 • Southside Wastewater Treatment Plant Effluent Filters, Dallas, Texas - $5,258,000 • Walnut Creek Wastewater Treatment Plant, Austin, Texas -$18,300,000 • I Archer Western Contractors, Ltd. • South Cobb Water Reclamation Facility, Cobb County, GA Contract Amount: $43,475,270 This project involved the construction of a complete new process train adjacent to an existing operating plant. The new train increased the plant capacity from 28 MGD to 40 MGD, and included a headworks structure, a screening building, grit removal facilities, primary sedimentation tanks, aeration tanks, a blower building, chemical feed facilities, a secondary clarifier, a reuse water pump station, a chlorine contact tank, a plant electrical/generator building, and other miscellaneous structures. Also, modifications were made to many of the existing plant structures, and yard piping to 78' in diameter was installed to interconnect the process train and tie-in to the existing raw sewage lines. Work also included extensive modifications and additions to the plant electrical and control/instrumentation systems. Bid Date: December 1, 1994 Bid Amount: $38,929,000 Start Date: May 22, 1995 Scheduled Completion Date: June 5, 1998 (1110 days) • Actual Completion Date: June 5, 1998 (1110 days) Final Contract Amount: $43,475,270 Liquidated Damages: None Claims/Changes: No claims. Two (2) change orders totaling $4,180,000 were issued for the addition of a sludge dewatering building. Other change orders totaling $366,270 were issued for misc scope changes. Necessary time extensions were resolved with the owner. All final punch list items were completed to the Owners satisfaction. Owner: Cobb County Water System 680 South Cobb Drive, Atlanta, GA 30060-3113 Contact: Rich Wittman (770) 419-6310 Engineer. Brown & Caldwell 53 Perimeter Center East, Atlanta, GA 30346-1905 Contact: Ed Motley, (770) 394-2997 Construction Manager. O'Brien Kreitsberg 127 Peachtree St NE, Atlanta, GA 30303 David Pino (404) 524-5505 A -W Project Manager. Shane Lippert • A -W Superintendent: Andy Curl Percent of Labor -Related Work performed by Archer Western: 45% Archer Western Contractors, Ltd. • Mohawk Water Treatment Plant, Contract #6, Tulsa, Oklahoma Contract Amount: $16,066,924 This project involves the construction of several significant portions of a 100 MGD Water Treatment Plant. Facilities constructed under this contract include an 11 million gallon clearwell, a distribution pump station containing four 2,500 hp and three 1,750 hp constant speed vertical turbine pumps, three 250 hp variable speed vertical turbine backwash pumps, yard piping, chemical feed systems, and supporting electrical and control systems. Bid Date: May 8, 1996 Bid Amount: $15,674,773 Start Date: June 24, 1996 Scheduled Completion Date: July, 1999 Actual Completion Date: July, 1999 Final Contract Amount: $16,066,924 • Liquidated Damages: None Claims/changes: No claims. Change orders totaling $404,000 were issued for owner initiated scope changes. A change order in the amount of $18,000 and a time extension was issued for delays caused by another contractor at the site. All final punch list items were completed to the Owners satisfaction. Owner. City of Tulsa 200 Civic Center Tulsa, OK 74103 Contact Al Hamlet, (918) 596-9621 Engineer. Montgomery Watson 4042 East Mohawk Boulevard Tulsa, OK 74115 Contact: Ron Cass (918) 428-0704 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Jay Vincent Percent of Labor -Related Work performed by Archer Western: 50% • S • Walsh Construction Company Des Plaines River Wastewater Treatment Plant, Deerfield, Illinois Contract Amount: $29,243,555 This project consisted of a three phase modification to the existing wastewater treatment plant. The work included 22 new structures, including new clarifiers, pumping station, grit building, filter building, digesters, blower building, aeration tanks, dechlorination facility, chemical feed facilities, and administration building. Also involved were extensive SCADA control and electrical modifications, 50 acres of sitework, and new process tie- ins and phasing so as not to interfere with the operations of the existing facility. Bid Date: June 27, 1991 Bid Amount: $29,000,000 Start Date: August 26, 1991 Scheduled Completion Date: February 28, 1994, (917 days) Actual Completion Date: January 14, 1994, (872 days) Final Contract Amount: $29,243,555 Liquidated Damages: None • Claims/Changes: No Claims, Change orders totaling $243,555 were issued for owner initiated scope changes. Project finished ahead of schedule. All final punch list items were completed to the Owners satisfaction. Owner. Lake County Public Works Department 100 W. Palmer, Northlake, III 60164 Contact: Chuck DeGraves, (708) 562-0940 Engineer. Rust Environmental & Infrastructure, (formerly Donohue & Associates) 4738 North 40th Street, Sheboygan, WI Contact: Dennis Price, (920) 458-8711 Construction Manager. Rust Environmental & Infrastructure Walsh Project Manager. Rob Ferrino Walsh Superintendent: Jan Michaelson Percent of Labor -Related Work performed by Archer Western: .45% • Archer Western Contractors, Ltd. • Arlington Ozone Facilities, Arlington, Texas Contract Value: $19,360,599 This project includes the construction of new pre -ozone and intermediate ozone contactor structures at two separate water treatment plants. Other work includes approximately 30,000 cy of excavation, approximately 10,000 cy of structural concrete, complete rehabilitation of 26 filters, and misc. mechanical and yard piping. Work also included 2200 If of 48" steel pipe in an existing facility. Over 200 yds of rock was pre - blasted without any interruption to the plant service. Bid Date: October 21, 1997 Bid Amount: $19,238,000 Start Date: December 8, 1997 Scheduled Completion Date: January, 2000 Actual Completion Date: January, 2000 • Final Contract Amount: $19,360,599 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $121,838 were issued for owner -initiated scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner. City of Arlington 1901 Lakewood Drive, Arlington, TX 76013 Contact:. Rick McCleery, (817) 654-9769 Engineer. Freese -Nichols, Inc. 40155 International Plaza, Fort Worth, TX 76109 Contact: Larry Eckerseley, (817) 429-1900 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Steve Baker Percent of Labor -Related Work performed by Archer Western: 65% • • • Archer Western Contractors, Ltd. Eastside Water Treatment Plant, Dallas, Texas Contract Amount: $6,574.955 This project included hydraulic and miscellaneous improvements to the existing East Side Water Treatment Plant. The work included structural modifications to the primary flocculation basin influent flume; removal and replacement of the forebay and rapid mix structure; removal and replacement of secondary rapid mixers; construction of a new raw water junction structure; installation of a lagoon irrigation system, and various other modifications to the existing plant structure, piping, and controls. The capacity of the plant after modifications was 550 MGD. Bid Date: October 13, 1995 Bid Amount: $6,576,970 Start Date: January 22, 1996 Scheduled Completion Date: May 21, 1997 (485 days) Actual Completion Date: May 21, 1997 (485 days) Final Contract Amount: $6,674,955 Liquidated Damages: None Claims/Changes: No claims. One (1) change order totaling -$2,015 (credit) was issued for a scope of work change. All final punch list items were completed to the Owners satisfaction. Owner: Dallas Water Utilities 2121 Main Street, Suite 300 Dallas, TX 75201 Contact: Randy Edmonson, (214) 948-4572 Engineer. Chiang, Patel & Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, TX 75235 Contact: Ed Motley, (214) 638-0500 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Jeff Polak Percent of Labor -Related Work performed by Archer Western: 55% r 0 Archer Western Contractors, Ltd. • Flower Mound Wastewater Treatment Plant, Flower Mound, TX Contract Amount: $7,381,631 Construction of a new wastewater treatment plant including four nitrification basins, a trickling filter/aeration basin unit, two primary clarifiers, a final clarifier, two U.V. basins, a RAS pump station, a sludge dewatering building, an effluent pump station, a stormwater pump station and other miscellaneous structures. Work also included modifications to the existing primary and final clarifiers, trickling filter, headworks, structural and installation of new blowers. Yard piping was also installed and and tie-ins to the existing process were made on this 6 MGD plant. Bid Date: November 15, 1994 Bid Amount: $7,291,583 Start Date: January 16, 1995 Scheduled Completion Date: October 11, 1996 (634 days) Actual Completion Date: October 11, 1996 (634 days) • Final Contract Amount: $7,681,631 Liquidated Damages: None Claims/Changes: No Claims. Three (3) change orders totaling $90,048.34 were issued for scope of work changes. All final punch list items were completed •to the Owners satisfaction. Owner. Town of Flower Mound, Texas 2121 Cross Timbers Road Flower Mound, Texas 75028 Contact: Ronnie Baker, (214) 539-6006 Engineer. Alan Plummer & Assoc. 7524 Mosier View Court, Suite 200 Fort Worth, TX 76118 Contact: Lee Head, (817) 589-2226 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Jeff Polak Percent of Labor -Related Work performed by Archer Western: 55% • • a Archer Western Contractors, Ltd. • Paris Water Treatment Plant. Paris. TX Contract Amount: $4.808.188 This project included expansion of the existing water treatment facilities from 18 MGD to 36 MGD and included two new sedimentation/flocculation basins, four dual -media filters, a filter gallery, chemical feed facilities, three 5600 GPM treated water transfer pumps, and the rehabilitation of existing sedimentation basins and filters. Also involved were related yard and process piping, sitework, roadways, and other miscellaneous facilities. Bid Date: 1994 Bid Amount:. $4,783,965 Start Date: October 31, 1994 Scheduled Completion Date: June 3, 1996 (580 days) Actual Completion Date: May 9, 1996 (555 days) Final Contract Amount: $4,808,188 Liquidated Damages: None • Claims/Changes: No Claims. Three (3) change orders totaling $24,223 were issued for scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner. City of Paris, TX PO Box 9037 Paris, Texas 75461-9037 Contact: Herb Campbell, (903) 784-2464 Engineer. Aburcher, Willis & Ratliff 3620 Old Bullard Road, Suite 206 Tyler, TX 75701 Contact: Kelly Sunderland, (903) 581-7844 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Wafter Earthman Percent of Labor -Related Work performed by Archer Western: 55% C Walsh Construction Company • Northside Water Reclamation Plant, Skokie, Illinois Contract Amount: $6,038,000 This project consisted of the rennovation of an antiquated grit removal system. Work included demolition, excavation, new concrete grit chambers, a new grit dewatering tank, a new grit dewatering station and conveyor system, and new grit collection/dewatering mechanisms. Appurtenant facilities included process piping, pumps, valves, electrical power wiring and systems, monitoring systems (including computer hardware/software). Bid Date: 8/22/95 Bid Amount $6,038,000 Start Date: 11/10/95 Scheduled Completion Date: 8/23/98 (1016 days) Actual Completion Date: 8/4/98 (997 days) Final Contract Amount: $ 6,681,190 Liquidated Damages: None • Claims/Changes: No claims, 43 change orders totaling $643,190 were issued for scope of work changes. Time extensions were resolved with the owner. All final punch list items were completed to the Owners satisfaction. Owner. Metropolitan Water Reclamation District of Chicago 111 E. Erie Street, Chicago, III 60611-2871 Contact: John C. Faman, Chief Engineer (312) 751-5600 Engineer. Metropolitan Water Reclamation District of Chicago 111 E. Erie Street, Chicago, III 60611-2871 Contact: Richard D'Ambrosia, Asst Ch. Engineer (312) 751-5600 Construction Manager. None A -W Project Manager. John J. Cornell A -W Superintendent: Dave Hoener Percent of Labor -Related Work performed by Archer Western: 50% • Archer Western Contractors, Ltd. Tarrant County Water Supply Project Water Treatment Plant Expansion to 72 MGD Euless. Texas Contract Value: $12,531,430.10 Water Treatment Plant Expansion to 72 MGD — 4 additional filters, 3 circular tanks, chemical storage area, chemical scrubbers, tube settlers, chemical feed modifications, pump station, maintenance building, paving, replace valves, and electrical improvements. Upgrade from 57 MGD to 72 MGD plant capacity. Bid Date: May 26th, 1999 Bid Amount: $12,531,430 Start Date: July gth, 1999 • Actual Completion Date: November 2001 Final Contract Amount: $12,752,354 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $220,924.76 were issued for owner -initiated scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner. Trinity River Authority 5300 South Collins, Arlington, TX 76018 Contact: Thomas Sanders, (817) 467-4343 Engineer. Knowlton -English -Flowers, Inc. 1901 Central Drive, Bedford, TX 76021 Contact: Bill Flowers, (817) 283-6211 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Mark Miller Percent of Labor -Related Work performed by Archer Western: 60% • • • r-1 LJ Archer Western Contractors, Ltd. Central Wastewater Treatment Plant Modifications of Existing Wastewater Plant — Grit Removal Dallas, Texas Contract Value: $12,239,254 Modifications to Central Wastewater Treatment Plant. Installation of grit removal modifications, 60° air line replacement, removal of building, and demolition of existing facilities. Bid Date: April 16, 1998 Bid Amount: $12,239,254 Start Date: July 24, 1998 Actual Completion Date: September 30, 2001 Final Contract Amount: $ 14,652,212 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $2,412,959 were issued for owner -initiated scope of work changes. Owner. City of Dallas 2121 Main Street, #300, Dallas, TX 75201 Contact: Jerry Taylor, (214) 948-4564 Engineer. CH2M Hill 5339 Alpha Road, Suite 300, Dallas, TX 75240 Contact: Chad Simmons, (972) 980-2170 Construction Manager. None A -W Project Manager. R. Joe Lee A -W Superintendent: Richard Addleman Percent of Labor -Related Work performed by Archer Western: 55% Archer Western Contractors, Ltd. • Bastrop Energy Center Raw Water Supply/Wastewater Discharge Improvments Contract Amount: $6,407,500 This project consists of the engineering, procurement, construction and commissioning of structures and systems to convey raw water from the Colorado River in Travis County, Texas to a power generation facility (the Power Plant") located approximately 4.5 miles from the Colorado River in Bastrop County, Texas. The work includes engineering, procurement, construction and commissioning of the structure and systems necessary to discharge water from the Power Plant to the Colorado River as follows: ■ Raw water intake structure with T -screens, with gravity pipeline between the intake structure and the pump station as well as auxiliary system piping. • Raw water pump station, piping, valves, actuators, instruments, air compressors and receivers. The pump station will be provided with slots for three pumps. Initial design will only include procurement and installation of two pumps. • 24" Raw water transmission main from the Colorado River to the Power Plant. • Raw water meter station •• 14" Water discharge line and out -fall structure from the Power Plant to the Colorado River. • All pump station facilities, which shall include a manufactured steel building, security fencing and access steps leading from the pump station to the intake structure. • Pump station electrical distribution systems, interior lighting, exterior lighting, grounding and convenience electrical circuits. • Fiber optic communications between the pump station and the Power Plant control building including buried fiber optic cable, splices, modems and all equipment necessary to convey control signals and data between the pump station and the Power Plant Westinghouse Ovation DCS. • Commissioning activities including pump flow testing, pressure testing of pipelines, calibration of instruments, verification of PLC program by system operation. Bid Date: March 5, 2001 Bid Amount: $6,407,500 Start Date: April 9, 2001 Completion Date: April 30, 2002 • Final Contract Amount: $6,411,540 Liquidated Damages: None Claims/Changes: No claims. • Owner. Bastrop Energy Partners, LP 1001 Louisiana Street Houston, TX 77002 Contact: Keith Albritton, Phone: 713-420-5799 Engineer. Alan Plummer and Associates,lnc. 7524 Mosier View Court, Suite 200 Fort Worth, TX 76118-7122 Contact: James Altstaetter, Phone: 817-284-2724 Construction Manager. None A -W Project Manager. Tom Bush A -W Superintendent: Matt Hunnicutt Percent of Labor -Related Work performed by Archer Western: 50% • Archer Western Contractors, Ltd. Flower Mound Wastewater Treatment Plant Phase I Expansion Flower Mound, Texas Contract Value: $16,295,718 Construction of new preliminary treatment units, three new sequencing batch reactors, three new effluent filters, two new UV channels, new effluent Pump Station and modifications to the existing Facilities. Construction of approximately 4,500 lineal feet of 24" force main pipeline. Bid Date: March 6, 2001 Bid Amount: $16,222,000 Start Date: June 4, 2001 Actual Completion Date: December 31, 2002 Final Contract Amount: $ 16,295,718 Liquidated Damages: None • Claims/Changes: No claims. Change orders in the amount of $73,718 were issued for owner -initiated scope of work changes. Owner. Town of Flower Mound • 2121 Cross Timbers Road Flower Mound, TX 75028 Contact: Randy Williams (972) 539-6006 Engineer. Alan Plummer & Associates, Inc. 7524 Mosier View Court, #200 Fort Worth, TX 76118 Contact: Alan Davis (817) 284-2724 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Wayne Pursley Percent of Labor -Related Work performed by Archer Western: 60% I 0 • Archer Western Contractors, Ltd. East Side Water Treatment Plant Phase II. Contract 3, East Side WTP Ozone Facilities, Forney Dam Mitigation and Dallas Water Utilities Elevator Repairs Sunnyvale, Texas Contract Value: $41,736,219 The construction of this project consists of the following: 1) Eastside WTP Ozone Facilities 2) Forney Dam Spillway 3) Frasier Dam Modifications 4) Bachman Water Treatment Plant Hydraulic Improvements Bid Date: January 3, 2002 Bid Amount: $36,788,350 Start Date: February 13, 2002 Anticipated Completion Date: Change Order Work as requested by Owner has extended original contract completion of February 2004 Current Contract Amount: $41,736,219 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $4,947,869 were issued for owner -initiated scope of work changes. Owner: City of Dallas 2121 Main Street, #300,:Dallas, TX 75201 Contact: Randy Edmonson (214) 948-4572 Engineer. Chiang, Patel, Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, TX 75235 Contact: Ed Motley (214) 638-0500 Construction Manager. None A -W Project Manager. Scott Smiley • A -W Superintendent: Mark Tepera Percent of Labor -Related Work performed by Archer Western: 55% S 0 • Archer Western Contractors, Ltd. Wilson Creek Wastewater Treatment Plant Expansion Wylie, Texas Contract Value: $38,067,095 This project consists of the construction of a 16 MGD expansion to the existing Wastewater Treatment Plant. Construction shall include two primary clarifiers, one primary sludge pumping station, two BNR basins, one blower building, two Sec clarifiers, one Sec sludge pump station, four filters, three ultraviolet disinfection basins, chemical feed facility additions, odor control, 60" plant outfall line, solids handling, plant & yard piping, electrical & instrumentation. Bid Date: November 9, 2001 Bid Amount: $37,979,095 Start Date: January 15, 2002 Completion Date: July 2004 . Current Contract Amount: $ 38,565,020 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $509,262 were issued for owner -initiated scope of work changes. Owner. North Texas Municipal Water District 505 E. Brown Street Wylie; TX 75098 Contact: Jim Kelly (972) 442-5405 Engineer. Black & Veatch 9441 LBJ Freeway, #300 Dallas, TX 75243 Contact: Phil Spitzer (214) 570-7000 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Curtis Weston • Percent of Labor -Related Work performed by Archer Western: 60% • Archer Western Contractors, Ltd. East Side Water Treatment Plant Sunnyvale, Texas Contract Value: $34,718,041 This project consists of the construction of the new chlorine & ammonia building and systems, plant water improvements, new carbon dioxide system, electrical and SCADA system improvements at the East Side Water Treatment Plant Ozone Facilities, Forney Dm Mitigation, Dallas Water Utilities Elevator Improvements. Bid Date: March 8, 2001 Bid Amount: $30,170,000 Start Date: July 25, 2001 Scheduled Completion Date: Change Order work as requested by Owner has extended original anticipated completion date of January 2004 • Current Contract Amount: $ 34,718,041 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $4,548,041 were issued for owner -initiated scope of work changes. Owner. City of Dallas 2121 Main Street, #300, Dallas, TX 75201 Contact: Randy Edmonson (214) 948-4572 Engineer. Chiang, Patel & Yerby, Inc. 1820 Regal Row, #200 Dallas, TX 75235 Contact: Ed Motley (214) 263-3960 Construction Manager. None A -W Project Manager. Scott Smiley A -W Superintendent: Mark Tepera Percent of Labor -Related Work performed by Archer Western: 55% • Archer Western Contractors, Ltd. Tarrant County Water Supply System Low Service Booster Pump Station Arlington, Texas Contract Value: $7,177,765 The Booster Pump Station is designed to provide a firm capacity of 72 MGD with the ability to expand to 120 MGD. Three pumps are proposed to provide the initial firm capacity of 72 MGD and spaces provided to add two future pumps for an ultimate firm capacity of 120 MGD. The three original pumps will be modified by changing the impellers to meet the future demand. Chemical storage and feed facilities to reduce taste and odor are included in this project. Site improvements, architectural features, electrical and mechanical arrangement are also included. Bid Date: September 29th, 2000 • Bid Amount: $7,177,765 Start Date: November 13, 2000 Scheduled Completion Date: October 2001 Actual Completion Date: April 2002 Final Contract Amount: $7,365,294.45. Liquidated Damages: None Claims/Changes: No claims Owner. Trinity River Authority 5300 South Collins, Arlington, TX 76018 Contact: Richard Postma (817) 467-4343 • Engineer. HDR Engineering, Inc. 12700 Hillcrest Road, Dallas, TX 75230-2096 Contact: Brad Martin (972) 960-4020 Construction Manager. None • A -W Project Manager. Scott Smiley A -W Superintendent: Jason Davis Percent of Labor -Related Work performed by Archer Western: 50% • Archer Western Contractors, Ltd. Lake Ray Roberts 20 MGD Water Treatment Plant Aubrey, Texas Contract Value: $36,791,883 New 20 MGD Water Treatment Plant — construction of a raw water pump station, chemical diffusion vault, splitter box, flocculation/sedimentation basins, filters, washwater reclamation basin, sludge lagoons, clearwell, transfer pump station, high service pump station, chemical feed and storage, operations building and all associated sitework. Bid Date: March 27, 2001 Bid Amount: $35,785,257 Start Date: May 9, 2001 Substantial Completion Date: May 27, 2003 • Current Contract Amount: $ 36,331,523 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $1,006,626 were issued for owner -initiated scope of work changes. Owner: City of Denton Water Utilities 901-B Texas Street Denton, TX 76209 Contact: Tom Shaw Engineer. Freese — Nichols, Inc. 1701 N. Market Street, Suite 500 Dallas, TX 75202 Contact: Trooper Smith (214) 920-2500 Construction Manager. None A -W Project Manager. Jeff Polak A -W Superintendent: Travis Vick Percent of Labor -Related Work performed by Archer Western: 55% • E • Archer Western Contractors Ltd. SOUTHSIDE WWTP EFFLUENT FILTER MODIFICATIONS Contract Amount: $5,258,000.00 Install air scour piping to filters 13-24 and 18' SS air header from the existing Blower Building. Replacement of valves in Filter Complex #3 with pneumatic actuators. Installation of a new complete air system for the actuators. Additional modifications to the Wastewater Treatment Plant Bid Date: Bid Amount: $5,258,000.00 Start Date: Dec. 1, 2002 Scheduled Completion Date: March 31, 2004 Substantial Completion Date: Working on Punch List . Liquidated Damages: N/A Claims/Changes: None Owner. City of Dallas Water Utilities 2121 Main Street, Suite 300 Dallas, TX 75201 Contact: Kevin Bunting Phone: (214) 948-4517 Engineer. HDR Engineering 17111 Preston Road, Suite 200 Dallas, TX 75248-1229 Contact: R. Bradley Martin Phone: (972) 960-4435 Construction Manager. None A -W Project Manager. Scott Smiley • Percent of Labor -Related Work performed by Archer Western: 80% Archer Western Contractors Ltd. • Walnut Creek Wastewater Treatment Plant Contract Value: $18,322,000.00 Improvements required to re -rate plant capacity to 75 MOD including a new headworks, new influent and effluent distribution structures, new force main, hydraulic improvements to secondary treatment, improvements to RAS pumps and installing chlorine evaporators. New haul waste station, maintenance dewatering station and other miscellaneous improvements. Bid Date: Bid Amount $18,322,000.00 Start Date: May 1, 2002 Substantial Completion Date: January 31, 2004 Final Completion Date: Working on Punch List Actual Completion Date: Liquidated Damages: N/A • Claims/Changes: Owner. City of Austin, Texas One Texas Center, 505 Barton Springs Road Austin, Texas Contact Kathy Hardin Phone: (512)-972-1491 Engineer. Camp Dresser & McKee 9111 Jollyville Road, Suite 105. Austin, Texas 78759 Contact Mitt Tidwell Phone: (512)346-1100 Construction Manager. None A -W Project Manager. Joe Lee Percent of Labor -Related Work performed by Archer Western: 80% r1 Archer Western Contractors, Ltd. Bonded Projects Under Contract Name cK. " ,, #r ' "�scnpHonc', Contrack" Coinpledonif „'DaEa Escambia Bridge Reconstruction of four (4) existing bridge approaches damaged during the huri nes. Work ndx $231,845 Apra -2005 Apps Emergency includes embankment rip -rap nibble, paving and sidexaDs. Repair Pensacola, Florida Esambia 1-10 WB WIM Conshudion of a weigh-in motion and a static scale on 1-10 westbound M Escambia County, Flords. $300,016 Apr -8-2005 / Static Scale Work mix includes excavation, roadway drainage, grading and asphalt paving. Contact time b 60 Pensacola, Florida calendar days. Subcontract to Mettler Toledo who Is fumishkg and Installing the scales. Escambia 1.10 EB WIM Construction of weigh -In motion and static scale on 1-10 eastbound In Esambla County, Florida $2,310,745 Apr --2005 Static Scale Work mix includes excavation, embankment roadway drsage. utilities, and asphalt paving. Contrail Pensacola, Florida time Is 60 calendar days. • Duval - Super Bowl Furnish and install new temporary banter wall for bane control and security to Include t uddng, labor, $116,000 Feb 25-2005 Temp Barrier Wall equipment and other Incidentals to set and remove temporary barrier wat Jaclsonvme, Florida MHJff Embankment 1,800,000 CV of embankment retaining wags and utility wok for new International terminal at $59,040,560 &d31-2007 Phase 2 Haris1eid Jackson International Airport Atlanta, Georgia RL Sutton-Biosdids A new b'rosa6ds handling fadliry at the ex'sting RL Sutton Waste Water Treabrierd Plant $55,669,949 Doo31-2007 Handling Smyma, Georgia Escambla Scenic Reconstruction of driveway on scenic highway in Escambia County, Florida to include: dewing and $259,535 Mar31-2005 Highway Driveway grubbing, excavation, roadway drat age, embankment concrete paving, erosion control and Repair maintenance of batik Pesacola, Florida River Bend Water This project includes construction of a second outlet naditications to the exsting effluent $687,000 Aug -1-2005 Reclamation Plant measurement structure; construction of a dremial feed system with bulk storage and related pipi g; Phase 2 and associated site work mod8ladons. Lithe Elm, Texas • Page 1 of 9 As of 126/2005 Archer Western Contractors, Ltd. Bonded Projects Under Contract ^_ J �Ts3� X.v'i. uro�ur '�$.y� ♦�n�'n'n, .l ..\ ..r Y �Ji[... Vc�r11.n.V,M1a�' Iw�rS.�N,M{t� •�aV�V(�, �Ia�� .a.. ,. !' �`n.1,.1. .�{',Y,. Mount Carmel WTP Repairs Include the replacement of existing construction joints replacement of existing portions of $497,000 Mar -31-2005 Clear Well Repairs reinforced concrete floor stab; mnaeta patching of spaPfg on columns, floor and wall areas; Waco, Texas application of polyurea coating to tank and wags; repair of slab aaddrg by way of Injection of hydrophobic urethane; and Installation of sluice gates. DART Articulation Shed 180' x 83' metal building with three rag road tracks inside for manufacturing rag cars. $854,346 Mar -1.2005 (FA -2) Dallas, Texas PROJECT WAS CANCELLEDIIIIIIIIIII emet Water Treatment The construction of this water treatment plant Includes screening building, mechanical buIldi g, 535.650,000 Aug -29-2006 Plans disinfection basin, finished water pump station, chemical building, electrical building, operations San Diego, California building, finished water meter vault and all electrical, instrumentation, and control systems work Oakley Industrial Grade One hag mile of grading drainage, base and plant mt resurfadng on Oakey Industrial Bhd. and the $5,697,339 Jun -30-2006 Separation relocation of Fayetteville Road. The project also includes construction of a bridge and approaches. Union City, Georgia over the CSX Rai road. Upper Trinity- Electrical This project consists of improvements to the existing Regional Water Treatment Plant hvJudi g, but $608,200 Mar -31-2005 & Ozone Improvements not limited to the installation of a 2,000 kw emergency generator and the installation of ozone diffusers Lewisville, Texas and stainless steel piping. TRA Bbsdios Work Includes addition of a bell filter press and two lime pasteurization trains on concrete stabs with $6,905,800 Atg31.2005 Stabilization Phase 1 pier and beam foundations at the Central Regional Wastewater System Treatment Plant. Included are Dallas, Texas conveyors, control systems, electrical equipment denafition, and modifications to an existing polymer storage tadiitt. Also induced is rehabilitation of two 35 diameter concrete blend tanks and mbd g equipment along with miscellaneous site civil, structural and yard piping modifications. Johns Creek Site Mass eaMwork on 48 acre site to prepare for upcoming envtonmental campus to be bid later In 2004. 5495,000 Feb -1-2005 Improver a is Roswell, Georgia Mount Camrel Water Work included replacement of underdrains, media, backwash burghs, piping, Instrument', air blower $14,395,000 May -31.2006 Treatment Plant system, control system on existing Nters, the construction of a new transfer pump station including four Waco, Texas vertical turbine pumps, wetwell, masonry eectr cal building and associated piping Controls, ebctricdal and HVAC; and associated additions to lard pWIng. I Archer Western Contractors, Ltd. Bonded Projects Under Contract CJ • :'t x')Fw.,..Pro)ed:,'_ *a f fS.•^�,.��- Contract ...Completion" t'ial 0 r{tlfleUlKtyh},'Ny� 7 v { •y` Daetrlp}1�41'�yf.���. .�{{x��+i�:. .�`#•='•r Morro Sheppard Dam The attract calls for the removal and replacement of nine (9) mds8ng sluice gates. The new sluice $393,600 JUF31-2005 Sluice Gate gates are 24 x 24' cast iron. Work also includes additional access opening to the skdce gate wet Replacement w&s with access ladders and floor grating. Grafad, Texas H-35 Md.ennan County This project involves four bridges, 3000.000 CY dbt and 100,000 CY of concrete pavi g. $40,574,513 Jan -1.2007 Robhsat, Texas JG Beadham WTP This contract calls for the expansion existing Water Treatment Plant for the Athens County and Clarke $40,629,426 Oct -1-2007 Expansion County governments. Athens, Georgia Duval 1-95! 1-10 17 Bridges and 600,000 CY embankment to rebuild a major interchange between two Interstates In $148,003,197 Aug -15-2010 Inter hange Jac sonville, Florida JacsarnMe. TRA West Fork Construction and Installation of approximately 5,910 Meal feet of 108' pipe ranging from 15 to 40 feet $11,385,561 Nov -15-2005 Intercept r WF-1 Phase in depth. Additional wart includes the construction and Installation of fourjundbn boxes and crossing 1 beneath IH-W. Some wetland mitigation and irrigation work also included. Dallas, Texas Central W WTP white Work indudes replacement of two existing bar screens with new reciprocating cogwheel type screens, $1,396,000 Oct -1-2005 Rode Rough Screens & installation of shaftiess conveyor system, rehabilitation of the Bar Screen Building (including reuse of Pump Header existing structural members with replacement of building stun along with the Sedio n eel amhicel Dallas, Texas ventilation and heating equipment), replacement of existing pump header, and replacement of Verhtrd Wbes with common size spool pieces. Santee Lakes Developmentof 101 full utility campsites designed for large reaea8ahal vehicles. Associated $5,904,000 Jun -15.2005 ampg round Expansion improvements Including earthwork, hiking tray, restoorrNm ei fadhty remodel, parking Tots, San Diego, Calibmfa walkways, utfdes (sewer, water, eledrb, cxmnunications). landscaping and picnic areas. I.64/CSX RR Bridge, Construction of two 515 -foot msintlne bridges on 1.64 over the CSX Railroad yard. Project inwhes $23,095,001 Feb -15-2007 Hemico County demolition of two existing structures, maintaining traffic an mainline 1-64, and maintaining active Richmond, Yvgbda railroad operations in CSX yard. New structures are founded on drilled shags, with 10' steel piles at the abutments. Substructure is amaele and the superstructure is steel. Also thduded is associated drainage wok, electrical, signage, roadway wok, retaining structures, and sound barrier we Page 3 of 9 I • Archer Western Contractors, Ltd. Bonded Projects Under Contract lei � ��' �� v�`F'�fie .� 4•,n ♦ r i 4: 1 '^f 111'�� 1 w ��Y I 1 :1 • 1 ITT '. 1 �L� ry .t �ti '1' c ���. F. 1' 1_ •1• .. �F' e n. y YlYx4 Y1 lel V... `� ♦ '1A� 1 . ail : 1 1.: r. ' • 1Pump. 4•L1 Ln:iII.'• I'.Ii,)'.1 ii TTil J ii 1 and N •I.IJ the • 1 ;{.f?' I II 1 0 IK r ••p . 1. YI •1:• .:: • • •ec • :.: :I• YI• 1 • 1 q f l• • 4: 1 I• _• •.•1:1: •1> • • III ,> II Screening 1" I•Y:I' Ii 1YI • 1.1 J•• III"•II • �I•• _ .4 1 •. 11 .1. •q I• ♦1 II• II • i IY • p p �1 FYI II • • 1'. • 1 } • I I' d• .. • . 1 •' 1 JIOn . . 4 : • :.11:•: I • -w • { : I• Y • • • 1 YI .st • 1 I• .I:• •.•1:g I.. • • • 111 ,.. II •y • Ie I• Y'I' 11 1 MI [ 1 yl c1• •te 1 • .<11 I. Y. p• •! I• 1 • S V 1 •yrl ••�' 111 Ip • •. 1 1 •. •:< I• A TI• _ I. 1' 1 a Jlpll J • Inl: •:c •• ♦G• •• st H • 1'• .rb 1 . 1. • _ '/. • -q !I• • • it •• Ili • 1 se 1 1 1 .1 : Y" 1 1 . • • 1 : 11 u• '•Y:a' 1 • r 1 •L r•1 1 •:••: • 1 •••'c:.l: 1• �f. 4I1 •1 1. ♦✓ �• • C .L • •:1 is • oLL• • .f : Il e1 •L• • 1. • I•' G •. 1 i•.1• :I I 1 1w I1 I.: 1 • llco :•: .I I1 •1 O< •�1 'wl• P: •mile• .II •nl II• I•II:L.•••II Ile •'II •'9i ICI VI., 1 :.1 Ili ^ 3 • Y.1' 1• Ie ..I ry I le 1 •o v.l• 1 1'. 1 L• .I •• I G • 1 I 1 Jf. • I' .I l ^ll 'l etp l 1 .ge • I` •• . c :lulu 1Gr1 • ing 11 •• 1• • 1 _ YY.cc r•. .c• xwlcn♦ ••••u1: 1._ :.I.r • 1 [' •i • 111 •lK As of 1/26,2005 C • Archer Western Contractors, Ltd. Bonded Projects Under Contract Bartte r �y� Complelfonl. SR -403 Pavement This project consists of 6.9 miles (in eadi direction) of concrete pavement replacement on SR.403 $39,752,676 Nov -30.2005 Replacement (1-85). 2 lanes northbound and 2 lanes southbound, on 1.65 south of the Atlanta Airport. College Park Georgia Gold Canyon W WTP This Project at Gold Canyon involves a new headworks fadlity, new influent pump station, modification $8,716,932 Nov -1-2005 Expansion Phase 3 of the existing DAVCO unitconvantirg the Aero Mod unit to NO aeration basin, two new secondary Gold Canyon, Arizona dadfies, a new blower fadfity, new chlorine contact tank new sludge thickening system, new sludge devratedng system and new administration buidng. North Gateway Pump This project is the construction phase for the North Gateway Pump StatorvFon:s Main. $33,000,000 Aug -31.2005 Station/Force Main Phoenbi Admna alm Beads 1-95 45th to This project involves grading, paving, reinforced earth walls, and bridge structures of 1-94 to Blue $74,076,955 Dec31.2007 Blue Heron Heron. West Palm Beach, Florida Bartlesville Water This project involves the construction of a 26 MG Water Treatment Plant The plant consists of an $37,539,000 Jun -30-2006 System Improvements operations building housing the chemical feed and storage facilities, offices, pilot plant and Badtesvi0e, Oklahoma maintenance area. Process components induce basis, filters, transfer and service pumps. Norfolk Sound Wags Work includes the furnishing and installation of one absorptive precast haete sound wan, founded $5,287,915 May -1-2005 Nodo0c, Virginia on drilled shafts, totaling 8600 LF / 190,000 SF of wan. Installation of four bridge n anted metal absorptive sound walls that total 800 LF/ 12,000 SF of wags. The project is kxated along 1-64 Wilbughby Spit just south of the Hampton Roads sunken tube tunnel. Rolling Hills WTP - This contract is Phase IV of the Rdli g Hills WTP. It involves the construction of a below grade $5,391,000 Sep -30.2005 Phase IV wetwell, a new High Service Pump Station conshting of4 pumps. Installation of new 'i stumentation, Fort Worth, Texas contmh, and electrical equipment is also'vnduded. Sitevrork consist of preparing the she, tamp erosion control, grading, and seeding. Swildhgear Building Includes precast wall panels, FRP doors, drilled pies, void fors, painting, and miscellaneous metals. Alvarado WTP This water treatment plant expansion project involves the constructor of a primary sedimentation $29,105,560 NovJO.2007 Expansion - Phase II structure complete with earthwork and tanks. LaMesa, California rr. 0 • Archer Western Contractors, Ltd, Bonded Projects Under Contract • tt� jec� z Conhad ± Com letlon;^ afi.;Deacripti%UIIOUtIt Di4 �Dk RSA Battle House This contract Involves the construction of a 35 -stay office lower. Work includes the an and shell $73,000,000 Jan -1-2006 Tower package, a reinforced concrete structure, a tainwafl, stone and architectural pro -cast skin, and a Mobile, Alabama structural steel roof with fiberglass spire. Escambia 1-110, This project consists ci the reconstruction and widening of 1-110 for 3.7 miles. Work also Includes $53,910,046 Feb -1-2008 Maxwell to Airport PS Ab t grading, asphalt paving, and bridges. Blue Plains W WTP This project consists of the installation of a new underdrain filler system in 40 dual filter tanks. It $7,851,684 Dec -20-2006 Filter Upgrades Includes necessary removal of existing filters, rehabilitation of tanks, and the installation of a temporary Washington. Dlstrict of air badeaash system. Columbia Greensboro NCDOT The project Is designed to cross eight Interior roadways, Interstate 85 and a Norfolk Southern Railway $116,470,217 Jul -1-2007 Western Loop by way of 19 bridges, consisting of 33,519 squaremeters of reinforced deck slab, 767,000 Kg of rebar Greensboro, North and 6,000 cubic meters of concrete The project also includes the fabrication of 6 box whets. The Carolina roadway on the project will consist of 254,000 square meters of tune treated sub base, 394,200 square meters of concrete and 280,000 metro tors of asphalt Bachman WTP Ozone The construction of an ozone faelily includes ammonia system, lime system, carbon dkedde system, $22,755,000 Aug -31-2005 Facility & Chemical rapid mix basins, renovations to chlorine system, fluoride system, primary ferric sulfate system, Feed secondary feuic sulfate system, carbon system and polymer feed. Dallas, Texas Chaparral Water Project includes consbukAah of a 30 -MW Water Treatment Plant that entails over 130,000 CV ci 557,153,000 Feb -1.2006 Treatment Plant excavation and aer 22,000 CY of concrete. Scotsdale, Arizona Duval SR -115 MIX Project encompasses bridges, ramps, grading, and paving. $6,355,545 Jun -30-2005 Parkway Jac some, Florida Endna Water Construction of effluent flow equalization Including two forty two Inch diameter hot tap connections, a $12,700,000 Mar -20.2005 Reclamation Facility combined pump station which includes three sets of pumps a con c ete block building for electrical and Carlsbad, California control equipment a diesel engine standby electric generator system, a below grade rectangular concrete equalization basin (9000 cy) with three recycled water pumps and all related chuck al, contd, yard piping (55001f), grading, paving, and drainage. Page 6 of 9 • • Archer Western Contractors, Ltd. Bonded Projects Under Contract Project x z it ..,, ,,, a pror� w r `• �- �; p atiorr ^4at� v .f �'�y ii^__ F~a4 1 k .�^'• �. a Ci: �.a� .� l,'.i r r i S' ry Oocoquan River Bridge Replace an existing structure with a 1100LF concrete bridge aver the Occoquan River. The $24,606,406 May -1-2006 Woodbridge, Virginia superstructure's Precast Bulb Tee Gliders, postensioned in place. The foundations are Wage spread footings on raic, with the channel span on dulled shaft. The project also includes assn iated roadwork, drainage, utilities, signage, electrical, and bridge demd8bn. Springfield! Interchange This project calls for the final phase of the 1-95/-495,1395 Interchange completion. The project $99,829,025 Apr -15.2007 Springfield, Virginia includes 14 bridges, associated ramp work and mainline interstate consWction. The majority of bridges are steel (29,000.000 Ibs) and the otisrs are precast bulb tees. Work also includes associated eadhwok, drainage, utilities, landscaping, electrical and demolition. Pt Loma S1/S2 This project calls for the replacement of an existing structure with a 1,1008 concrete bridge. The $11,488,000 Aug -1-2005 Digester Upgrades superstructure wig be precast with rock foundations. Project also includes associated roadwork San Diego, California drainage and electrical work Albert H. Which WTP - Project included raw water pipeline boring and jaddng casings, sedimentation basins, settled water $60,852,710 Jun30-2006 Contract 3 improvements, idler clearwell modifications, potable water piping, lime and chorine handling, dhetr l Austin. Texas feed system, recycle basins and pump station, sludge handling and holding tank centrRge dewatering system, sludge thickener and pump station, electrical, instrumentation and conhds, HVAC & plumbing, onsite and offsite wastewater, awl site and drainage work, landscaping and related work Village Creek WWTP Rehabilitation of primary clarifiers and the replacement of the darifsr launder covm and pzbnaiy $5,344,000 Mar -1.2005 Up -Rating Modifications dallier scrubber air system optimization. Renovation to the automatic backwash fillers and Mtirgton, Texas modifications to the Chlorine Building. Albert H. With Water This project invohres the expansion of a raw water pump and improvement to the discharge header. $2,226,815 Jun30.2005 Treatment Plant and new raw water meter vault annex. Also included are improvement to 54and 60' raw water Austin, Texas piping, HVAC, electrical, insWmentation and mtcellneas dW site and drainage work Richland Chambers The contract includes work at two sites - Ennis & Waxahadile Pump Station. The proposed work $17,647,717 Mar31.2005 Pump Stations represents an overall high capacity expansion of the Richland Chambers Pipeline System for 2005. Waxahachie, Texas The two Wane booster pump stations will provide for the conveyance of 244 mgd in high Capedty mode which will meet year 2020 pumpage requirements. Work to Wdude sitewDrk, yard piping, septic system, drilled pier foundations, excavation and baddifi for structures and piping, grading, seeding, painting and coatings, plumbing systems, concrete substructure and steel frame/precast concrete pump station superstructure, pump room, traveling bridge an, interior Piping, HVAC, electrical & insbumentat n Page 7 of 9 As of 1/2612005 Archer Western Contractors, Ltd. Bonded Projects Under Contract i+� ,{i x tti1 '< tiii.e v •jtp,�.,�'.��' f� y. /� �1 .4 +✓�♦ .i Y. w s4J v11 tib`k-rY�l�dJ North Gateway Pump This project calls for design services for a pump station and 98,400 LF of 24' face main pipe. $497,000 SlatlavFina Main Sep -1-2005 CM@Risk Phoena, Araana Central W WTP Project involves mechanical improvements at Activated Sludge Complex A Work includes removal $10,858,285 Apr -30-2005 Mechanical and installation of 12 clarifier units. Installation improvements for the Dallas Plant and Central Plant Improvements Administration Building renovations Include new roofing, flooring, g, cea'Mgs, wan treatments, HVAC and Dallas, Texas conference roan. Rolling Hills Water Modifications to 20 existing films and foursedimentatbn basins. Work performed includes the $15,204,188 Nov -1-2005 Treatment Plant Phase construction of a pipeline interconnecting the south and north plant new blower building, and a new 3 Filter recovery system pump station. Fat Worth, Texas • SH 45- Williamson This Project alb for the construction of a new freeway facility consisting of direct connectors, frontage $103,017,730 Sep -30.2006 County roads, ramps, and toll plaza facilities. The project also includes earttrwork, st ctures, concrete and Austin, T--, asphalt paving, storm sewers, elect ial wok, retaining walls, surveillance communication and co nbd lH 820 @ Rule Snow This project alb for the widening of a bridge and frontage roads at the hdersectim of IH 820 and Rude $8,290,574 Jan31.2005 North Richland Hills, Snow. Texas Palm Beach SR 80 at This project involves the reconstruction and widening of Southern Boulevard, SR 80, from West of $46,967,992 JW-31-2007 Mililary Trail Cog, Avenue to West of Waverhf Road. The work also Includes two mainline steel plate girder West Pahn Beach. bridges and two bridges ow?r the CM anal #51. Florida Palm Beach SR 80/1-95 This project involves the widening and recorutructlm of Southern Boulevard over 1-95. The work also $34,362,395 Jul -15-2006 In P Be ach, includes grading, paving, and three Widget s. • Florida Imperial Valley The Project Includes lour design -build bbwaste facTites that cony t dairy waste Into electigty. $50,000,000 Jul -1.2005 • San Dies , Fadhfty lifor Diego, California Page 8 of 9 As of 1/26/2005 • • Archer Western Contractors, Ltd. Bonded Projects Under Contract A Projrxt.,e+- 3 � p ^- x a x' Descripllonir'`� r �'•rnv COIIfrBCp , "' �.�. ,, , �_ , = ,> ,��' , vrw .� � � . is. x, ., ., a ..,,.- �•` .F�t � ,* km:4 Rz .:`try Ulit ,„.. »�. ,� I'Y�� Gate'"` US Highway 183 - This project calls for bridges, dirt and paving an US Highway 183 in Austin, Texas forthe Texas $54,531,107 Apr -1-2006 Travis County Departuent of Transportation Austin, Texas 1-285 Bridge Structures, The design -build contract for Atlanta's HarIsfield Airport involves two new bridge structures that will $159,500,000 Mar -24-2006 Design Build allow the fifth runway and parallel taxiway to span a 10 -lane, major metropolitan highway. The two College Park Georgia bridge structures span nearly 400 fed of interstate, and represent the longest highway crossing by a runway in the United States. The first structure is approximately 1,200 feet in length and 500 feet wide. The second bridge is over 500 fed big and 220 feet wide. George Bush Turnpike This project includes 400,000 square feet of bridge and 400,000 cubic yards of dirt work for the $17,411,580 Jan -1.2006 Carrollton. Texas President George Bush Tumpike/IH 35 East Interchange Phase 2. Ratio Road This project caps for the cons Wctlan of a temporary replacement railroad bridge, the removal of the $11,497,105 Jun -30.2005 Atlanta, Georgia existing bridge, and finally the consbn:0on of a new bridge Work also includes associated grading, paving, utilities, road widening, curb gutter, sidewalk and related work I-1 OM11oiDavis Hwy This project ans for the new consbuclbn of an interchange between the 1-10 and 1-110 Hghways $71,258,000 Aug -26-2006 Interchange north of downtown Pensacola. The project involves the reconstruction of over 5 miles of highway, Pensacola, Florida mass exavation, grading, storm sewer, asphalt paving, structures, sound wags, utility reloations, signing and pavements markings. Also included are the demolition of 5 existing bridge structures and the new construction of 9 replacement sWctues. Scott Candler Water The new construction of a 150-MGD water beatnent plant which Includes water treatnennt process $152,532,150 Jul -15-2005 Treatment Plant faatities for pre -ozone, rapid mix, flocculation, sedimentation, Inte mediate ozonalon, Olballon, Doraville, Georgia chemical feed, and solids handling facilies utilizing centrifuges. Wait performed Includes a SCADA system (Supervisory Control and Data Acquisition), an administration building Including a full laboratory, plant operation control center, and other suppat and administrative fardities. International Boulevard, This contact cogs for the demolition and reconsWctan of an existing bridge viaduct over railroad $13,574,272 Mar31.2005 Upper & Lower Levels tacks adjacent to the World Congress Center and Phillips Arena In Atlanta. The scope of work Atlanta, Georgia includes concrete, pre-ast AASHTO beams, structural steel, deep shaft foundations, modifications to existing World Congress Center entry areas. Page 9 of 9 As of 1/26/2005 • • • Wolf&company AP Certi ca Pub& Aamanraab 1:1 . 1 I _.•11: 11 I w0I} I .1 I : .I : 1 1 1.: .. A Wolf Financial Group Member I I I IH :II ' l i- I ' M IM' I N' • ' •' 1 I t i 1'1 :u I 11 I.I Y. :Ilhwl' I u I n :11 I V. 11 -1 L:I 111 •1: n1 I 1 1 I • . 1:I wa q w1 MI I _I u1 u1 I: i,I I: a 11 - w I I I Y I I I- I nun O .n uiAl • I I . i1 . Y :11 . . Iu 1 1 1 1 1 w - 11 :11 . .: - 1 ql .. I ">1 .11 Iz I I 11 ILI . I u u . I :n • 1 1 lu • K 1 ..1 1 • bl it - . �. 1 America. 1 1 s Y.11 1: I � I i 1: . :11 1 I perform 4 e , 1 IL.i'4!,s,L' • Y: I 11 .1 :11 1: I. MI 1s ar -e . 11 :� II 1: 1 t!jfr1 11 I:nl p.1 111: 11 111 16:III O` I 1 11 11 tl11-16 U 1 11 Iw w. 11 • b Y . nti i. :111 JIII 1 1estimates II:. . 1 :1 gemeI 111 1. - 1 M 111 :11 Y. 11 .II I :I Y. 1 1 1 believe1 1 1 1 providesK ..: •,!: ; 1 : I: 1 I 1 . II Ii1 11 I 1 1 1 11 , 1 11 - 1O :1 Y. 11 ill • w .'i'i : 11 I i� i11 1 II IY' w w •; A II 111 :4 '1%', I . I I I . u 1 4 R49=115=1 4 Y1 I - 11 LI 4 11 11 1 , M 1 4 1 1• . 1 . , • ill H • 1 I - 1 1: .. 1 n w 1114 2100 C'.leanvater Drive 1 Oak Brook, Illinois 60523-1927 630.545.4500 main • 630.574.7818 fax • www.wolfcpa.com • • ARCBER WESTERN CONTRACTORS, LTD. EI�T._ANcE SHEET • December 31, 2Q03 • ASSETS C. Current assets: Cash and cash equivalents Accounts receivable: $ 90,102,111 Contracts (including retainage of $50,750,740) Unbilled amounts on completed contracts 121,313;728 • O 8,217,570 Costs and estimated earnings in excess of billings 1.777,573 on uncompleted contracts Due from affiliate 7,414,563 2,712,631. Total current assets 231,538,176 Property and equipment, at cost Machinery and equipment Automobiles and trucks• A2,559,918 Furniture and fixtures 12,068,821 Land . 21,542 120,820 Less accumulated depreciation • 14,771,101 6,743,773 ' 8,027,328 Other assets: • Deferred compensation investments . 1?1,958 $ 240,587,462 • he accompanying notes are an integ ral part of these financial statements. 2 /za/zuua i3:za rAA • • Iv Uc, vu �i • •171' 71' • • ' • i. S 628,830,787 578,045,683 50,785,104 17,237,.181 33,547,923 974,505 (6,077) (1,500,000) _ (252,331) (783.903) 32,764,020 55,976,898 _ (30,484,548) 9 58.256.370 /[a/cuuq ia:[a rnA � VVJ/UVJ • Cash flows from operating ectivIdee: Net income ,i 32,764,020 Adjustment to reconcile net income to net cub provided by opaat rig activities: Depreciation 1,866,7% Lose on disposal of property and equipmatt 252,215 (Increase) decreaseio: Accounts receivable - contracts (2,675,827) Llnbilled amourrta on completed contract 2,376,338 1 Ac cotmts receivable - other (1,073,755) Cost and estimated camvrgs in ac esa ofbilHngs on uncompleted Contract (4,693,458) Due from affiliate (82,788) Increase (decrease) in: Aocoimta payable (11,680,561) Accrued cxpmsea 10,401,4% Br7Hnp in excess of coat and estimated earnings on uncompleted contracts 18,506,806 • Deferred compensation 1x579,500 Net cash provided by operating activities _ 47,540,782 Cash flows from investing activities: Puachases of property and equipment (4,426,361) proceeds from disposal ofproperty and equipment 159,297 Deferred eompenaatien investment (576x_725) Net cash used in investing activities (4,843,789) , Cast used in financing activities: Dinibutious to shareholdeta (30,484,548) Net iaaease in cash and cash equivalent 12,212,445 Cash and cash equivalent, December 31, 2002 -77,889,666 Cash and cash equivalent, December 31, 2003 .; 901 I l l $upplemeatal disclot r of cash flow mimmetion: Cash paid during the year for interest S 61077 • ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STAT M1!NTS . • 1 Nature of Operations IL LII '1 fr. _Vi!iw±a.A,)flhu1Ja.€,]thliujjflWm 1 1 1 : 1 w. • 1 1:• �: • 1 i\ 1 YI 11 1 K :1 L\ :11 \ :1 • Al lil 11 1 . 1 i" 1 • 1. 1 • :11 11 • 1 1 11 I: 1 1 1 • >: :I ui 1 I 1 - 11 II i I • • 11 1 i 1 • 1Ij 1 ' .11 • 1 • • 1 1 1• w. 1 11 : i \j.;::.1 111 111•:1 1 •..: • 1 q••II'i••111 •1., II.,•11 ,11`�1 :11 qr nl : • :Js Y. , • 1. • ..L 1 Y " n 1 it FI ...n • i..L. • • i 1 ul i• n 1.• • :q • 1 . 1 . 1 : r • n 1. : 1 - .: :1 n • 9 81 -+• ♦ • • • • w , ♦ n : �• i. , q - I i • 'ii 1 v• ii ✓. _ 1 • ♦ •'Jr. ♦ I 1 • ♦ 1 1: - 11- 1 1 F: 1 i 1 • 1 8119 :n 1 1 ♦ LI ' : 1 1 1 1 1 1 III - 1 1. 1 1 1 i I 11 11 1 9 1 i 11 1 9 1 1 w ♦♦ 1 i 1 F I i1' 11 • 1 itr, 1• :1111 111 I • .1 11, >I I l• 4 :1 Income Taxes — The Company has elected to be taxed as an S corporation for federal income tax purposes. Federal income tax is paid at the shareholder level • ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STATEMENTS • 1 c 1 1 :1 \ 1 n\ "- :1contacts 1 II Y :1 1 , 11 664,127,773 Less: billings to date 937,727,234 S (73;599,461) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess ofbillings on uncompleted contracts $ 7,414,563 i 1III L' 11 N • 1' '-t.T. • II : i I i III I!G 11 n I nu :1 \ 1 1 .: : 1 • 1 zvaix 1 1 P • •. :11 \ \ e\ earnings 11 M \ • 11 on 11 • 1 I• a IYI 1 1 1 q •I " s.n 1: �n :w 1 •JI L• 11 w: 1 11 • 11 6 1 I �• 1 • \ 1 '1: 11 M Y4s \ 1♦ q :111 estimated • 11 r: \ 1 11 • IIn :• \ 1 1 : 6 • wl A • I II A 11 M :• 1 wl .� :YI !11 •�• ' IN ' :1 :n • \ 1 : 1 1 ' 1 I: awl 1 \ npa 1 :1 :1 • :• \ IIn': 1 w 1 \ : \ I 1• I :11 Y" 1 1 �• 1 1 II.MI q1 1: N•\ Yns:: 1- \•: 1:1_:. \ b :: "11:11:-1•: 11 na n-• \".: ••: �:v n•: 61 : r \ n ti 1 n .1 w : 1: 11 • 4 1. 1 a 1 1 1 u i t I" • ' .11 l 1 :n :. n • I 1 1 . • 1 1 1 In. n l 1 1 u\' 1\ . 1 1 n:, \ 1 1 , 1 1 1 -• H :I I 1 1 1 1 1 1 \ 1 1 1 1 n 1 11 1. 1 1 1: • L:1 • 11 • :1 w I 1 u u ,m 1 'al :1 I1 \ 11- In! : w. _•J!Y. :1 1 : 1 \ 11' ::1 811:1 /: 1•w 11 5. Concentrations I IIpa 1 11' 1 1: 1 1. 1 w 1 I n 1 111' 1 w. 1 :1 I II • 6: Notes Payable - Bank - ' : 6Y1 I i 1 :11 1 1 u 1. •n _v :-u.al I 1. r: :I -. an •: 11 • 1 1 1 • ' • .n 1 : 1 :1 n' • :u • 111 111 I w 1. . r - u I l n 11 a.- • -1 • 111 1- • 1 1' r n.' • u :1 ,:1 1 it- I:n a 1•: •- 1 •' . 1 1 1- u- 1 - 1 1 1 1 :1 •: - u l: I'' n l 1+ n • 7. Contingencies 1 IIIU.11 •'1114:11111 wY.11 •_4:•rl `1 1:1! Ilq 11 •p; !Ip 1 •,: p,•1, .1_" 11311 II 1111 1 `1 1 1' -• • 1. 1• I III :111 ••. F 1! • _O: • 11 • • :�• .• 11 • 1 11 :I I 31 1: 1 1 1. • 1111 .11 1 1 .1 • I Y I I 1 1 I111•:q _Ml 31 1 1:1 1 1 K :hit 1 1:. :1 I 1 n 11111 wl w:l lil :1 11 :'I$ 11 11 1 • -I' 3111111:1 :111 111, II I 1 1 1 1 : 11 I :q♦ :11 I :� :1 A1N-tA : 1 11 11 11 \ 1111 1 111 . ' 1 II • _L 'J: I 1 1 I1 1 •: g n l a 1 1 :1 1 1: 1. • ' I :1 - •I:,•V. - U 311 A The following table sets forth the plan's funded status as of December 31, 2003, as determined under the provisions of FAS No. 87, Employer's Accounting for Pension: Benefit obligations $ 16,000,300 Fair value of plan assets 8,448,700 Funded status $ 551 600 Accrued benefit cost recognized in the financial statements $ 402400 Weighted average assumptions: Discount rates 6.4% Increase in future compensation 4.0% Expected return on plan assets 8.0% Benefit cost $ 3,381,500 • Employer contribution $ 2,861,390 • • 1 �1 1�1 ,u. 1 :.]f fl' 1 I I ' 11 .I 1 ' :n I' Inu .n I •11 I • II I:I n 1 :y 1 •:1 n1:1 11 1 1 I' • iI 1: ' 1 1 I I I w • I: u 1 l u u 1 • 1 1 a- •- 1 1 . w r - 1 11 - u i1 .. :1 1 I :n I. ti lit u 1 n Y.I 1 I I 1 1 11 u I • :n 11 n �:, •1 n o: n Gl i• n u u l M • 1 1 . 1 1 1 a- I - I• I u l i :- 1 1 _.L1 • 1. 1' made• u i:1 Yl 11 i 1 • i - u• i! 1 1 • - i1 1 1' 1 1 I ' :u 1 1 nu .n 1 . i. I: 1 1 1 ,r,.;. Ft, 1 w :1 1 nI ill 1 In :n • tit - I i r: n - Iln 1 :i. l 1 1 : I 1 it w • v 1 1 iluiwl 1: :1 I: 1 1: 1 1 1 11 b 111 Y:1 1 11 'J: I 11 - 1 111 : u 1 111 i I 1• I i i.l 1 11 :111 11111 1 1 I :1 1 :1 IIIII iII :111 1'. 11111111' :111 IIA 11 1111 1 ail Il11 it :111 1 i I: 111 :111 11 r: pop.1111. 1111 :1 Y. 111 1 i1 i111 MIK :1 i.V w1` 1 l- . u11:1 •i ilnlil 1'1 • I' :uI n 1iI It 1- Iuu:1 u• 11�?L7l yl: 1 111,71 i7 Wolf&CompanySP CcnjWPa64cAcroaataali I A'o1FFinancialGroupMember • I- ' a IY I • 1 I .I : 1 ' , • I 1. :•• a •1 .:_ 1: • , • . • I . forming :111,.II •1 II n- •.: t In:n statements r wl 1• I- I, I :III .1 •+. •w 1 :n1 1 wMl _1 u • i .• • :1. 1.,: 1 :. • 1 . Is -1 i .. •:r • I - II financial.: unwl I. 1 u • u .. 11 .: • �:n . • _ i_r u n .m_•• -•re :•I �.n I- u• 1 •: u:1 ,: -uwlw and,nli.•1 •1 r:i II I w . + s i . 1 • 1 . • : m : n I: n-� 1 whole. L. I n 1• sq 2100 Clearwater Drive • Oak Brook, Illinois 60523-1927 630.5454500 main • 630.574.7818jax A www.wolfcp&com LIABII.rTIES AND STOCKHOl DER'S EOtJit v Current liabilities: Accounts payable Accrued expenses $ 79,163,963 Billings in excess of costs and estimated 17,249;647 earnings on uncompleted contracts 81,014,024 Total current liabilities 177,427,634' Deferred compensation 2,601,458 Total liabilities 180,029,092 Stockholder's equity: Common stock, $10 par value, authorized 10,000 shares; 200 shares issued and outstanding Additional paid -in capital 2,000 • Retained earnings 2,300,000 5 8,236,370 Total stockholder's equity 60558,370 $ 240,$ 240,+,462 • ,'.<`" wx DATE (MM/DD/YY) ACORDT 'CERTIFICATE` `LIABILITY' INSURANCE -,r o3/24/05 PRODUCER Risk Services, Inc. of Illinois THIS CERTIFICATE IS ISSUED AS A 1LA'FI'ER OF INFORMATION ONLY 200 East Randolph AND CONFERS NO RIGHTS UPON'1'Hli CERTIFICATE HOLDER. 11115 Chicago IL 60601 USA CERTIFICATE DOES NOT AMEND. 1, XTEND Olt ALTER T111i COVERAGE AFFORDED BY THE POLICIES BELOW, PHONE 312 381-1000 FAX 847 953-5390 INSURERS AFFORDING COVERAGE INSURED INSURER A: ACE American Insurance Company Archer Western Contractors, Ltd. INSURER B: Westchester Fire Insurance Co 2121 Avenue J Suite 103. INSURERC: Arlington Tx 76006 USA INSURER D: C V INSURER E: C2OA'ERA4 I S °Tliia Cerlirl'ta0."i5 novinte1d'c'd HYd peelN ail'e'ndoi emenl5:.ch era es: le}m:. cb�ditidiif'iind exciu<iuds•oftile popolicies shown =4 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 CONTRACTOR 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. INSR 1'111.IC1'Sll\IBER POLICY EFFECTIVE POLIC\'EXPIRATION C1'µ TYPE OF ISSI R,\NCI$ DATEUDI\DD\YY1 DA[E(NIM\DDOY) LIMITS O A GI:NE:RALLLABILIry HD0G18401927 04/01/04 04/01/05 EACIIOCCURRENCE $1,000,000 X COMMERCIAL GENERAL 1.1A131LITY FIRE DANAGE(Anv one lire) 5100,000 CLAIMS MADE XX OCCUR MED [NP An. one ner4ml $10,000 O PERSONAL&ADVI\JURY $1,000,000 V' GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG $2,000,000 PRO POLICY L& JECILOC z A AUTONIOBILF LIABILITY CALHO8009090 04/01/04 04/01/05 COMBINED SINGLE. LIMIT !� X ANY AUTO (Ea accien) $2,000,000 ALL ON:NED AUTOS BODILY INJURY SCHEDULED AUTOS ( Per perwn X HIRED ALTOS BODILY INJURY X NON OWNED AU I OS (Per accident) PROPER'T'Y DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY . PA ACCIDENT ANYAUTO OTHER ll1AN' EAACC AUTO ONLY: AGG B EXCESS LIABILIrY CUW 04/01/04 EACH OCCURRENCE $5,000,000 OCCUR ❑ CLAIMS MADE AGGREGATE $5,000,000 DEDUCTIBLE RETENtON A \VORRERS CO\IPI:NS.ATIONAND WLRC44052532 04/01/04 04/01/05 X or. s1\11FS OT11 I:NII'LO)'I:RN' Ll Allll.l'11 OR ' \ F HL. EACH I ACCIDENT' 51,000,000 0 E.L. DISEASE -POLICY LIMIT' $1,000,000 L.L DISIASE.E.\ EMPLOYEE $1,000 . -- OTHER OIESCRII'1ION OF OPERATION'SIL0CAT IONS,\'EIIICLESIEXCLUSIONS ADDED BY EN IXIRSIE\IENTISPECIAI. PROVISIONS Project: Nolan wastewater Treatment Plant Improvements. Archer Western Job #:205029. CERTIFICATE FIOLDERI . -'" d� CANCELLATION" `e v me'ta< =. y ;. _ j„ City of Fayetteville, Arkans G�NCv SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION West Mountain Street �f C DATE 'THEREOF, TIME ISSUING COMPANY WILL ENDEAVOR TO MAIL Fayetteville AR 72701 USA (� O 200 30 DAYS WRITTEN NOTICE'10 TILE CERTIFICATE HOLDER NAMED TOTI IE LEFT, W' ppti $] OF ANY KIND UPONTHE UT FAILURE TO DO SO SCIOMPANALL PoUS GESFS OR RI I'R O OBLIGATION OR LIABILITY YES. AUTHORIZED REPRESEKI'A'rl\'E I_AC ORD 25=S'7J97:L:'raa............._ o.. .,.fi.. ` "`₹s:. i. b�+''', ACORD oI(I' ATION_I9S8 INSURED Archer western Contractors, Ltd. 2121 Avenue 7 suite 103 Arlington TX 76006 USA Attachment 1. City of Fayetteville, Arkansas (Owner) West Mountain Street Fayetteville, AR 72701 2. Black & veatch (Engineer) 8400 ward Parkway Kansas City, MO 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, Engineers, consultants, etc. are excluded. This insurance will be Primary and Non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. A waiver of Subrogation in favor of city of Fayetteville, Arkansas and Black & veatch is included on the General Liability policy. Contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. The General Liability policy includes the perils of (xcU) Explosion, Collapse and Underground. Certificate No : 570012928071 ACORDD d & -a erg: z;Trrys fix.. tom,.-ah -k.§e.., CERTIFICATE LIABILITYINSURANCE„ z u<:„; a, s,tT .a' s,2� er. ,tea . 1 ' '.a, DATE(MM/DD/YY) I 04/01/05 PRoODAD East services, Inc.of Illinois 200 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 200 East Randolph AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS Chicago IL 60601 USA CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PHONE. 312 381-1000 FAX- 312 381-0125 INSURED INSURER A: ACE American Insurance Company Archer western contractors, Ltd. 2121 Avenue J 1 INSURERB: Westchester Fire Insurance Co INSURERC: Suite 103 Arlington TX 76006 USA INSURER D: _ INSURERE: '.'COVERAGES Thi5'Certificate. i<IwGniended,tos cif all endoi'sercents,�coJera es,ttenns: conditions' and exclusions of th�poIicics shown.�:��°�'* ,- •^"T°':'•� �' 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 CONTRACTOR 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. INSR LTR TYPE OF INSURANCE POLICY NUSIBER POLICY EFFECPI\"E DATEININMUTY) POLICY EXPIRATION DATEIM1n IAVY) LIMITS A GENERAL LIABILITY HDOG18401927 04/01/05 04/01/06 EACH OCCURRENCE $1,000,000 X COMMERCIALGENERALLIABILITY FIRE OANAGE(Anrox fire) $100,000 CIAIMSAIADEIX OCCUR MEDEXP(Mvoneperson) $10,000 PERSONAL&ADVINJURY $1,000,000 GESTRALAGGREGATE" $2,000,000 GEN"L AGGREGATE LIMIT APPLIES PER: PRO- POLICY JECT LOC PRODUCTS -COMP/OP AGO $2,000,000 A AUTOMOBILE LIABILITY CALHO8009090 04/01/05 04/01/06 COMBINED SINGLELIMIT ANY AUTO (Eauiiden0 $2,000,000 X BODILY INJURY ALLON'NTD AUTOS SCHEDULED AUTOS ( Per person) X BODILY INJURY (Per accident) - - -HIREDAUTOS NONON'NED AUTOS X PROPERTY DAMAGE (Pcr accWcm) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTOOSLY: AGO B EXCESSLIABILITY CUW 04/01/05 EACH OCCURRE\CE $$,000,000 OCCUR ❑ CLAIMS MADE AGGREGATE $5,000,000 DEDUCTIBLE RETENTION A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WLRC44187176 SCFC44187164 04/01/05 04/01/05 04/01/06 04/01/06 X )VC STAT I- OR ' I. M TS OTH- ER EL EACH ACCIDENT $1,000,000 EL DISEASE -POLICY LIMIT $1,000,000 EL DISEASE -EA EMPLOYEE $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Nolan Wastewater Treatment Plant Improvements. Archer Western Job #:205029. 4ER11FIC4TEH0LDE. '.CANCELLATION`. ' -__,r City of Fayetteville, Ar kansds - West Mountain Street SHOULDANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANYwILL ENDEAVOR TO MAIL [�L�r Fayetteville AR 72701 USA R` G 30 DAYS %4UTTEN NOTICE TOTHE CERTIFICATEHOLDERNAMED TO THE LEFT, APR 4 2tirF BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE p 25.G 7. ,� :°,octal =, °..`v�� e. ='; ' ,,, ..`s,. "; x '-: ;a.'T":,,-';:FWD":' -" .:; , .� .w,,*"..CO D'CORPORATI 19881 I- C 0 U 0 INSURED Archer Western Contractors, Ltd. 2121 Avenue J suite 103 Arlington TX 76006 USA Attachment 1. City of Fayetteville, Arkansas (owner) west Mountain Street Fayetteville, AR 72701 2. slack & veatch (Engineer) 8400 ward Parkway Kansas City, MO 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named insured's operations on the referenced project. Professional services for Architects, Engineers, consultants, etc. are excluded. This insurance will be Primary and Non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. A waiver of subrogation in favor of City of Fayetteville, Arkansas and Black & veatch is included on the General Liability policy. contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. The General Liability policy includes the perils of (ICU) Explosion, collapse and underground. Certificate No : 570013033451 $5 ¶ettv�. 311W i11e 5q -o City Council Meeting of March 15, 2005 CITY COUNCIL AGENDA MEMO Iffy₹�,n To: Mayor and City Council /r6thf �Fd From: David Jurgens, Interim Water/Wastewater Director Date: February 23, 2005 IV Subject: Resolution approving the Noland Wastewater Treatment Plant Improvements, Project EP -2, construction contract with Archer Western Construction, Ltd. In the amount of $14,644,000 for improvements to the headworks, solids handling, and related facilities at the plant site. Funds for this work are to come from the Wastewater System Improvements Project budget. RECOMMENDATION Fayetteville City Administration recommends approval of the Noland Wastewater Treatment Plant Improvements, Project EP -2, construction contract with Archer Western Construction, Ltd., in the amount of $14,644,000 for improvements to the headworks, solids handling, and related facilities at the plant site. In addition to the contract amount, it is further recommended that the Council approve an additional $292,880 (2% of the contract amount) for use as a project contingency. Funds for this work are to come from the Wastewater System Improvements Project budget. BACKGROUND Bids were accepted and opened on February 15, 2005 for construction of the Noland Wastewater Treatment Plant Improvements, Project EP -2. Three bids were received and Archer Western Construction Ltd. was the low bidder with a bid of $14,644,000. Black & Veatch reviewed the bid documents and contacted references for five (5) similar recent projects. Each of the references was satisfied with the work performed for them by Archer Western and commented that their communication and adherance to schedules was good. This project will require approximately 18-24 months to complete depending on equipment delivery, inclement weather and other factors, so staff suggests approval of this contract as soon as practical to provide as early a completion as possible. The contract documents are those that were fully reviewed by City staff prior to approval for use with this project. The full specification packet is available in the City Clerk's office. BUDGET IMPACT The bid price is $2.6M less than the engineer's estimate and is in line with the original project estimate. Award of this project will not adversely impact the Sewer Improvements Project budget or the Wastewater Dept. budget. Attachments: Black and Veatch Recommendation Letter Bid Tabulation Agreement/Contract w/Contractor Information S9 -as BLACK & VEATCH 8400 Ward Parkway P.O. Box 8405 Kansas City, Missouri 64114 USA Tel: 1913)458-2000 City of Fayetteville, Arkansas Noland WWTP Improvements Headworks and Solids Handling Improvements Contract EP -2 Mr. David Jurgens Interim Director of Water and Wastewater 113 West Mountain Street Fayetteville, Arkansas 72701 Dear Mr. Jurgens: Black & Veatch Corporation B&V Project 135045 B&V File B-1.1 February 18, 2005 Subject: Bid Results and Recommendation Bids were received and opened on February 15, 2005 in the City of Fayetteville City Council Chambers, for the above mentioned project. The following is a list of the contractor lump sum bids in the order in which they were read. LurnO Sum Bid Archer Western Construction, Ltd. $14,644,000 Branco Enterprises, Inc. $18,000,000 Van Horn Construction, Inc. $17,137,773 The low bid was submitted by Archer Western Construction, Ltd. for $14,644,000. The Engineer's Opinion of Probable Cost was $17,254,867. A Bid Tabulation is attached. Archer Western Construction, Ltd. provided information about their firm, their experience and proposed project team. Archer Western Construction, Ltd. proposes the following project team: • Joseph Lindeman — Area Manager, 9 years of experience in this role. • Scott O. Smiley — Program Manager, 9 years of experience in this role. • Jeffrey J. Polak — Project Manager, 6 years of experience in this role. At this time a Project Superintendent has not been assigned. building a world of diaerencery • Page 2 Mr. David Jurgens B&V Project 135045 City of Fayetteville, Arkansas B&V File B-1.1 Contract EP -2 February 18, 2005 We have contacted five (5) references from the projected performed by Archer Western. The projects ranged in price from 12.2 million to 43.5 million. The owners interviewed were satisfied with the work that Archer Western Construction, Ltd. had performed and commented that Archer Western Construction, Ltd. maintained their schedule and communicated well. Certification by the State of Arkansas for Archer Western to conduct business in Arkansas is enclosed. Additionally, a financial statement has been attached for Archer Western. Archer Western Construction, Ltd. has completed and submitted a "Bidder's Qualification Statement". The form has been included for your information and review. We recommend that Contract EP -2 be awarded to Archer Western Construction, Ltd for $14,644,000. If you have any questions or comments regarding the above information, call me at (913) 458- 3429 or Katie Funderburk at (913) 458-3147. Very Truly Yours, BLACK & VEATCH CORPORATION Earl E. Jenkins Project Manager Enclosures: 10 copies of the following Bid Tabulation Agreement Bid Documents Performance Bond Labor and Material Bond Project Team with Resumes Plant Experience Financial Statement cc: Jerry Sonderegger, Bums & McDonnell w/ attachments Brian Foy, Bums & Mc Donnell w/ attachments Matt Taylor, City of Fayetteville w/attachments I § / \ \ )\ | k22° C)�� Dz p! ) § § ; CII oil §@ )!| 2 \ §9 " S. " '4§ \ \ \ k ! ) S » ||§ /;\ \ ) \ / $ •)2 ; �;;;m| •8 ^ ^® ` ^k - { - -! - - ' 5 ) / )i \ \{2 t k 8 a& a a; |i) DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements — Headworks and Solids Handling Contract No.: EP -2 THIS AGREEMENT is dated as of the day of in the year 20_ by and between the City of Fayetteville (hereinafter called Owner) and Archer Western Contractors, Ltd. (hereinafter called Contractor). ARTICLE I - 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 headworks 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-I 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) DOCUMENT 00500 — AGREEMENT (continued) 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2- ENGINEER AND PROGRAM MANAGER 2.01 The Project has been designed by Black & Veatch Corporation, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2.02 Burns & McDonnell Engineering Co., Inc. has been retained by the Owner to act as the Owner's representative and shall be hereinafter called Program Manager. The Program Manager assumes all duties and responsibilities, and has the rights and authority assigned to Program Manager in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 TIME FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. 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. 00500-Agreement.doc 00500 -2 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/17/2005 0 DOCUMENT 00500 — AGREEMENT (continued) 3.03 LIOUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner One Thousand Five Hundred Dollars ($1,500) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Seven Hundred Fifty Dollars ($750) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: A. LUMP SUM CONTRACT PRICE: For all Work a Lump Sum of: Fourteen Million Six Hundred Forty -Four Thousand Dollars ($14,644,000.00). 00500-Agreement.doc 00500 - 3 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/17/2005 DOCUMENT 00500 - AGREEMENT (continued) ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Program Manager as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer through Program Manager, on or about the 15'h day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer through Program Manager, and if the character and progress of the Work have been satisfactory to Owner, Engineer and Program Manager, Owner on recommendation of Engineer and Program Manager, 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, in which case the remaining progress payments prior to Substantial Completion will be an amount 00500-Agreement.doc 00500-4 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) DOCUMENT 00500 — AGREEMENT (continued) equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to Owner as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, Owner shall pay the remainder of the Contract Price as recommended by Engineer through Program Manager and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. 00500-Agreement.doc 00500-5 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) DOCUMENT 00500 — AGREEMENT (continued) C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor 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 Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional 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, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 00500-Agreement.doc 00500-6 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) DOCUMENT 00500 — AGREEMENT (continued) G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, 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. Contractor has given Engineer through Program Manager written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer through Program Manager is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7- CONTRA 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between Owner and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. 00500-Agreement.doc 00500-7 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) DOCUMENT 00500 — AGREEMENT (continued) c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. Equipment Questionnaire 5. List of Subcontractors 6. General Conditions. 7. Supplementary Conditions. 8. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 9. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Noland WWTP Improvements 10. Addenda number 1, inclusive. 11. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 00500-Agreement.doc 00500-8 2/172005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) DOCUMENT 00500 — AGREEMENT (continued) 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. Owner and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 00500-Agreement.doc 00500-9 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) i 0 DOCUMENT 00500 — AGREEMENT (continued). IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Owner, Contractor, Program Manager, and Engineer. This Agreement will be effective on Effective Date of the Agreement. CONTRACTOR By: (SEAL) Attest OWNER By: Title: Attest 20__, which is the (SEAL) 00500-Agreement.doc 00500-10 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500-Agreement.doc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) Address for giving notices (If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: 00500-11 2/17/2005 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements - Headworks and Solids Handling Contract No.: EP -2 Date: February 15, 2005 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Company Archer Western Contractors, Ltd. Name Matthew Walsh Address 2121 Ave.'J',#103, Arlington, TX 76006 PrincipalOffice 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.doc 00140 - 1 12/21/2004 (FAYEITEVII-LE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045) DOCUMENT 00140 - BIDDER'S QUALIFICATION 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 Experience Modifier Factor is: .88 FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following. 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 f. Name of firm preparing financial statement and date thereof: 00140 -Bidder Qualifications.doc 00140-3 (FAYETTEVILLE, AR (NOLAND W WIP (CONTRACT EP-2/PN 135045) 12/21/2004 e No. 0157980405 State of Arkansas Contractors Licensing Board ARCHER -WESTERN CONTRACTORS, LTD. 2121 AVE J, #103 ARLINGTON, TX 76006 ARCHER -WESTERN CONTRACTORS, LTD. is to Certify That 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 & UTILITY CONSTRUCTION with the following suggested bid limit from January 28, 2005 until when this Certificate expires. UNLIMITED April 30, 2005 Witness our hands of the Board, dated at North Little Rock Arkansas: CHAIRMAN Lv SECRETARY January28, 2005 0 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 'J', 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 - I (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/8/2005 DOCUMENT 00400 -BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date 1 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, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner, 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 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) S 0 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. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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 perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following price: A. Lump Sum Price: 1. Belt Filter Press $ 249.429.00 Installation 2. Relocate Existing BFP 3. Brackett -Green Equipment Installation $ 457/.OO $ t, O OO.Oo $ g7SooO0. $ 4. Erosion Control $ %000. OO 5. Trench & Excavation Safety 6. All Other Work LUMP SUM BID 00400 -Bid Form-ADD.doc (FAYETTEVILLE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045) 00400 ADD -4 $5,x.00 $ 131399oao p° $ l`,441000,00 2/8/2005 • 0 DOCUMENT 00400 -BID FORM (continued) B. Deductive Alternative DEDUCT Influent Screening System Manufacturer 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 CthIfltAM11tMWttXflWa&CMKa 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. C. Equipment Questionnaire. D. Bid Form. E. List of Subcontractors 00400 -Bid Form-ADD.doc 00400 ADD - 5 2/8/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 0 J 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 'J', Suite 103 Arlington, TX 76006 PhoneNo. (817) 640-3898 FAX No. (817) 640-8734 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on February 15 2005. Arkansas State Contractor License No. 0157980405 00400 -Bid Form-ADD.doc 00400 ADD - 6 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) • DOCUMENT 00400 -BID FORM (continued) If Bidder is: An Individual Name (type or printed): By: Doing business as: Business address: Phone No.: A Partnership Partnership Name: By: (Individual's Signature) FAX No.: (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 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/sn005 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): (Signature — attach evidence of authority to sign) Name (type or printed): Title: President Attest: Matthew Walsh (CORPO SEAL) <;z;:�(AJ E (Signature of Corporate Secre ) Business address: 2121 Avenue 'J', Suite 103 Arlington, TX 76006 PhoneNo.: (817) 640-3898 END OF DOCUMENT 00400 00400 -Bid Form-ADD.doc (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) FAX No.: (817) 640-8734 2/8t2005 ,r r 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 Western 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 April 15th, 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 Donald A. Gillis John P. Slattery President Vice President 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 Presi Secretary SP. ohn P. Slattery In Witness Whereof, I have hereunto subscribed my name and affixed the seal of the said Corporation, this 15th day of April, A.D. 2004. 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 ACCOUNT 0 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 of CONNECTICUT hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Surety, . as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Bid Amount Dollars (S5 ), 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 00410- 1 (FAYETPEVILLE. AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045) 12/21/2004 [Ti r 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 11th day of February 20 05 . PRINCE? (CORPORATE SEAL) Archer Weste cto Ltd. By Ia///4 Matthew Walsh/President SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By ` EILEEN ITT, ATTORNEY -IN -FACT ATTORNEY -IN -FACT (CORPORATE SEAL) 215 Shuman Boulevard Naperville, IL 60563-8458 (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 00410 -Bid Bond.doc (FAYETTEVILLE, AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 00410-2 12/21/2004 STATE OF COUNTY OF ILLINOIS KENDALL OFFICIAL SEAL GINA M. SATO ATE OF ILLINOIS NOComm. ree 04/05/08 S-2429 (07-97) ) I GINA N. DANATO a Notary Public in and for said County and State, do hereby certify that Resident Vice President, and Resident Assistant Secretary,, EILEEN LUCITT Attorney -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 _ 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 FEBRUARY 200 Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRMaRcAsuALTy AND SURETY COMPANY GTON 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 Lucia, of Park Ridge / &estwoo4 Illinois, then hue and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any plaeelwithin the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recogn zances, 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 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 Attorney(s)-in-Fad, pursuant to the authority herein given, are hereby ratified and confirmed. 1 ••• I•II.wI II .. I• •.. • 11. . I • . 1• .1. 1� •n• 1.1 • ": • • 1.1 :�. 1 I •4n. •., 11 • I • • 1.• PI A! 'II:4 1 In I 1 u. Ill 1 .-.1•+ :n I I ual uI u ' F• +:Ilwl P ll :11 -1 :II• l+ 1 _Ylul a 11 :••1'ITiiink 1 :1 _+I .4 •I :11.• •II • 1: • , ••11•':1 :1ipf 1.• Ili '1 I .•1 111 1+wll L.I 11 l'II I I. •III II• IIII. 1.4111 I. • I+ II ••L 1:11 • .ull .•ll :11 1 ••'ll •1 1..I' 11 1 1 . 111 A 1 1 , 111 11 :•.• 1 - 1• 1the1• w y •1 1 11 or1-1 1 •11 1 •I . 1 .1 %11 1 ' + •l +1 1 1 :•11 _CI • 41 1 Senior • +. 1 +1 •I 1 • -�1 ..w• n: • w'I: • :11 .: . 1 • • 1' I• . •1. •I Il.b .O :r n :.1111 • . 1 1 1' 1 1 • 1 1 w N _. 1 1 • 1 • 1 e 4 1 �1 I I I.1• _ 1•n 1 •11 • 11• a •. 1' •. a 1 1 I • Iu,.recognizance,a •nn io undertaking -1 1 . IJ . 11 1 11 •II.%II 1+1 'II -1 . 1 Lt 1+1 1 1: 11:1 1 • 1 • +I •' ': .wl •I 1 •i,g4 I _•II. 1 '1+ :1 -1'1 IY 1 ••n Y L1 cl :11 +F 4 : : 11 • 1 :.( _. . �. 1 1 • 11 •4 1• .Y 1 .w a"j-,- •!. _• _. 1 •II •111.1 IU1 %11 wll' 1 ... I.n4. 11llw +• •1 �•w:• •n ' 1 I ••Ipa . 1 4w•'11 • 1 wl . 'I: 1 • 1 • 1•• 1 ' 1 1 1 1. 1 1 1 1 'J 11 1 1 1 1 1 11 11 :111,1.1 I 1 1 1 1 1 1 1 : 1 1 1 I I IA;' 1 1 • 1 1 1 1 1 I I 1 1 1 1 1 1 1- 1 1 1' 1 1 1' 1' rr' 1ma'I v 1 • x 1 1 1 following • 1 + President I ' w: 1 41 I +1 a • ' ..side 1 +1 1Y w; •I 11M.,•.I._• . iii• • 1I+11 1 •••11 '.\1.41 4 wl w1. 41 4 w: y •I J1Hk LI •x.\111 • .• 1'1. :n1'1•.":11.• 11.+ •• w 1,•• • 1:11+_• %1.. 1••.l .4:111' 1 _ 1 • 11 1 1 .:11.• 1. ' 1 1 •II PJ 11 ••+♦ ♦.1 -.•IL .1:•\11 '11%1 1.. 1 1' •il. •1. ••11 •111•:1 11 1+..Y4 •1 .11.1 puog'tie;aioag;ue;sissy uosuegop •yy poll Y�•nsv'� ? � •rmoo "L 3'a A °+•r �a•�or �nar 50 0z' zaenaaa3 ;o AEpsup paleQ 'lnonoaauoo jo owig 'pzgptel-I;o AI0 3ql m 'Auedwo0 alp JO oolg0 amoH oql le Pale3S Pug Paull;S •3010; m MOU 01e 5yuoglnd •;0 31eaggt30 391 m gllo3 las se siolxnQ;o spn og 391 JO saopnlos3g 8mpuu3S aql leg; '3iouuaqun; pmt :palloea UOaq loa Seq pue a1o; Ipt; m smemu4C21101 suoi nd W 33e 19I1tyJ pug A3wo ld;o ++� pagoelle pas 2mo2aio; 3911eg1 A4LT..33 A9 1 0(1 'P 3n3Oaao0 3o 31029 mp Jo suopsiodioo 3p02s'AMV UMOO A.L'IVMSVO MO1DMJw IVg Pug ANVMV03 A.LMMS ([NV A.L'IVMSVJ SU3'IaAVILL 'VDIl13WV JO ANVdIAIOO A.LM MS ([NV A,LIVMSVO SUrITAVN,L 30 Ale;ataas ;us;slssV 'pau2rsiapun mp 'I �.Ld0I3L1N 3 A ;Ineat;al •3 alieW 311gnd AJBION 9002 '0E eunp saildxa uolsslwwoo Apy n ;oazagl suonnlosnu 2u!puing 391 tapun aotgo i3q/sry;o .yuoglne iq suoplodioo agl;o •;legag uo laamnnsm pies aql Palnaaxa ags�aq leg; put :sleas aletodtoo gone we luamnnsm pies atn M Pa>n$B splay 391 legl suopetodtoo pies ;o sleas 311 sboml 3gs/aq legl ya3amrlsul 3noge 391 palnoax3 golgM pus at pagttosop suopetodtoo 31 'ANVJ %IOO A.L'IVMSVO NOZONd1RIVd Pm AMVJWOO A.LM MS (DiV A.L'IVMSVO SII3'I1AV)n 'VDIIIMNIV JO ANVdLNOJ A.LM MS ([NV A.L'IVMSVO SH2MAVILL JO laaplsatd a31,( aoloaS SI 3gspq 1eg1 :,{es pat asodap pip 'WOMB AInP am Aq 2ucaq 'oqM 'UMou3l am 01 NOSdi4OELL M 3011039 amen Alleuosiad am oiopq £OOZ 'A gad;o Aep gILJ sup up ;ueplswd aa!A Jolues uosdwogl •M e6ioa0 ANVJWOJ A.L'IdnSYJ MOZoNQQlIYg ANYdWOO A.L3lAIS ([NV A.L'IYfSYJ SUTIBAYN.L Va'HZ] jV d0 ANYJWOO AJLZHaS ([NY Ai'IYQSYJ SU3'ILAYN.L '°an1 3 �1nOD � a Q11od1lIYH 30 AINI100 P10;ueH'SS{ moua3NNOJ ao aLvis •£OOZ Atentg3dJo AeP g1Li sup paxlge olasaq aq of Sim aiwodioo nagl pue yaaplsatd a01A Joluas nayl Ag pau2ls 3q 01 1a3mntlsut sn11 posnea aeeq ANV U&OO A.L'IVMSVO NOLON WUVJ PON ANVdWOO AIMS QNV A.L'IYMSVJ Su3'IaAVILL 'V011i3I.1IV £0 ANVdWOJ A.L3lIMS ([NV A.L'IVQSVJ S213'IaAVILL 'JO3113IIM SSZN.LIM NI STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 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% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' 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 $100,000,000,000.00, 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. • 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 headworks 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 Subcontractor's $ Amount of Subcontractor's Work License Number Work Performed Name & Address Excavation 0/$7980405 000,- Ai2CNEx I✓FSrEa r Concrete 0157980405 0 9(,v5�000. oo CHM W r Q•1 I . 1 1 s • i i 1•' 1 Mechanical Electrical Instrumentation Plumbing 002x300405 (v 85 000 °= lfAVJ 4.d5 Comad l9 r sm irW, O5408, ZA5 2. oc&ow oil. CAP, rAL EGEC rrio, TtM, qe, DIZI(a8070Z I8O1000,°° Rf1umAA) /4STRurn „!rS rub5/I)0 NOTE: This form must t 00430.doc 00430 (FAYETFEVILLE, AR ) 1_ 12/21/2004 (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) • DOCUMENT 00450 - EQUIPMENT QUESTIONNAIRE The Bidder shall enter in the spaces provided the names of the manufacturers of equipment which Bidder proposes to furnish, nish, 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 manufacturer's 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 Stystem 5. PLC's' 6. Packaged Odor Control Chemical Scrubber System Engine Generators 8. Grit Separation and Classification Equipment 9. Decanting Equipment 10. Plug Valves OO45O.doc (FAYETTEVILLE, AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) Manufacturer xis AcL I✓E/LEi2 Andritz Brackett -Green •pU&i) BRADLEY R F.lIIYiKOrin��hrAL KON z. WAsr� �cN 2i TECH Neitiey PQ/n- 00450 12/21/2004 -1- DOCUMENT 00900 - ADDENDUM NO. 1: (continued) Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid. (Engineer) ACKNOWLEDGEMENT The undersigned acknowledges receipt of this A dum VdidZ/bd is in accordance with information, instructions and ti der. IIIII ADDENDUM APPROVED BY: Interim W t and astewater Director City of Fa eville, Arkansas END OF DOCUMENT 00900 T0000B05F 00900-18 2/8/2005 (FAYEITEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00610 — PERFORMANCE BOND: Surety shall insert full name and address or legal title of contractor and surety. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and 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 amount of Dollars ($ ), 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 , 20, entered into a contract with Owner 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 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. 00610 -Performance Bond.doc 00610- 1 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) DOCUMENT 00610 — PERFORMANCE BOND: (continued) 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 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 for a 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. 00610 -Performance Bond.doc 00610-2 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 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. Surety shall insert full name and address or legal title of contractor and surety. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and 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 Dnl ln, 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 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 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 00611 -Labor & Mat! Payment Bond.doc 00611—I (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) 2/17/2005 0 DOCUMENT 00610 — PERFORMANCE BOND: (continued) Signed and sealed this day of 20_ By By CONTRACTOR (CORPORATE SEAL) SURETY COUNTERSIGNED: Resident Agent ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00610 State of Arkansas By (CORPORATE SEAL) Approved as to Form: Attorney for 00610 -Performance Bond.doc 00610-3 211712005 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) 0 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 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 void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 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 furnished 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 where an office is regularly maintained for the transaction of business, or served in any 00611 -Labor & Matl Payment Bond.doc 00611-2 2/17/2005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) I DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) 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. 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. 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 (CORPORATE SEAL) 00611 -Labor & Matl Payment Bond.doc 00611-3 2/17/2005 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) SURETY COUNTERSIGNED: Resident Agent State of Arkansas By ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00611 t (CORPORATE SEAL) Approved as to Form: Attorney for 00611 -Labor & Matl Payment Bond.doc 00611-4 2/17/2005 (FAYETTEVILLE, AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045) Education: Years of Experience: Professional Affiliations: 1984 to Present Position: Matthew M. Walsh Chief Executive Officer University of Notre Dame, South Bend, Indiana Loyola University School of Law, Chicago, Illinois Degree of Juris Doctor - June 1972 Licensed to practice Law in State and Federal Courts 33 Years in the Construction Industry 33 with Walsh Construction TPAC - Board of Directors St. Ignatius College Prep - Life Trustee Union League Club Member University of Notre Dame - Advisory Board THE WALSH GROUP — Chicago, Illinois Chief Executive Officer Responsibilities: Complete responsibility for management and profitability of The Walsh Group, a corporation operating under . two divisions from the Chicago corporate headquarters and fourteen regional offices. As an Officer in Charge, Matt Walsh monitors the progress of projects, attends key ownership meetings and is available for consultation with owners. 1972— 1984 I WALSH CONSTRUCTION — Chicago, Illinois Senior Project Manager Responsibilities: Complete responsibility for the successful completion of major projects in various categories of construction. This includes all facets of the development, design, construction, administration, construction planning and scheduling, cost control, and personnel management. Senior Estimator Responsibilities: Bid estimate preparation related to all phases of construction. Aided Contract Managers and Project Managers during the pre -construction phase and with sub -contractor negotiation during the construction phase; was responsible for evaluating computer estimating and job costing for Building Division. Also led the establishment of productivity -based labor estimating. Vice President Responsibilities: Owner Contract negotiations, as well as the management of the estimating and project purchasing departments. Also supervised project start-up and staffing, reviewed management systems of Project Managers, and was solely responsible for satisfying Owner and Architect guidelines and project close-out. Matthew Walsh - Page I of I Education: Years of Experience: 1988 to Present Position: Donald A. Gillis Vice President / Business Group Manager Drexel University, Philadelphia, Pennsylvania Bachelor of Science, Commerce and Engineering, 1970 32 Years in the Construction Industry 14 with Walsh Construction ARCHER WESTERN CONTRACTORS —Atlanta, Georgia Vice President! Business Group Manager Responsibilities: Development of business opportunities through existing and new client contact. Management of estimating department in the preparation of cost proposals. Contract negotiation with owner, design professionals (design -build projects) and subcontractors. Project start-up and staffing along with establishment of management systems. Ultimate responsibility for successful delivery of project to owner. Project Experience: Technology Enhanced Learning Environmental Sciences and Center Technology Building Location: Carrollton, Georgia Location: Atlanta, Georgia Contract Value: $15,492,000 Contract Value: $46,595,000 MARTA Aerial Lines Location: Atlanta, Georgia Contract Value: $17,975,141 1-65 Roadway Segment Improvements Location: Indianapolis, Indiana Contract Value: $33,000,000 East Point Pedestrian Bridge Location: East Point, Georgia Contract Value: $1,887,500 Georgia World Congress Center Phase IV Expansion Location: Atlanta, Georgia Contract Value: $34,043,282 1-20 Bridges Location: Atlanta, Georgia Contract Value: $9,581,185 1-95/Broward Widening Location: Broward County, Florida Contract Value: $69,469,487 Rail Service Facility Storage Yard Location: Atlanta, Georgia Contract Value: $22,423,691 Donald A. Gillis - Page 1 of 2 MARTA North Line Construction Location: Atlanta, Georgia Contract Value: $149,000,000 Cumberland Gap Portal Building and Tunnel Finishes Location: Harrogate, Tennessee Contract Value: $51,849,906 RDU Parking Deck No. 4 Location: Raleigh, North Carolina Contract Value: $102,800,559 International Boulevard Viaduct Extension Location: Atlanta, Georgia Contract Value: $11,800,000 MARTA Tunnels and Ramps/I-285 Location: Atlanta, Georgia Contract Value: $15,419,930 RL Sutton WRF Location: Smyrna, Georgia Contract Value: $128,613,351 Decatur Bus Intermodal Facility Location: Decatur, Georgia Contract Value: $3,298,491 I Project Experience: 1986-1988 Position: 1984 -1986 Position: 1981- 1984 Position: 1978- 1981 Position: 1974- 1978 Position: 1972-1974 Doraville Parking Deck Location: Atlanta, Georgia Contract Value: $7,635,113 North Campus Parking Deck Location: Atlanta, Georgia Contract Value: $9,400,000 South Cobb Reclamation Facility Location: Austell, Georgia Contract Value: $38,929,000 International Boulevard Viaduct Extension Location: Atlanta, Georgia Contract Value: $11,800,000 Georgia Dome Finishes Package New Entrances Location: Atlanta, Georgia Contract Value: $1,821,000 PERINI CORPORATION Project Manager Responsibilities: Eastern Heavy Division MARTA North Springs Station Parking Deck Location: Atlanta, Georgia Contract Value: $45,318,000 Laredo Bus Maintenance Facility Location: Decatur, Georgia Contract Value: $9,431,620 Arden Courts Location: Symma, Georgia Contract Value: $1,970,000 Hemphill Water Treatment Plant Location: Atlanta, Georgia Contract Value: $34,942,000 HARRISON-WESTERN CORPORATION Area Manager Responsibilities: Heavy Construction Group Management and Administration of over $50 million of subway projects. GRANITE CONSTRUCTION COMPANY Project Manager Responsibilities: Heavy Construction Group HORN/FRUIN-COLNON, JV Project Engineer through Assistant Project Manager/Project Administrator S & M CONTRACTORS Field Engineer through Project Engineer/Project Administrator Responsibilities: Held above positions on major subway projects in Washington, D.C. GORDON H. BALL, INC. Responsibilities: Held range of positions on subway projects, highways, tunnels, etc. Donald A. Gillis - Page 2 of 2 Joseph R. Lindeman Area Manager, Texas Region Education: North Dakota State University, Fargo, North Dakota Master, of Science, Civil Engineering/Construction Management, 1977 North Dakota State University, Fargo, North Dakota Bachelor of Science, Civil Engineering, 1972 Years of Experience: 32 Years in the Construction Industry 10 with Walsh Construction 1994 to Present ARCHER WESTERN CONTRACTORS — Arlington, Texas Position: Area Manager Responsibilities: As the Area Manager in charge of all operations in Archer Western's Texas office, Mr. Lindeman has complete responsibility for the successful completion of every project undertaken by that office. This includes all facets of the construction: estimating, scheduling, composing contracts for subcontractors, and material/ equipment suppliers. He also chairs weekly owner progress meetings, along with administration and the project management team. Project Experience: Dallas Central WWTP — Odor Control Lake Ray Roberts WTP. Location: Dallas, Texas Location: Aubrey, Texas Contract Value: $3,585,000 Contract Value: $35,785,257 East Side WTP — Ozone Facilities Flower Mound WWTP Location: Sunnyvale, Texas Location: Flower Mound, Texas Contract Value: 36,788,350 Contract Value: $16,222,000 Forney Pump Station Pecan Creek Water Location: Forney, Texas Reclamation Plant Contract Value: $4,462,461 Location: Denton, Texas Southside WWTP Contract Value: $16,930,000 Location: Dallas, Texas Bastrop Energy Center Contract Value: $7,148,000 Location: Cedar Creek, Texas Contract Value: $6,407,500 Wilson Creek WWTP Expansion Location: Lucas, Texas Walnut Creek WWTP Contract Value: $38,067,095 Location: Austin, Texas Contract Value: $18,322,000 Village Creek WWTP Improvements Location: Arlington, Texas Blue Cross Blue Shield Contract Value: $4 Million Headquarters Location: Richardson, Texas Blue Cross Blue Shield Texas Site Contract Value: $7,200,000 Location: Wichita Falls, Texas Contract Value: $671,000 North Building Renovation Rebar Services -Office & Production Location: Richardson, Texas Contract Value: $5,000,000 Facility Location: Kennedale, Texas Claims Processing Expansion Contract Value: $1,350,000 Location: Richardson, Texas Contract Value: $915,800 Joseph R. Lindeman - Page 1 of 3 I Additional Project Experience: Weatherford Utility Wide Scada Blue Cross Blue Shield Executive System Work Location: Weatherford, Texas Location: Richardson, Texas Contract Value: $597,250 Contract Value: $1,400,000 Greenway Waste Treatment Plant Location: Peoria, Arizona Contract Value: $26,445,302 Mohawk Water Treatment Plant Location: Tulsa, Oklahoma Contract Value: $16,066,924 Central Wastewater Treatment Plant Location: Dallas, Texas Contract Value: $14,652,212 East Side Water Treatment Plant Improvements — Phase II Location: Sunnyvale, Texas Contract Value: $30,170,000 Paris Water Treatment Plant Location: Pads, Texas Contract Value: $4,808,188 Dallas Central WWTP Location: Dallas, Texas Contract Value: $4,532,000 SH 45 New Freeway Location: Austin, Texas Contract Value: $103 Million 820/183 Interchange Location: Fort Worth, Texas Contract Value: $40 Million George Bush Turnpike Location: Carrollton, Texas Contract Value: $17 Million Dallas -Fort Worth Airport Terminal D Location: Dallas -Fort Worth Airport Contract Value: $26 Million Mainline Toll Plaza and Ramp Toll Plazas Location: Irving, Texas Contract Value: $7 Million DART Bridges and Railway Stations Location: Richardson, Texas Contract Value: $38 Million Joseph R. Lindeman - Page 2 of 3 Arlington Ozone Facilities Location: Arlington, Texas Contract Value: $19,360,599 East Side Water Treatment Plant Location: Dallas, Texas Contract Value: $6,674,955 Flower Mound WWTP Location: Flower Mound, Texas Contract Value: $7,681,631 TRA Mosier Valley WTP Expansion Location: Euless, Texas Contract Value: $12,752,354 IH 820 Phase 4 Interchange Improvements Location: North Richland Hills, Texas Contract Value: $16 Million Dallas North Tollway Express Lanes Location: Dallas, Texas Contract Value: $2 Million TXDOT Bridge Expansion Location: Fort Worth, Texas Contract Value: $32 Million US Highway 183 Location: Austin, Texas Contract Value: $54 Million Meacham Boulevard @ US Highway 287 Location: Fort Worth, Texas Contract Value: $3 Million IH 820 @ Rufe Snow Location: North Richland Hills, Texas Contract Value: $6 Million Dallas -Fort Worth Airport InterTerminal Loops Location: Dallas -Fort Worth Airport Contract Value: $8 Million 1977-1994 MARTIN K. EBY CONSTRUCTION COMPANY, INC. Position: Vice President/Division Manager Texas Area Responsibilities: Acquiring and building work in assigned area. Prepare short and long-term plans. Select and train key staff and field personnel. Ensure all projects are performed in a quality manner, maintain good client relations and management of company assets. Acquired water and wastewater plants, highways, hydro power plants, pipelines, and dam modifications. Projects ranged in size from $100 thousand to $105 million. Annual work put in place $70 million to +$103 million. Division net profits 0.5 to 4.1% of annual work put in place. Started total quality management in Texas Division in 1992. Increased annual production by +$50%. Position: Interim Area Manager for Texas Office Responsibilities: Estimates, bids, selection of subcontractors and suppliers, scheduling, relations with owners and architects and public relations in the area. Position: Project Manager Responsibilities: estimating and selection of subcontractors and suppliers; scheduling of company personnel and financial management of projects such as Beech Aircraft Call Contracts; two metal buildings at Beech with approximately 50,000 s.f.; several medical buildings in Wichita; First Methodist Church Activity Center, Y.M.C.A Remodel work; 1 1 -story Marriott Hotel; United Beechcraft Remodel work at Midcontihent Airport. Position: Office Engineer / Field Engineer Responsibilities: Estimating various projects: Hydro generation plants, dams, water and wastewater plants, and fossil fuel power plants. Position: Superintendent/Night Superintendent Responsibilities: $41 million Foothills Water Treatment Plant, Denver, Colorado, for the Denver Board of Water Commissioners. Ghent Generating Station, Units 3 & 4, site and substructure work; also coal handling structures for Kentucky Utilities Company. Joseph R. Lindeman - Page 3 of 3 Education: Years of Experience: 1994 to Present Position: Project Experience: Scott 0. Smiley Program Manager Iowa State University, Ames, Iowa Bachelor of Science, Construction Engineering, 1980 23 Years in the Construction Industry 9 with Archer Western ARCHER WESTERN CONTRACTORS — Arlington, Texas Program Manager Responsibilities: Complete responsibility for the successful completion of the project. This includes all facets of the development, design, construction, administration, construction planning and scheduling, cost control, and personnel management. Bachman WTP Ozone Facility Location: Dallas, Texas Contract Value: $23 Million Mansfield WTP Expansion Location: Mansfield, Texas Contract Value: $5 Million Village Creek WWTP Modifications Location: Arlington, Texas Contract Value: $5 Million Richland Chambers Pump Stations Location: Waxahachie, Texas Contract Value: $17 Million Central WWTP Improvements Location: Dallas, Texas Contract Value: $10 Million Rolling Hills WTP Phase 3 Filter Location: Fort Worth, Texas Contract Value: $15 Million TRA Low Service Booster Pump Location: Arlington, Texas Contract Value: $7 Million Eastside Water Treatment Plant Location: Sunnydale, Texas Contract Value: $30 Million TRA Mosier Valley Location: Euless, Texas Contract Value: $13 Million John F. Kubala WTP Expansion Location: Arlington, Texas Contract Value: $15 Million Scott O. Smiley -Page 1 of 2 Wilson Creek WWTP Location: Lucas, Texas Contract Value: $38 Million Bachman Water Treatment Plant Location: Dallas, Texas Contract Value: $12 Million Mansfield Water Treatment Plant Location: Mansfield, Texas Contract Value: $4 Million Northside Pump Station and Ground Storage Reservoir Location: Fort Worth, Texas Contract Value: $5 Million Village Creek WWTP Location: Arlington, Texas Contract Value: $33 Million North Texas High Service Pump Station Location: Wylie, Texas Contract Value: $1,321,691 Joint Pump Station Location: Flower Mound, Texas Contract Value: $3,484,810 Lake Ray Roberts Water Treatment Plant Location: Aubrey, Texas Contract Value: $35,785,257 TRA Central Wastewater Plant Location: Grand Prairie, Texas Contract Value: $1,785,325 Project Experience: Southside WWTP Effluent Filter Dallas Central WWTP Pump Station Modifications Location: Dallas, Texas Location: Dallas, Texas Contract Value: $5 Million Contract Value: $5 Million Flower Mound WWTP Rowlett Creek WRC Improvements Location: Flower Mound, Texas Location: Garland, Texas Contract Value: $16 Million Contract Value: $2 Million Dallas Central WWTP Improvements Location: Dallas, Texas Contract Value: $4 Million 1985— 1994 MARTIN K. EBY CONSTRUCTION COMPANY — Wichita, Kansas Position: Superintendent Responsibilities: Review contracts, drawings and schedule with the project team. Approve and process all purchase orders and subcontracts in collaboration with the Division Manager. Assure projects compliance with company policies and procedures. 1982-1995 OLSON CONSTRUCTION COMPANY - Denver, Colorado Position: Superintendent 1980 -1982 MARTIN K. EBY CONSTRUCTION COMPANY — Wichita, Kansas Position: Field/Office Engineer Responsibilities: Review contracts, drawings and schedule with the project team. Prepare and/or approve and process all purchase orders and subcontracts in collaboration with the Division Manager; arrange personnel, construction materials, supplies and equipment to be available in a timely manor for the project; and set up project controls to monitor project progress including an analyzed estimate, a project construction schedule, and a cost report. Scott O. Smiley - Page 2 of 2 Education: Years of Experience: 1995 to Present Position: Project Experience: Position: Project Experience: Jeffry J. Polak Project Manager University of Nebraska at Lincoln Civil Engineering 18 Years in the Construction Industry 6 with Archer Western ARCHER -WESTERN CONTRACTORS, LTD. - Arlington, Texas Project Manager Responsibilities: Project coordination, cost control, negotiating and purchasing, equipment and manpower selection, subcontractor management. Gaylord Trail - TIF Improvements for Opryland Texas Location: Grapevine, Texas Contract Value: $6,242,326 TXDOT - Meacham Boulevard @ US Highway 287 Location: Fort Woth, Texas Contract Value: $3,120,327 Owner. Texas Department of Transportation Architect: Texas Department of Transportation. Lake Ray Roberts Treatment Plant Location: Aubrey, Texas Contract Value: $35,785,257 Architect: Frees-Nicohls, Inc. 820 Phase 4 Location: North Richland Hills, Texas Contract Value: $16, 138,608 Owner. Texas Department of Transportation Architect: Texas Department of Transportation Superintendent Responsibilities: Completion of all phases of the project, including review of plans, scheduling of work, tracking of job costs, and coordinating with Owner's Engineer to successfully complete work to Owners satisfaction. Flower Mound Wastewater Treatment Location: Flower Mound , Texas Contract Value: $7,391,580 Owner. Town of Flower Mound, Texas Architect Alan Plummer & Associates Eastside Water Treatment Plant Location: Fort Woth, Texas Contract Value: $30,170,000 Owner. Dallas Water Utilities Architect: Chiang, Patel & Yerby Jeffry J. Polak - Page 1 of 2 Weatherford Utility Wide SCADA. System Location: Weatherford, Texas Contract Value: $597,250 Owner. City of Weatherford Architect: Chiang, Patel & Yerby 1990-1995 Position: Project Experience: 1985-1990 Position: 1983-1985 Position: Assistant Superintendent Responsibilities: Overseeing entire Project, including review of plans, scheduling work, running crews, and all aspects involved with correct and timely completion of Project. Dallas Area Rapid Transit Contract Value: $20,000,000 Elm Fork Filter Improvements Contract Value: $11,400,000 Elm Fork High Service Pump Station Contract Value: $7,668,000 Elm Fork Plant Process Improvements Contract Value: $19,580,000 Wiley Water Treatment Plant Contract Value: $19,400,000 Elm Fork Chemical Facilities Contract Value: $ 6,749,500 Abrams Road Contract Value: $5,000,000 Elm Fork Clearwell #5 Contract Value: $4,261,800 Carpenter Foreman Responsibilities: Running a crew, scheduling work and completing specific phase of the Project from start to finish. Laborer Responsibilities: Started career in the industry learning all aspects of construction of Project. Jeffry J. Polak - Page 2 of 2 TECHNICAL EXPERIENCE This section contains detailed technical information about the following water/wastewater treatment plants which are currently under construction or have been completed by Archer Western Contractors, Ltd. and/or The Walsh Group. • South Cobb Water Reclamation Facility, Cobb County, GA - $43,475,270 • Mohawk Water Treatment Plant, Tulsa, OK -$16,066,924 • Des Plaines River Wastewater Treatment Plant, Deerfield, Illinois - $29,243,555 • Arlington Ozone Facilities, Arlington, Texas - $19,360,599 • Eastside Water Treatment Plant, Dallas, Texas - $6,574,955 • Flower Mound Wastewater Treatment Plant, Flower Mound, TX - $7,381,631 • Paris Water Treatment Plant, Paris, TX - $4,808,188 • Northside Water Reclamation Plant, Skokie, Illinois - $6,038,000 • Tarrant County Water Supply Project, Euless, Texas - $12,531,430 • Central Wastewater Treatment Plant Modifications, Dallas, Texas - $12,239,254 • Bastrop Energy Center, Austin, Texas - $6,407,500 • Flower Mound WWTP Phase I Expansion, Flower Mound, Texas - $16,295,718 • East Side Water Treatment Plant Ozone Facilities, Sunnyvale, Texas - $41,736,219 • Wilson Creek Wastewater Treatment Plant Expansion, Wylie, Texas - $38,067,095 • East Side Water Treatment Plant, Sunnyvale, Texas - $34,718,041 • TRA Low Service Booster Pump Station - $7,177,765 • Lake Ray Roberts 20 MGD Water Treatment Plant, Aubrey, Texas - $36,791,883 • Pecan Creek Water Reclamation Plant, Denton, Texas - $16,930,000 • Southside Wastewater Treatment Plant Effluent Filters, Dallas, Texas - $5,258,000 • Walnut Creek Wastewater Treatment Plant, Austin, Texas - $18,300,000 C • Archer Western Contractors, Ltd. South Cobb Water Reclamation Facility, Cobb County, GA Contract Amount: $43,475,270 This project involved the construction of a complete new process train adjacent to an existing operating plant. The new train increased the plant capacity from 28 MGD to 40 MGD, and included a headworks structure, a screening building, grit removal facilities, primary sedimentation tanks, aeration tanks, a blower building, chemical feed facilities, a secondary clarifier, a reuse water pump station, a chlorine contact tank, a plant electrical/generator building, and other miscellaneous structures. Also, modifications were made to many of the existing plant structures, and yard piping to 78" in diameter was installed to interconnect the process train and tie-in to the existing raw sewage lines. Work also included extensive modifications and additions to the plant electrical and control/instrumentation systems. Bid Date: December 1, 1994 Bid Amount: $38,929,000 Start Date: May 22, 1995 Scheduled Completion Date: June 5, 1998 (1110 days) Actual Completion Date: June 5, 1998 (1110 days) Final Contract Amount: $43,475,270 Liquidated Damages: None Claims/Changes: No claims. Two (2) change orders totaling $4,180,000 were issued for the addition of a sludge dewatering building. Other change orders totaling $366,270 were issued for misc scope changes. Necessary time extensions were resolved with the owner. All final punch list items were completed to the Owners satisfaction. Owner: Cobb County Water System 680 South Cobb Drive, Atlanta, GA 30060-3113 Contact: Rich Wittman (770) 419-6310 Engineer. Brown & Caldwell 53 Perimeter Center East, Atlanta, GA 30346-1905 Contact: Ed Motley, (770) 394-2997 Construction Manager. O'Brien Kreitsberg 127 Peachtree St NE, Atlanta, GA 30303 David Pino (404) 524-5505 A -W Project Manager: Shane Lippert A -W Superintendent: Andy Curl Percent of Labor -Related Work performed by Archer Western: 45% Archer Western Contractors, Ltd. Mohawk Water Treatment Plant, Contract #6, Tulsa, Oklahoma Contract Amount: $16,066,924 This project involves the construction of several significant portions of a 100 MGD Water Treatment Plant. Facilities constructed under this contract include an 11 million gallon clearwell, a distribution pump station containing four 2,500 hp and three 1,750 hp constant speed vertical turbine pumps, three 250 hp variable speed vertical turbine backwash pumps, yard piping, chemical feed systems, and supporting electrical and control systems. Bid Date: May 8, 1996 Bid Amount: $15,674,773 Start Date: June 24, 1996 Scheduled Completion Date: July, 1999 Actual Completion Date: July, 1999 Final Contract Amount: $16,066,924 Liquidated Damages: None Claims/changes: No claims. Change orders totaling $404,000 were issued for owner initiated scope changes. A change order in the amount of $18,000 and a time extension was issued for delays caused by another contractor at the site. All final punch list items were completed to the Owners satisfaction. Owner: City of Tulsa 200 Civic Center Tulsa, OK 74103 Contact: Al Hamlet, (918) 596-9621 Engineer: Montgomery Watson 4042 East Mohawk Boulevard Tulsa, OK 74115 Contact: Ron Cass (918) 428-0704 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Jay Vincent Percent of Labor -Related Work performed by Archer Western: 50% I • Walsh Construction Company Des Plaines River Wastewater Treatment Plant, Deerfield, Illinois Contract Amount: $29,243,555 This project consisted of a three phase modification to the existing wastewater treatment plant. The work included 22 new structures, including new clarifiers, pumping station, grit building, filter building, digesters, blower building, aeration tanks, dechlorination facility, chemical feed facilities, and administration building. Also involved were extensive SCADA control and electrical modifications, 50 acres of sitework, and new process tie- ins and phasing so as not to interfere with the operations of the existing facility. Bid Date: June 27, 1991 Bid Amount: $29,000,000 Start Date: August 26, 1991 Scheduled Completion Date: February 28, 1994, (917 days) Actual Completion Date: January 14, 1994, (872 days) Final Contract Amount: $29,243,555 Liquidated Damages: None Claims/Changes: No Claims, Change orders totaling $243,555 were issued for owner initiated scope changes. Project finished ahead of schedule. All final punch list items were completed to the Owners satisfaction. Owner: Lake County Public Works Department 100 W. Palmer, Northlake, III 60164 Contact: Chuck DeGraves, (708) 562-0940 Engineer: Rust Environmental & Infrastructure• (formerly Donohue & Associates) 4738 North 40th Street, Sheboygan, WI Contact: Dennis Price, (920) 458-8711 Construction Manager. Rust Environmental & Infrastructure Walsh Project Manager: Rob Ferrino Walsh Superintendent: Jan Michaelson Percent of Labor -Related Work performed by Archer Westem:.45% 0 Archer Western Contractors, Ltd. Arlington Ozone Facilities, Arlington, Texas Contract Value: $19,360,599 This project includes the construction of new pre -ozone and intermediate ozone contactor structures at two separate water treatment plants. Other work includes approximately 30,000 cy of excavation, approximately 10,000 cy of structural concrete, complete rehabilitation of 26 filters, and misc. mechanical and yard piping. Work also included 2200 If of 48" steel pipe in an existing facility. Over 200 yds of rock was pre - blasted without any interruption to the plant service. Bid Date: October 21, 1997 Bid Amount: $19,238,000 Start Date: December 8, 1997 Scheduled Completion Date: January, 2000 Actual Completion Date: January, 2000 Final Contract Amount: $19,360,599 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $121,838 were issued for owner -initiated scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner: City of Arlington 1901 Lakewood Drive, Arlington, TX 76013 Contact:. Rick McCleery, (817) 654-9769 Engineer: Freese -Nichols, Inc. 40155 International Plaza, Fort Worth, TX 76109 Contact: Larry Eckerseley, (817) 429-1900 Construction Manager: None A -W Project Manager: Scott Smiley A -W Superintendent: Steve Baker Percent of Labor -Related Work performed by Archer Western: 65% I Archer Western Contractors, Ltd. Eastside Water Treatment Plant, Dallas, Texas Contract Amount: $6,574,955 This project included hydraulic and miscellaneous improvements to the existing East Side Water Treatment Plant. The work included structural modifications to the primary flocculation basin influent flume; removal and replacement of the forebay and rapid mix structure; removal and replacement of secondary rapid mixers; construction of a new raw water junction structure; installation of a lagoon irrigation system, and various other modifications to the existing plant structure, piping, and controls. The capacity of the plant after modifications was 550 MGD. Bid Date: October 13, 1995 Bid Amount: $6,576,970 Start Date: January 22, 1996 Scheduled Completion Date: May 21, 1997 (485 days) Actual Completion Date: May 21, 1997 (485 days) Final Contract Amount: $6,674,955 Liquidated Damages: None Claims/Changes: No claims. One (1) change order totaling -$2,015 (credit) was issued for a scope of work change. All final punch list items were completed to the Owners satisfaction. Owner: Dallas Water Utilities 2121 Main Street, Suite 300 Dallas, TX 75201 Contact: Randy Edmonson, (214) 948-4572 Engineer. Chiang, Patel & Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, TX 75235 Contact: Ed Motley, (214) 638-0500 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Jeff Polak Percent of Labor -Related Work performed by Archer Western: 55% • • Archer Western Contractors, Ltd. Flower Mound Wastewater Treatment Plant, Flower Mound, TX Contract Amount: $7,381,631 Construction of a new wastewater treatment plant including four nitrification basins, a trickling filter/aeration basin unit, two primary clarifiers, a final clarifier, two U.V. basins, a RAS pump station, a sludge dewatering building, an effluent pump station, a stormwater pump station and other miscellaneous structures. Work also included modifications to the existing primary and final clarifiers, trickling filter, headworks, structural and installation of new blowers. Yard piping was also installed and and tie-ins to the existing process were made on this 6 MGD plant. Bid Date: November 15, 1994 Bid Amount: $7,291,583 Start Date: January 16, 1995 Scheduled Completion Date: October 11, 1996 (634 days) Actual Completion Date: October 11, 1996 (634 days) Final Contract Amount: $7,681,631 Liquidated Damages: None Claims/Changes: No Claims. Three (3) change orders totaling $90,048.34 were issued for scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner: Town of Flower Mound, Texas 2121 Cross Timbers Road Flower Mound, Texas 75028 Contact: Ronnie Baker, (214) 539-6006 Engineer. Alan Plummer & Assoc. 7524 Mosier View Court, Suite 200 Fort Worth, TX 76118 Contact: Lee Head, (817) 589-2226 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Jeff Polak Percent of Labor -Related Work performed by Archer Western: 55% Archer Western Contractors, Ltd. Paris Water Treatment Plant, Paris, TX Contract Amount: $4,808,188 This project included expansion of the existing water treatment facilities from 18 MGD to 36 MGD and included two new sedimentation/flocculation basins, four dual -media filters, a filter gallery, chemical feed facilities, three 5600 GPM treated water transfer pumps, and the rehabilitation of existing sedimentation basins and filters. Also involved were related yard and process piping, sitework, roadways, and other miscellaneous facilities. Bid Date: 1994 Bid Amount:. $4,783,965 Start Date: October 31, 1994 Scheduled Completion Date: June 3, 1996 (580 days) Actual Completion Date: May 9, 1996 (555 days) Final Contract Amount: $4,808,188 Liquidated Damages: None Claims/Changes: No Claims. Three (3) change orders totaling $24,223 were issued for scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner: City of Paris, TX PO Box 9037 Paris, Texas 75461-9037 Contact: Herb Campbell, (903) 784-2464 Engineer. Aburcher, Willis & Ratliff 3620 Old Bullard Road, Suite 206 Tyler, TX 75701 Contact: Kelly Sunderland, (903) 581-7844 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Walter Earthman Percent of Labor -Related Work performed by Archer Western: 55% 0 0 Walsh Construction Company Northside Water Reclamation Plant, Skokie, Illinois Contract Amount: $6,038,000 This project consisted of the rennovation of an antiquated grit removal system. Work included demolition, excavation, new concrete grit chambers, a new grit dewatering tank, a new grit dewatering station and conveyor system, and new grit collection/dewatering mechanisms. Appurtenant facilities included process piping, pumps, valves, electrical power wiring and systems, monitoring systems (including computer hardware/software). Bid Date: 8/22/95 Bid Amount. $6,038,000 Start Date: 11/10/95 Scheduled Completion Date: 8/23/98 (1016 days) Actual Completion Date: 8/4/98 (997 days) Final Contract Amount: $ 6,681,190 Liquidated Damages: None Claims/Changes: No claims, 43 change orders totaling $643,190 were issued for scope of work changes. Time extensions were resolved with the owner. All final punch list items were completed to the Owners satisfaction. Owner: Metropolitan Water Reclamation District of Chicago 111 E. Erie Street, Chicago, III 60611-2871 Contact: John C. Faman, Chief Engineer (312) 751-5600 Engineer: Metropolitan Water Reclamation District of Chicago 111 E. Erie Street, Chicago, III 60611-2871 Contact: Richard D'Ambrosia, Asst Ch. Engineer (312) 751-5600 Construction Manager. None A -W Project Manager: John J. Cornell A -W Superintendent: Dave Hoener Percent of Labor -Related Work performed by Archer Western: 50% 0 I Archer Western Contractors, Ltd. Tarrant County Water Supply Project Water Treatment Plant Expansion to 72 MGD Euless, Texas Contract Value: $12,531,430.10 Water Treatment Plant Expansion to 72 MGD —4 additional filters, 3 circular tanks, chemical storage area, chemical scrubbers, tube settlers, chemical feed modifications, pump station, maintenance building, paving, replace valves, and electrical improvements. Upgrade from 57 MGD to 72 MGD plant capacity. Bid Date: May 26"', 1999 Bid Amount: $12,531,430 Start Date: July 9"', 1999 Actual Completion Date: November 2001 Final Contract Amount: $12,752,354 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $220,924.76 were issued for owner -initiated scope of work changes. All final punch list items were completed to the Owners satisfaction. Owner: Trinity River Authority 5300 South Collins, Arlington, TX 76018 Contact: Thomas Sanders, (817) 467-4343 Engineer. Knowlton -English -Flowers, Inc. 1901 Central Drive, Bedford, TX 76021 Contact: Bill Flowers, (817) 283-6211 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Mark Miller Percent of Labor -Related Work performed by Archer Western: 60% Archer Western Contractors, Ltd. Central Wastewater Treatment Plant Modifications of Existing Wastewater Plant — Grit Removal Dallas, Texas Contract Value: $12,239,254 Modifications to Central Wastewater Treatment Plant. Installation of grit removal modifications, 60" air line replacement, removal of building, and demolition of existing facilities. Bid Date: April 16, 1998 Bid Amount: $12,239,254 Start Date: July 24, 1998 Actual Completion Date: September 30, 2001 Final Contract Amount: $ 14,652,212 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $2,412,959 were issued for owner -initiated scope of work changes. Owner: City of Dallas 2121 Main Street, #300, Dallas, TX 75201 Contact: Jerry Taylor, (214) 948-4564 Engineer. CH2M Hill 5339 Alpha Road, Suite 300, Dallas, TX 75240 Contact: Chad Simmons, (972) 980-2170 Construction Manager. None A -W Project Manager. R. Joe Lee A -W Superintendent: Richard Addleman Percent of Labor -Related Work performed by Archer Western: 55% C Archer Western Contractors, Ltd. Bastrop Energy Center Raw Water Supply/Wastewater Discharge Improvments Contract Amount: $6,407,500 This project consists of the engineering, procurement, construction and commissioning of structures and systems to convey raw water from the Colorado River in Travis County, Texas to a power generation facility (the "Power Plant") located approximately 4.5 miles from the Colorado River in Bastrop County, Texas. The work includes engineering, procurement, construction and commissioning of the structure and systems necessary to discharge water from the Power Plant to the Colorado River as follows: • Raw water intake structure with T -screens, with gravity pipeline between the intake structure and the pump station as well as auxiliary system piping. • Raw water pump station, piping, valves, actuators, instruments, air compressors and receivers. The pump station will be provided with slots for three pumps. Initial design will only include procurement and installation of two pumps. • 24" Raw water transmission main from the Colorado River to the Power Plant. • Raw water meter station • 14" Water discharge line and out -fall structure from the Power Plant to the Colorado River. ■ All pump station facilities, which shall include a manufactured steel building, security fencing and access steps leading from the pump station to the intake structure. • Pump station electrical distribution systems, interior lighting, exterior lighting, grounding and convenience electrical circuits. • Fiber optic communications between the pump station and the Power Plant control building including buried fiber optic cable, splices, modems and all equipment necessary to convey control signals and data between the pump station and the Power Plant Westinghouse Ovation DCS. • Commissioning activities including pump flow testing, pressure testing of pipelines, calibration of instruments, verification of PLC program by system operation. Bid Date: March 5, 2001 Bid Amount: $6,407,500 Start Date: April 9, 2001 Completion Date: April 30, 2002 Final Contract Amount: $6,411,540 Liquidated Damages: None Archer Western Contractors, Ltd. Flower Mound Wastewater Treatment Plant Phase I Expansion Flower Mound, Texas Contract Value: $16,295,718 Construction of new preliminary treatment units, three new sequencing batch reactors, three new effluent filters, two new UV channels, new effluent Pump Station and modifications to the existing Facilities. Construction of approximately 4,500 lineal feet of 24" force main pipeline. Bid Date: March 6, 2001 Bid Amount: $16,222,000 Start Date: June 4, 2001 Actual Completion Date: December 31, 2002 Final Contract Amount: $ 16,295,718 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $73,718 were issued for owner -initiated scope of work changes. Owner: Town of Flower Mound 2121 Cross Timbers Road Flower Mound, TX 75028 Contact: Randy Williams (972) 539-6006 Engineer. Alan Plummer & Associates, Inc. 7524 Mosier View Court, #200 Fort Worth, TX 76118 Contact: Alan Davis (817) 284-2724 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Wayne Pursley Percent of Labor -Related Work performed by Archer Western: 60% Archer Western Contractors, Ltd. East Side Water Treatment Plant Phase II, Contract 3, East Side WTP Ozone Facilities, Forney Dam Mitigation and Dallas Water Utilities Elevator Repairs Sunnyvale, Texas Contract Value: $41,736,219 The construction of this project consists of the following: 1) Eastside WTP Ozone Facilities 2) Forney Dam Spillway .. 3) Frasier Dam Modifications 4) Bachman Water Treatment Plant Hydraulic Improvements Bid Date: January 3, 2002 Bid Amount: $36,788,350 Start Date: February 13, 2002 Anticipated Completion Date: Change Order Work as requested by Owner has extended original contract completion of February 2004 Current Contract Amount: $41,736,219 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $4,947,869 were issued for owner -initiated scope of work changes. Owner: City of Dallas 2121 Main Street, #300, -Dallas, TX 75201 Contact: Randy Edmonson (214) 948-4572 Engineer. Chiang, Patel, Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, TX 75235 Contact: Ed Motley (214) 638-0500 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Mark Tepera Percent of Labor -Related Work performed by Archer Western: 55% Archer Western Contractors, Ltd. Wilson Creek Wastewater Treatment Plant Expansion Wylie. Texas Contract Value: $38,067,095 This project consists of the construction of a 16 MGD expansion to the existing Wastewater Treatment Plant. Construction shall include two primary clarifiers, one primary sludge pumping station, two BNR basins, one blower building, two Sec clarifiers, one Sec sludge pump station, four filters, three ultraviolet disinfection basins, chemical feed facility additions, odor control, 60plant outfall line, solids handling, plant & yard piping, electrical & instrumentation. Bid Date: November 9, 2001 Bid Amount: $37,979,095 Start Date: January 15, 2002 Completion Date: July 2004 Current Contract Amount: $ 38,565,020 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $509,262 were issued for owner -initiated scope of work changes. Owner: North Texas Municipal Water District 505 E. Brown Street Wylie; TX 75098 Contact: Jim Kelly (972) 442-5405 Engineer. Black & Veatch 9441 LBJ Freeway, #300 Dallas, TX 75243 Contact: Phil Spitzer (214) 570-7000 Construction Manager: None A -W Project Manager: Scott Smiley A -W Superintendent: Curtis Weston Percent of Labor -Related Work performed by Archer Western: 60% Archer Western Contractors, Ltd. East Side Water Treatment Plant Sunnyvale, Texas Contract Value: $34,718,041 This project consists of the construction of the new chlorine & ammonia building and systems, plant water improvements, new carbon dioxide system, electrical and SCADA system improvements at the East Side Water Treatment Plant Ozone Facilities, Forney Dm Mitigation, Dallas Water Utilities Elevator Improvements. Bid Date: March 8, 2001 Bid Amount: $30,170,000 Start Date: July 25, 2001 Scheduled Completion Date: Change Order work as requested by Owner has extended original anticipated completion date of January 2004 Current Contract Amount: $ 34,718,041 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $4,548,041 were issued for owner -initiated scope of work changes. Owner. City of Dallas 2121 Main Street, #300, Dallas, TX 75201 Contact: Randy Edmonson (214) 948-4572 Engineer. Chiang, Patel & Yerby, Inc. 1820 Regal Row, #200 Dallas, TX 75235 Contact: Ed Motley (214) 263-3960 Construction Manager. None A -W Project Manager: Scott Smiley A -W Superintendent: Mark Tepera Percent of Labor -Related Work performed by Archer Western: 55% r Archer Western Contractors, Ltd. Tarrant County Water Supply System Low Service Booster Pump Station Arlington, Texas Contract Value: $7,177,765 The Booster Pump Station is designed to provide a firm capacity of 72 MGD with the ability to expand to 120 MGD. Three pumps are proposed to provide the initial firm capacity of 72 MGD and spaces provided to add two future pumps for an ultimate firm capacity of 120 MGD. The three original pumps will be modified by changing the impellers to meet the future demand. Chemical storage and feed facilities to reduce taste and odor are included in this project. Site improvements, architectural features, electrical and mechanical arrangement are also included. Bid Date: September 29th, 2000 Bid Amount: $7,177,765 Start Date: November 13, 2000 Scheduled Completion Date: October 2001 Actual Completion Date: April 2002 Final Contract Amount: $7,365,294.45 Liquidated Damages: None Claims/Changes: No claims Owner: Trinity River Authority 5300 South Collins, Arlington, TX 76018 Contact: Richard Postma (817) 467-4343 Engineer. HDR Engineering, Inc. 12700 Hillcrest Road, Contact: Brad Martin Construction Manager: None A -W Project Manager: Scott Smiley A -W Superintendent: Jason Davis Dallas, TX 75230-2096 (972) 960-4020 Li • Percent of Labor -Related Work performed by Archer Western: 50% Archer Western Contractors, Ltd. Lake Ray Roberts 20 MGD Water Treatment Plant Aubrey, Texas Contract Value: $36,791,883 New 20 MGD Water Treatment Plant — construction of a raw water pump station, chemical diffusion vault, splitter box, flocculation/sedimentation basins, filters, washwater reclamation basin, sludge lagoons, clearwell, transfer pump station, high service pump station, chemical feed and storage, operations building and all associated sitework. Bid Date: March 27, 2001 Bid Amount: $35,785,257 Start Date: May 9, 2001 Substantial Completion Date: May 27, 2003 Current Contract Amount: $ 36,331,523 Liquidated Damages: None Claims/Changes: No claims. Change orders in the amount of $1,006,626 were issued for owner -initiated scope of work changes. Owner: City of Denton Water Utilities 901-B Texas Street Denton, TX 76209 Contact: Tom Shaw Engineer: Freese — Nichols, Inc. 1701 N. Market Street, Suite 500 Dallas, TX 75202 Contact: Trooper Smith (214) 920-2500 Construction Manager. None A -W Project Manager: Jeff Polak A -W Superintendent: Travis Vick Percent of Labor -Related Work performed by Archer Western: 55% Archer Western Contractors Ltd. SOUTHSIDE WWTP EFFLUENT FILTER MODIFICATIONS Contract Amount: $5,258,000.00 Install air scour piping to filters 13-24 and 18" SS air header from the existing Blower Building. Replacement of valves in Filter Complex #3 with pneumatic actuators. Installation of a new complete air system for the actuators. Additional modifications to the Wastewater Treatment Plant Bid Date: Bid Amount: $5,258,000.00 Start Date: Dec. 1, 2002 Scheduled Completion Date: March 31, 2004 Substantial Completion Date: Working on Punch List Liquidated Damages: N/A Claims/Changes: None Owner: City of Dallas Water Utilities 2121 Main Street, Suite 300 Dallas, TX 75201 Contact: Kevin Bunting Phone: (214) 948-4517 Engineer. HDR Engineering 17111 Preston Road, Suite 200 Dallas, TX 75248-1229 Contact: R. Bradley Martin Phone: (972) 960-4435 Construction Manager: None A -W Project Manager: Scott Smiley Percent of Labor -Related Work performed by Archer Western: 80% Archer Western Contractors Ltd. Walnut Creek Wastewater Treatment Plant Contract Value: $18,322,000.00 Improvements required to re -rate plant capacity to 75 MGD including a new headworks, new influent and effluent distribution structures, new force main, hydraulic improvements to secondary treatment, improvements to RAS pumps and installing chlorine evaporators. New haul waste station, maintenance dewatering station and other miscellaneous improvements. Bid Date: Bid Amount: $18,322,000.00 Start Date: May 1, 2002 Substantial Completion Date: January 31, 2004 Final Completion Date: Working on Punch List Actual Completion Date: Liquidated Damages: N/A Claims/Changes: Owner. City of Austin, Texas One Texas Center, 505 Barton Springs Road Austin, Texas Contact: Kathy Hardin Phone: (512)-972-1491 Engineer. Camp Dresser & McKee 9111 Jollyville Road, Suite 105, Austin, Texas 78759 Contact: Mitt Tidwell Phone: (512)346-1100 Construction Manager. None A -W Project Manager. Joe Lee Percent of Labor -Related Work performed by Archer Western: 80% Archer Western Contractors, Ltd. Bonded Projects Under Contract P,r-ojed . Ptoj� Contract Completion. Name v [ 2 .n ..,.,a .. ,._' ':� Description � ..�= � � � '., �1�� s' AmouM��,� '., �: Me,�,y: Escambia Bridge Reconstruction of four (4) existing bridge approaches damaged during the hurricanes. Work mix $231,845 Apr -8-2005 Approach Emergency includes embankment rip -rap rubble, paving and sidewalks. Repair Pensacola, Florida Escambia 1-10 WB WIM Construction of a weighan motion and a static scale on 1-10 westbound in Escambia County, Florida. $300,016 Apr -8-2005 I Static Scale Work mix includes excavation, roadway drainage, grading and asphalt paving. Contract time is 60 Pensacola, For da calendar days. Subcontract to Mettler Toledo who is furnishing and installing the sales. Escambia 1-10 EB WIM Construction of weigh-in motion and static sale on 1-10 eastbound in Escambia County, Florida. $2,310,745 Apr -8-2005 Static Scale Work mix includes excavation, embankment roadway drainage, utilities, and asphalt paving. Contract Pensacola, Florida time is 60 calendar days. Duval - Super Bowl Furnish and install new temporary baffler wall for traffic control and security to include truddng, labor, $116,000 Feb -25-2005 Temp Barrier Wall equipment and other incidentals to set and remove temporary barrier wall. Jacksonville, Florida MHJIT Embankment 1,800,000 CV of embankment retaining walls and utility work for new international terminal at $59,040,560 Jul -31-2007 Phase 2 Hartsfield Jackson International Airport Atlanta, Georgia RL Suton-Biosolids A new biosolids handling facility at the existing RL Sutton Waste Water Treatment Plant $55,669,949 Dec -31-2007 Handling Smyma, Georgia Escambia Scenic Reconstruction of driveway on scenic highway in Escambia County, Florida to include: dealing and $259,535 Mar -31-2005 Highway Driveway grubbing, excavation, roadway drainage, embankment concete paving, erosion control and Repair maintenance of traffic. Pensacola, Florida River Bend Water This project includes construction of a second outfall; modifications to the existing effluent $687,000 Aug -1.2005 Reclamation Plant measurement structure; construction of a chemical feed system with bulk storage and related piping; Phase 2 and associated site work modifications. Little Elm. Texas Page 1 of 9 As of 1/26!2005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Protect '; 4 . ,.,.., . 1 - �s n Project -.; ms .µ e <. tor, �f , l ;..-E �' n< x .ni Contract Co •s Na1ne�,�" y. . '", Descntfiol Amount D r ; Mount Cannel WTP Repairs include the replacement of existing construction joints; replacement of existing portions of $497,000 Mar -31-2005 Clear Well Repairs reinforced concrete floor slab; concrete patching of spatting on columns, floor and wall areas; Waco, Texas application of polyurea coating to tank and walls; repair of slab cracking byway of injection of hydrophobic urethane; and installation of sluice gates. DART Articulafon Shed 180 x 83' metal building with three rail road tracks inside for manufacturing rail cars. $854,346 Mar -1.2005 (FA -2) Dallas, Texas PROJECT WAS CANCELLEDIIIIIIIIIII Hemet Water Treatment The construction of this water treatment plant Includes screening building, mechanical building, $35,650,000 Aug -29-2006 Plant disinfection basin, finished water pump station, chemical building, electrical building, operations San Diego, California building, finished water meter vault and all electrical, instrumentation, and control systems work. Oakley Industrial Grade One hag mile of grading, drainage, base and plant mix resurfacing on Oakley Industrial Blvd. and the $5,697,339 Jun -30-2006 Separation relocation of Fayetteville Road. The project also includes construction of a bridge and approaches Union City, Georgia over the CSX Railroad. Upper Trinity- Electrical This project consists of improvements to the existing Regional Water Treatment Plant including, but $608,200 Mar -31-2005 & Ozone Improvements not limited to the installation of a 2,000 kw emergency generator and the installation of ozone diffusers Lewsville. Texas and stainless steel piping. TRA Biosolids Work includes addition of a bell filter press and two lime pasteurization trains on concrete slabs with $6,905,800 Aug -31-2005 Stabilization Phase 1 pier and beam foundations at the Central Regional Wastewater System Treatment Plant. Included are Dallas, Texas conveyors, control systems, electrical equipment demolition, and modifications to an existing polymer storage facility. Also included is rehabilitation of two 35' diameter concrete blend tanks and mbdng equipment along with miscellaneous site civil, structural and yard piping modifications. Johns Creek Site Mass earthwork on 48 acre site to prepare for upcoming environmental campus to be bid later in 2004. $495,000 Feb -1-2005 Improvements Roswell, Georgia Mount Carmel Water Work included replacement of underdrains, media, backwash troughs, piping, instruments, air blower $14,395,000 May31.2006 Treatment Plant system, control system on existing filters, the construction of a new transfer pump station including four Wace, Texas vertical turbine pumps, welwell, masonry electrical building and associated piping controls, elecuicdal and HVAC; and associated additions to yard piping. Page 2 of 9 As of V26t2005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Project' - . - Pro y Contract Completion Name ,# d"M1.F '� : ` DescnphI on -' `Arno NYrV lr J. t>i YS I - rec Da Morris Sheppard Dam The contract calls for the removal and replacement of nine (9) existing sluice gates. The new sluice $393,600 Jul -31.2005 Sluice Gate gates are 24 x 24' cast iron. Work also includes additional access opening to the sluice gate wet Replacement wells with access ladders and four grating. Graford, Texas H-35 McLennan County This project involves four bridges, 3000,000 CY dirt, and 100,000 CY of concrete paving. $40,574,513 Jan -1.2007 Robinson, Texas JG Beadram WTP This contract calls for the expansion existing Water Treatment Plant for the Athens County and Clarke $40,629,426 Oct -1-2007 Expansion County govemments. Athens, Georgia Duval 1-95/1-10 17 Bridges and 600,000 CY embankment to rebuild a major interchange between two interstates in $148,003,197 Aug -15-2010 Interchange Jacksonville. Jacksonville, Florida TRA West Fork Construction and installation of approximately 5,910 lineal feet of 108' pipe ranging from 15 to 40 feet $11,385,561 Nov -15-2005 Interceptor WE -1 Phase in depth. Additional work includes the construction and installation of four junction boxes and crossing 1 beneath IH-30. Some wetland mitigation and irrigation work also included. Dallas, Texas Central W WTP White Work includes replacement of two existing bar screens with new reciprocating cogwheel type screens, $1,396,000 Oct -1-2005 Rock Rough Screens & installation of shafless conveyor system, rehabilitation of the Bar Screen Building (including reuse of Pump Header existing structural members with replacement of building skin along with the ekeAo-medwni l Dallas, Texas ventilation and heating equipment), replacement of existing pump header, and replacement of Venturi tubes with common sae spool pieces. Santee Lakes Development of 101 full utility campsites designed for large re reational vehicles. Associated $5,904,000 Jun -15-2005 Campground Expansion improvements including earthwork, hiking traits, restroom/shower facility remodel, parking Iola, San Diego, California walkways, utilities (sewer, water, electic, communications), landscaping and picnic areas. 1&1/CSX RR Bridge, Construction of two 515 -fool mainline bridges on 1-64 over the CSX Railroad yard. Project involves $23,095,001 Feb -15-2007 Henrico County demolition of two existing structures, maintaining traffic on mainline 1-64, and maintaining active Richmond, Virginia railroad operations in CSX yard. New structures are founded on drilled shafts, with 100 steel piles at the abutments. Substructure is concrete and the superstructure is steel. Also included is associated drainage work, electrical, signage, roadway work, retaining structures, and sound barrier walls. Page 3 of 9 As of 1/26/2005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Protect ,' ,- Projecta' : Contrail, Completion : Descriptionxr'•i Amount. Date, South River Pump & Emergency contract to replace Effluent Pump #1 and associated valves at the South River WRC plant $1,307,200 Mar -30-2005 Valve Replacement Atlanta, Georgia Hartsfleld Baggage This project involves the construction of two structures to house the automated baggage screening $54,626,000 Dec -31-2005 Screening system. The concrete superstructure and new road way is constructed in three phases to allow Union City, Georgia continuous vehicular and pedestrian access to the terminals and parking garages. The construction includes interior fit out of structures, including interior demolition and renovation of the existing baggage area. Hartsfeld Baggage This project involves the construction of two structures to house the automated baggage screening $54,626,000 Dec -31-2005 Screening system. The concrete superstructure and new road way is constructed in three phases to allow Atlanta, Georgia continuous vehicular and pedestrian access to the terminals and parking garages. The construction includes interior fit out of structures, including interior demolition and renovation of the existing baggage area. Southside W WTP Project consists of constructing a new bower building, transformer area and installation of four (4) $23,787,803 Oct -1-2006 Diffused owner furnished single stage centrifugal air bowers and appurtenances. This project also includes AeraUo&Proce s furnishing and installing air conveyance piping and a coarse and fine bubble diffused aeration system, Improvements construction of concrete baffle walls in the existing aeration basins, equipment demolition and Dallas, Texas miscellaneous improvements. Azapaho Road Phase III This project involves the construction of paving, storm serer, water, sanitary sewer, signalization and $16,702,578 Oct -1-2005 Addison, Texas streetscape improvements for Arapaho Road Phase III from Surveyor Boulevard to Addison Road for the Town of Addison, Texas. Rancho Penasquitos Construction of a hydroelectric facility. Construction includes approximately 2900 8 of 96 -inch CML&D $20,948,592 Feb -28-2006 Hydroelectric Facility . pipe; connections to existing WSP; cathodic protection; a reinforced concrete and masonry building San Diego, California housing three 42 -inch diameter control valves, a 4.5 MW hydroelectric generating system, medium voltage power system, facility control and communication system, HVAC system; buried reinforced concrete vaults housing three 84 -Inch diameter butterfly valves and an ultrasonic flow meter, streelpaving, drainage and utility improvements; revegetation and landscaping; fencing and traffic control. R-403 (1-85) Pavement This project consists of 6.9 miles (in each direction) of concrete pavement replacement on SR -403 $39,752,676 Nov -30-2005 Replacement 1-285 to (1-85). It includes 2 lanes northbound and 2 lanes southbound, on 1-85 south of the Atlanta Airport SR -74 Union City, Georgia Page 4 of 9 As of 1/26/2005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Prol?ct, - ';r �.. ed - _ , : Contract Completion ♦. rTEft.`..(% f.H { tt wi b ti MlIM1'�td "-' �ly}N} 'L f { n F�a{ al, 1 t { v{4�itf "C 3 Dagfrn�bnh�Nj 1 k -q �ia'e 74 !`ie `M1 P„. Anb M1 v. +:"r' °^ unit P DeteM1I- SR -403 Pavement This project consists of 6.9 miles (in each direction) of concrete pavement replacement on SR -403 $39,752,676 NOV-30-2005 Replacement (1-85). 2 lanes northbound and 2 lanes southbound, on I-85 south of the Atlanta Airport College Park, Georgia Gold Canyon W WTP This project at Gold Canyon involves a new headworks facility, new influent pump station, modification $8,716,932 Nov -1.2005 Expansion Phase 3 of the existing DAVCO unit converting the Aero Mod unit to full aeration basin, two new secondary Gold Canyon, Arizona clarifies, a new blower facility, new chlorine contact tank, new sludge thickening system, new sludge dewatering system and new administration building. North Gateway Pump This project is the construction phase for the North Gateway Pump Sta6on/Force Main. $33,000,000 Aug -31-2005 StadoruForce Main Phoenbr, Arizona Palm Beach 1 -9545th to This project involves grading, paving, reinforced earth walls, and bridge structures of 1-94 to Blue $74,076,955 Dee -31-2007 Blue Heron Heron. West Palm Beach, Florida Bartlesville Water This project involves the construction of a 26 MG Water Treatment Plant The plant consists of an $37,539,000 JunJ0-2006 System Improvements operations building housing the chemical feed and storage fadlities, offices, pilot plant and Baresvi lle. Oklahoma maintenance area. Process components include basins, filters, transfer and service pumps. Norfolk Sound Walls Work includes the furnishing and installation of one absorptive precast concrete sound wall, founded $5,287,915 May -1-2005 Norfolk Virginia on drilled shafts, totaling 8600 LE 1190,000 SF of wall. Installation of four bridge mounted metal absorptive sound walls that total 800 LF/ 12,000 SF of walls. The project is located acing 1-64 Willoughby Spit, just south of the Hampton Roads sunken tube tunnel. Rolling Hills WI? - This contract's Phase IV of the Rolling Hills WI?. It involves the construction of a below grade $5,391,000 Sep -30-2005 Phase IV wetwel, a new High Service Pump Station consisting of 4 pumps. Installation of new instrumentation, Fort Worth, Texas controls, and electrical equipment is also included. Sitewak consists of preparing the site, temp erosion control, grading, and seeding. Switchgear Building includes precast wall panels, FRP doors, drilled piers, void forms, painting, and miscellaneous metals. Alvarado WTP This water treatment plant expansion project involves the construction of a primary sedimentation $29,105,560 Nov -30-2007 Expansion - Phase II structure complete with earthwork and tanks. LaMesa, California Page 5 of 9 As of 1 12 612 0 0 5 Archer Western Contractors, Ltd. Bonded Projects Under Contract sect€, i Pro eel " 1 Contrail Co mpletlbn �tfi2RlB.a.. DESthpf{OnJr; , i ' /iI110U1it:^i..� ,�n".Date' RSA Battle House This contract invokes the construction of a 35 -story office tower. Work includes the core and shell $73,000,000 Jan -1-2006 Tower package, a reinforced concrete structure, curtainwaq stone and architectural precast skin, and a Mobile, Alabama structural steel roof with fiberglass spire. Escambia I-110, This project consists of the reconstruction and widening of I-110 for 3.7 mkes. Work also includes $53,910,046 Feb -1-2008 Maxwell to Airport grading, asphalt paving, and bridges. Pe teaco4k Florida Blue Plains W W1P This project consists of the installation of a new underdrain filter system in 40 dual filter tanks. It $7,851,684 Dec -20.2006 Filter Upgrades bdudes necessary removal of existing fitters, rehabilitation of tanks, and the installation of a temporary Washington, District of air backwash system. Columbia Greensboro NCDOT The project is designed to as eight interior roadways, Interstate 85 and a Norfolk Southern Railway $116,470,217 Jul -1.2007 Western Loop by way d19 bridges, consisting of 33,519 square meters of reinforced deck slab, 767,000 Kg of rebar Greensboro, North and 6,000 cubic meters of concrete. The project also includes the fabrication of 6 box aNerts. The Carolina roadway on the project will consist of 254,000 square meters of lime treated sub base. 394,200 square meters of onaete and 280.000 metric tons of asphatl. Bachman WI? Ozone The mnstrudon of an ozone facility includes ammonia system, lime system, carbon dioxide system, $22,755,000 Aug -31.2005 Facility & Chemical rapid mIx basins, renovations to chlorine system, fluoride system, primary ferric sulfate system, Feed secondary ferric sulfate system, carbon system and polymer feed. Dallas, Texas Chaparral Water Project includes construction of a 30-MGD Water Treatment Plant that entat over 130,000 CY of $57,153,000 Feb -1-2006 Treatroent Plant Scottsdale, Anzom excavation and over 22,000 CY of concrete. Duval SR -115 MILK Project encompasses bridges, ramps, grading, and paving. $6,355,545 Jun -30-2005 Parkway Jacksonville, Florida Endna Water Construction of effluent flow equalization including two forty two inch diameter hot tap atnnectons, a $12,700,000 Mar -20-2005 Reclamation Facility comdned pump station which includes three sets of pumps a concrete block budding for electrical and Carlsbad, California control equipment, a diesel engine standby electric generator system, a below grade rectangular cockade equalization basin (9000 cy) with ghee recycled water pumps and all related elegy control, yard piping (5500 fl, grading, paving, and drainage. Page 6 of 9 As of 12612005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Project , . Project. Contrail Completion: Name .; si Des crlption: aK AhrountF i:-'�Datel:.ry Ocroquan River Bridge Replace an existing structure with a 11001.5 concrete bridge over the Occoquan River. The $24,606,406 May -1-2006 Woodbridge, Virginia superstructure is Precast Bulb Tee Girders, postensioned in place. The foundations are large spread footings on rodwith the channel span on drilled shafts. The project also includes associated roadwork drainage, utilities, sgnage, electrical, and bridge demolition. Springfield Interchange This project calls for the final phase of the t -95/K95/-395 Interchange completion. The project $99,829,025 Apr -15-2007 Springfield, Virginia includes 14 bridges, associated ramp work and mainline interstate construction. The majority of bridges are steel (29,000,000 Ibs) and the others are precast bulb toes. Work also includes associated earthwork, drainage, utilities, landscaping, electrical and demolition. Pt. Loma S1/52 This project calls for the replacement of an existing structure with a 1,1006 concrete bridge. The $11,488,000 Aug -1.2005 Digester Upgrades superstructure will be precast with rock foundations. Project also includes associated roadwork San Diego, California drainage and electrical work. Albert H. Ullrich WiP - Project included raw water pipeline boring and jacking casings, sedimentation basins, settled water $60,852,710 Jun -30-2006 ConUact 3 improvements, filter dearwell modifications, potable water piping, lime and chlorine handling, chemical Austin, Texas feed system, recycle basins and pump station, sludge handling and holding tank centrifuge dewatering system, sludge thickener and pump station, electrical, instrumentation and controls, HVAC & plumbing, onsite and ofisite wastewater, civil site and drainage work, landscaping and related work. Village Creek W WTP Rehabilitation of primary clarifiers and the replacement of the clarifier launder cover and primary $5,344,000 Mar -1-2005 Up -Rating Modifications clarifier scrubber air system optimization. Renovation to the automatic badmash fitters and Arlington, Texas modifications to the Chlorine Building. Albert H. Utriclh Water This project involves the expansion of a raw water pump and improvements to the discharge header $2,226,815 Jun -30-2005 Treatment Plant and new raw water meter vault annex. Also included are improvements to 54and 60' raw water Austin, Texas piping, HVAC, electrical, instrumentation and miscellaneous civil site and drainage work Richland Chambers The contract includes work at two sites - Ennis & Waxahachie Pump Station. The proposed work $17,647,717 Mar -31-2005 Pump Stations represents an overall high capacity expansion of the Richland Chambers Pipeline System for 2005. Waxahachie, Texas The two inline booster pump stations will provide for the conveyance of 244 mgd in high capacity mode which will meet year 2020 pumpage requirements. Work to include: sitework, yard piping, septic system, drilled pier foundations, excavation and backfill for structures and piping, grading, seeding, painting and coatings, plumbing systems, concrete substructure and steel framelprecast concrete pump station superstructure, pump room, traveling bridge sane, interior piping, HVAC, electrical & instrumentation. Page 7 of 9 As of 1/262005 Archer Western Contractors, Ltd. Bonded Projects Under Contract Proj Contract Completion _ r Description '' , -, Amount ` Data North Gateway Pump This proect calls for design services fora pump station and 98,400 LF of 24' tome main pipe. $497,000 Sep -1-2005 StatiordForce Main CM@Risk Phoenix, Araona Central WWTP Project involves mechanical improvements at Activated Sludge Complex A. Work includes removal $10,858,285 Apr -30-2005 Mechanical and installation of 12 clarifier units. Installation improvements for the Dallas Plant and Central Plant Improvements Administration Building renovations include new roofing, flooring, ceilings, wag treatments, HVAC and Dallas, Tetras conference room. Rolling Hills Water Modifications to 20 existing fitters and four sedimentation basins. Work pedormed includes the $15,204,188 Nov -1-2005 Treatment Plant Phase construction of a pipeline interconnecting the south and north plant, new blower building, and a new 3 Filter recovery system pump station. Fort Worth, Texas 51 -145 -Williamson This project calls for the construction of a new freeway facility consisting of direct connectors, frontage $103,017,730 Sep -30-2006 County roads, ramps, and tol plaza facilities. The project also includes earthwork, structures, concrete and Austin, Texas asphalt paving, skim sewers, electrical work, retaining wags, surveillance communication and control systems. IH 820 @ Rule Snow This project calls for the widening of a bridge and frontage roads at the intersection of IH 820 and Rule $6,290,574 Jan -31-2005 North Richland Hills, Snow. Texas Palm Beach SR 80 at This project involves the reconstruction and widening of Southern Boulevard, SR 80, from West of $46,967,992 Jul -31-2007 Military Trail Congress Avenue to West of Waverhill Road. The work also includes two mainline steel plate girder West Palm Beach, bridges and two bridges over the COE canal #51. Florida Palm Beach SR 8011-95 This project involves the widening and reconstruction of Southern Boulevard over 1-95. The work also $34,362,395 Jul -15-2006 Interdrange includes grading, paving, and three bridges. West Palm Beach, Florida Imperial Valley The project includes four design -build biowaste facilities that convert dairy waste into electricity. $50,000,000 Jul -1-2005 Biowaste Facility San Diego, California Page 8 of 9 As of 112612005 Archer Western Contractors, Ltd. Bonded Projects Under Contract ; v , � Protect .. Project; ContractCompletion, Name �'"'} v"_<<Y.�Y.. z.,� CI Description.' a Amount _jm, Diva:; US Highway 183- This project calls for bridges, dirt and paving on US Highway 183 in Austin, Texas for the Texas $54,531,107 Apr -1-2006 Travis County Department of Transportation. Austin, Texas 1-285 Bridge Structures, The design -build contract for Atlanta's Hartsfield Airport involves two new bridge structures that will $159,500,000 Mar -24-2006 Design Build allow the fifth runway and parallel taxiway to span a 10 -lane, major metropolitan highway. The Mo College Park Georgia bridge structures span nearly 400 feet of interstate, and represent the longest highway crossing by a runway in the United States. The first structure is approximately 1,200 feet in length and 500 feet wide. The second bridge is over 500 feet long and 220 feet wide. George Bush Turnpike This project includes 400,000 square feet of bridge and 400,000 cubic yards of dirt work for the $17.411,580 Jan -1-2006 Carrollton, Texas President George Bush TumpikeAH 35 East Interchange Phase 2. Roxboro Road This project calls for the construction of a temporary replacement railroad bridge, the removal of the $11,497,105 Jun -30-2005 Atlanta, Georgia existing bridge, and finally the constuction of a new bridge. Work also includes associated grading, paving, utilities, road widening, curb gutter, sidewalk and related work I-t0A-110/Davis Hwy This project calls for the new construction of an interchange between the 1-10 and 1-110 Highways $71,258,000 Aug -26-2006 Interchange north of downtown Pensacola. The project involves the reconstruction of over 5 miles of highway, Pensacola, Florida mass excavation, grading, storm sewer, asphalt paving, structures, sound walls, utility relocations, signing and pavements maddngs. Also included are the demolition of 5 existing bridge structures and the new construction of 9 replacement structures. Scott Candler Water The new construction of a 150-MGD water treatment plant which includes water treatment process $152,532,150 Jul -15-2005 Treatment Plant facilities for pm -ozone, rapid mix, flocculation, sedimentation, intermediate ozonation, filtration, Doraville, Georgia chemical feed, and solids handling facilities utilizing centrifuges. Work performed includes a SCADA system (Superv'sory Control and Data Acquisition), an administration building Including a full laboratory, plant operation control center, and other support and administrative facilities. International Boulevard, This contract calls for the demolition and reconstruction of an existing bridge viaduct over railroad $13,574,272 Mar 31-2005 Upper & Lower Levels bads adjacent to the Word Congress Center and Phillips Arena in Atlanta. The scope of work Atlanta, Georgia includes concrete, precast AASHTO beams, structural steel, deep shaft foundations, modifications to existing World Congress Center entry areas. Page 9 of 9 As of 1/26/2005 Wolf&Company LSP Cerrif is Pu6G'c Accnuntan & I u1 N/✓ A Wolf Financial Group Member 11 1 1 1 :I .: - n- 1 A r n 1 n- 1. a :1 .1 1 n• r 1 1 i•• 1 1- L:I n: r M .:1 r- .1.1 Y. -.1-Ir. I- :.111 . . 1- .lpa 11.1.•-lual • 19 1 0q 1 1 r 1 n • 1 1 1 1- In : l .: 1 :11 6 .. :1 nl 1 1 : 1 1 1 1• • 1 1 I• I. . 1 1 1 I• 11 .1 1 •- 1- 1 1 1 11 : 1 • *1y1,h'v, 1 : u I1 I 1 • Y. 11 Y: 1 1 : '1-1: 1-11-uM11 n.n LI'i 1 1 1 I uIniIl u.1 111_ 1 •II_ 1 1111• II 1 1 b11 .1 •1:, 11.1- 1 I. _'1wI '' 11 1 - • 11.1 11-1 .�� 11I I- 1 I 1 I I 1.�. �: 1 1l It'll 1. 1 our11 1 .1 In our opinion, the financial statements referred to above present fairly, in all material. respects, the financial position of Archer Western Contractors, Ltd. as of December 31, 2003, and the results of their operations and their cash flows for the year then ended, in conformity with accounting principles generally accepted in the United States of America. Oak Brook, IDinois March 12, 2004 LAJ/4 &- fl- `LP 2100 Gearwater Drive A Oak Brook, Illinois 60523-1927 630.545.4500 main A 630.574.78 18jax • www.wolfcpa.com ARCHER WESTERN CONTRACTORS, LTD. BALANCE SHEET December 31, 2063 ASSETS C. Current assets: Cash and cash equivalents Accounts receivable: Contracts (including retainage of $50,750,740) Unbilled amounts on completed contacts Other Costs and estimated earnings in excess of billings on uncompleted contracts Due from affiliate —_i ;.at Less accumulated depreciation Other assets: Deferred compensation investments he accompanying notes are an integral part of these financial statements. $ 90,102,111 121,313,728 8,217,570 • 1,777,573 7,414,563 2,712,631 231,538,176 2,559,918 12,068,821 21,542 120,820 14,771,101 . 6.743.773 • 8,027,328 1,021,958 $ 240,587,462 2 /ze/zvva ir: rhA 0 • IQf VVL/VVJ WTII UM t M ... •i x.,.1..1, S 628,830,787 578,045,683 50,785,104 17,237,181 _ 33,547,923 974,505 (6,0. . / (1,500,000) (252,331) (783,903) 32,764,020 55,976,898 _ (30,484,548) S 58,256.370 /2a/4VV4 10:ta I'?A I I®VVJ/VVa y :. r�„eau. � .: ys..a. • l 11 1 J. 1 • YI I- -ii. . , r . .l l •P, t:1. ... I w Y .Y 1 1..1 11 L .. • na - . 1 1 Ir' w 11 . 1 . • 1 In q 11 .1 p .r - . II .. �. JII . 1 .. UI .. 11,. i•. .� . 'jt V 1 11 F :i't 1 1 .' .' . _•11p1"; 1_. _p .111 • 11 N ..w . 1 11 'J. 1 ,• • 11 . 'I.• .11 . ii II . j:: ., _Y �I .'. 1- . .: .'. FtL 1 , 11 .. investing • . 'I'- i w .: . 11 . .. :,. 1 .. '.: I.11 11'11 . . ..., :n.. _. ..... II Net cash used in investing activities _. 11 • .:,I i. . . _ . . • •i,.4. . .. :n. .• . c • ic,){IIti 11 �np .n �l1r: • r: � 1 .:: •.� in u:. 1:1 Y. • 1111:.1 / I' . I an 1.'_V• .•:q . I . M:u.l: 'ILUPn._Ilr: S 32,764,020 1,866,796 252,215 (2,675,827) 2,376,338 (1,073,755) (4,693,458) (82,788) (11,680,561) 10,401,4% 18,506,806 • 1,579,500 47,540,782 (4,426,361) 159,297 • (5764725) (4,843,789) • (30,484,548) 12,212,445 77,889,666 S 90,102,111 ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STATEMENTS. 1. Nature of Operations Nature of Operations — Archer Western Contractors, Ltd. (Company) is a national general contractor which operates essentially in the public works sector. The Company is a wholly -owned subsidiary of The Walsh Group. Ltd. 2. Summary o€ Significant Accounting Policies Contract Receivables — Contract receivables are recorded when invoices are issued and are presented H on the balance sheet net of the allowance for doubtful accounts. Contract receivables are written off when they are determined to be uncollectible. The allowance for doubtful accounts is estimated based on the Company's historical losses, the existing economic conditions in the construction industry and the financial stability of its customers. At December. 31, 2003, management has determined that no allowance for doubtful accounts is necessary. . Estimates — The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Depreciation of Property and Equipment — For financial reporting purposes, depreciation of property and equipment is provided over the estimated useful lives of the respective assets, using the straight - lime methods, as follows: • Automobiles and trucks 3 years Furniture and fixtures 3-7 years • Machineryand equipment 3-5.years Long-term Contracts — For financial statement and income tax reporting purposes, the Company follows the percentage of completion method of accounting, which recognizes as revenue that portion of total estimated revenue that incurred costs to date bear to total estimated costs. Contract costs are recognized as inc rued.. Provision for losses anticipated on contracts is made when such losses become apparent. Statement of Cash Flows — For purposes of the statement of cash flows, the Company considers all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. Operating Cycle —In accordance with industry practice, contract related assets and liabilities that are realizable or payable over periods in excess of one year in the course of the normal operating cycle are classified as current assets and liabilities. Income Taxes — The Company has elected to be taxed as an S corporation for federal income tax purposes. Federal income tax is paid at the shareholder level. 5 ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STATEMENTS 3. Costs and Estimated Earnings on Uncompleted Contracts • 1. - I I I I 1 11 • I I • 1. I pill'J. Less: billings to date $ 830,206,125 33,921,648 864,127,773 937,727,234 $ (73,599,461) . $ 7,414,563 (81,014,024) $ (73,599,461) 1 6 1 1 • I i+. 1 11 •J. 11 I I 11 J. 1 1 11 . I. - 1 I a. • - ,tit A • 11 : :1 I, 11 'J. I 1 •n • ..I. a. •• 1 , a - . w I s . IIlfd. 11 - w 114 w 1 4I •: I L S• ' WO t 11 .: N• UI : I 1 : •� yl 1- •IIU .II 1. _-1 1 1 IIIU.1 1 •: 1 II I:11 - 11 -1 111+11 1: All .II :: 1- IY. 1: !' 1 1•" rf 11-I /: - Ir I! nl n -1 1 '�: ' : 1: -nIM 1 1• n i -• s 1 a :. 11 I 11 1 •• 1 I m u• • 1 u• • • 1 1 1 I :1 • .- I I,, pr Contributions represent $1,500000 of donations to a foundation established by the parent company's shareholders. • A •' - 1 - • • r " m • - . w. • v - r :I '. I : 1 • I - ::I - I :1 / : 1 1 - 1' 1 5. Concentrations The Company routinely maintains balances in financial institutions in excess of federally insured amounts. n ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STATEMENTS 6; Notes Payable - Bank The Walsh Group, Ltd. and Subsidiaries has a loan agreement with a bank dated September 1, 2003 which provides for an unsecured line of credit of $35,000,000. Interest is payable monthly on the utilized portion of this line of credit at the prime rate of interest as established by the bank Principal is due on demand. The line of credit was not utilized at December 31, 2003. The agreement is subject to certain covenants and expires on September 1, 2004. 7. Contineencies The Company is a defendant in certain litigation which arose in the normal course of operations. Management intends to vigorously defend its position and expects the litigation to be resolved with no material adverse effect on the Company's financial position. I . 11 �. .11 • 131 1 I 1 1 , w. :II . :. .:.. :1 . 1 :i . 11 :II 1 11 -1-11 1 :1 11 1 11 1. 1 1 • 1 1 1 .: 11 1: I I .. 1 1 :1 :1 1 . 31 1, 11 1 - 1 IUr 1 1 11 w , 11 - • _J •J: 1 1 111 �. `• 1 1 :1 '4 I, 11 - 111 .11 . 8. Employee Benefit Plans •. 1 1 3 1 1- I l u. n . 1 1 1 1' - 1 1 1 . 1 1 31 1• . .: 1 1 1 i w 1 1 !).1J , 1 1 1. _ 1 1: J. a :11 : 1- 1 :1 g1. 1 The following table sets forth the plan's funded status as of December 31, 2003, as determined under the provisions of FAS No. 87, Employer's Accounting for Pensions: Benefit obligations $ 16,000,300 Fair value of plan assets 8,448,700 Funded status $ (7,551,600) Accrued benefit cost recognized in the financial statements $ 402,400 Weighted average assumptions: Discount rates 6.4% Increase in future compensation 4.0% Expected return on plan assets 8.0% Benefit cost $ 3,381,500 Employer contribution $ 2,861,390 • ARCHER WESTERN CONTRACTORS, LTD. NOTES TO FINANCIAL STATEMENTS 8. Employee Benefit Plans (Cont.) ' I 1 .I 1 ' :n 1- • m• .I I I I 1 • 1 1 1 1 .1 u• 1 :n 1 I :1 n•- 1 1 1 1 1 1' ,: ' IF 11' ' , , 1 :1 1 Y.11: IU 1 :- • 11 Ui. ••- :11 :I r' i1I-•1 1311A ':I1 1:1Avestedin • II1: 111. 111 I •.11:11 1 11•J. III- :11 1111 1 •11 1 111 discret•ionary.1:! - • 31 - •11 111 1 1.1' 11:1 I b- Ilu: 1 1' -.1 - 1.1 1> -11:1 11 :1 1 • : • Ii1 • :1 111• .11 1 . w Y. • 1 i1 • 1 • 1 i• I - :1 i1 1 111•:11 : I • 1 • 1 .11 • 131 1 Y. 11 1111 • :r. 1 I :1 I Ilf I A :1 - J • . • 1 : I 1 I 1 1 : 111 Y:1 1 11 J] • 1 1 11 :I I 1 111 I I :1 M I 1 1 • : 1:1 : 111 • 11 • I I 1 1 I 4compensation.fl U. 1 11 11 11 ' 11 I 11 A • 1 1 I • - if 31 • 1 U e:1 : I • 1 I •• • •. I II : 111 1 1:116 1. V: 1 y. I • 1 I :. - :I itl l 3f I A ' :11 M • 1311 .j!4., 1' .1 SIII:• 1: .._ k1!1JLvt2ih$Is1 :nl 11 •:• U 1 • n1.1 u• 11:11 y}: X,:11., Wolf & Company IP Certified Public Accountant, A Wolf Finanaal Group Member INDEPENDENT AUDITOR'S REPORT ON ADDITIONAL INFORMATION •: - I 1 • 1 •: I • 1- I: :n Y. 1 G11 K 11 1j(hufu'! I•- 11 1 1: • 1 :1 11$I;''ttf,hi� !�I71:ljj 1 • • • 1 I , . • - 1 11 iiotI•1 • 1 . • 1 31 • : • 1 - • 1 1 .1 F I A1 • I 1 1'..11 I 14 1 • 1 I - •L. : I I • II1- • 1I I 1• - • s : n • n • . I . • 1 r:• M .A A I • • I • : • .1iL. Y. 1 :11 1 1 oak Broo$ Illinois March 12, 2004 2100 Clearwater Drive I Oak Brook, Illinois 60523.1927 630.545.4500 main 1630.574.7818 fax A www.wolfcpa.com LIABILITIES AND STOCKHOLDER'S EOUTTY Current liabilities: Accounts payable Accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts Total current liabilities Total liabilities Stockholder's equity: - Common stock, $10 par value, authorized 10,000 shares; 200 shares issued and outstanding Additional paid -in capital Retained earnings Total stockholder's equity $ 79,163,963 17,249;647 81,014,024 177,427,634 2,601,458 180,029,092 2,000 2,300,000 58,256,370 60,558,370 $ 240,587,462 ,c( David Jurgens Submitted By • City of Fayetteville Staff Review Form City Council Agenda Items Contracts 15 -Mar -05 City Council Meeting Date Wastewater Treatment Division Action Required: • Water and Wastewater Department Resolution approving the Noland Wastewater Treatment Plant Improvements, Project EP -2, construction contract with Archer Western Construction, Ltd. In the amount of $14,644,000 for improvements to the headworks, solids handling, and related facilities at the plant site; and approving a project contingency of $292,880 (2% of bid amount). $14,936,880.00 $ 121,534,980.00 WW System Improvements Project Cost of this request Category/Project Budget Program Category / Project Name 4480-9480 Account Number 02133 Project Number Budgeted Item $ 8,525,476.00 Funds Used to Date $ 113,009,504.00 Remaining Balance Budget Adjustment Attached EJ Use of Fund Reserves Program / Project Category Name Water and Sewer Fund Name Previous Ordinance or Resolution # 2.3 Fep. tnS Date Original Contract Date: cci:II2:l/ Original Contract Number: Z -z1'- dS City Attorney Date Received in Mayors Office Financ and Internal Services Director Det Mayor Received in City Clerk's Office Date SCANNED 0 RESOLUTION NO. 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 151 day of March, 2005. a ONx."1$ By: SONDRA SMITH, City Clerk By: APPROVED: O DAN COODY, Mayor From: Clarice Pearman To: Jurgens, David Date: 3/17/05 9:49AM Subject: Archer Western Construction David there is no original signed agreement for the mayor's signature for this item passed by Council March 15th. Please let me know when I might expected an agreement for continuing the resolution processing. Thanks. Clarice P.S. Be aware that the mayor will be gone for two weeks after Friday. From: Bob Davis To: Smith, Sondra Date: 3/18/05 7:46AM Subject: Fwd: Noland Construction Contract Please find attached an email I sent to Black & Veatch this a.m. which explains the procedure outlined in the Noland Plant Specification. All we need to worry about today is sending Notice of Award to Archer Western. They have 15 days after receiving the Agreements to sign and return the Agreements with bonds, power of attorney, etc.. I received an email back from Black & Veatch saying they would be sending the Agreement Package out to Archer Western today. Even if the Mayor is gone 2 weeks, he just needs to sign the Agreements the day he gets back. Again, thanks for the heads up last evening. Bob Davis, P.E., CHMM Water & Wastewater Director City of Fayetteville, AR 113 West Mountain Street Fayetteville, AR 72701 Off.: 479-575-8318 Cell: 479-601-3507 Faye evi le ARKANSAS THE CITY OF FAYIrrvEVII.L1i, ARKANSAS March 18, 2005 Mr. Jeff Polack Archer Western Construction, Ltd. 2121 Avenue 'J', Suite 103 Arlington, TX 76006 RE: Notice of Award Noland Wastewater Treatment Plant Improvements Headworks and Solids Handling Improvements Contract EP -2 B&V Project 135045 Dear Mr. Polack: Please consider this formal Notice of Award for the above -referenced project. The City of Fayetteville, Arkansas City Council resolution to award a construction contract to Archer Western Construction, LTD in the amount of $14,644,000.00 was approved in regular session on March 15, 2005. Please don't hesitate to call if questions arise. My office number is 479-575-8318. Sincerely, City of Fayetteville, AR Bob Davis, P.E. Water & Wastewater Director cc: Katie M. Funderburk, Black & Veatch Jerry Sonderegger, Bums & McDonnell 113 WEST MOUNTAIN 72701 479-575-8330 FAX 479-575-8257 �v o Archer Western Contractors March 31, 2005 City of Fayetteville West Mountain Street Fayetteville, AR 72701 Attn: Bob Davis Ref: Noland Wastewater Treatment Plant Improvements Subj: Contract Documents Dear Mr. Davis, Enclosed are four (4) copies of the contract documents for the above referenced project which have been executed according to the Engineer's instructions. Also included are the insurance certificates issued per the contract specifications. If you have any questions or need additional information, please feel free to contact our office at any time. We look forward to working with you on this project. Sincerely, ARCHER WESTERN CONTRACTORS, LTD. Terri Keckler Office Manager Encl: 4 Contract Documents 2121 Avenue J, Suite 103 Arlington, Texas 76006 Phone: 817.640.3898 Fax: 817.640.8734 www.walshgroup.com A Member of The Walsh Group An Equal Opportunity Employer 04/05/05 09:38 FAX 312 492 O8b WALSH INSURANCE DEPT I 11003 omvmr Archer Western Contractors. Ltd. 2121 Avenue I suite 103 Arlington 7X'76006 USA Attachment 1. City of Fayetteville, Arkansas (Owner) West Mountain Street Fayetteville, AR 72701 2. Black & veatch (Engineer) 8400 ward parkway Kansas City, Mo 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named insured's operations on the referenced project. Professionalservices for Architects, Engineers, consultants, etc. are excluded. This insurance will be Primary and Non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the Insured on the referenced project. A Waiver of subrogation In favor of city of Fayetteville, Arkansas and Black & veatch is included on the General Liability policy. Contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. The General Liability policy includes the perils of (xcu) Explosion, collapse and Underground. Certificate No: 570013055038 04/05/05 09:38 FAX 312 492 0621 WALSH INSURANCE DEPT ®005 rnbu�^,• Archer Western contractors. Ltd. 2121 Avenue I suite 103 Arlington 7%'76006 USA Attachment 1. City of Fayetteville, Arkansas (Owner) West Mountain Street Fayetteville. AR 72701 2. slack & veatch (Engineer) 8400 ward parkway Kansas city, MO 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out ofctheeNamed Engineers, operations ,nethe referenced project. professional services for This insurance will be Primary and non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. A Waiver of Subrogation in favor of city of Fayetteville, Arkansas and Black & Veatch is included on the Gentteyyral Liability policy. contractual General Liabilityiis included, subject to the terms, conditions, limitations and exclusions ry polity. The General Liability policy includes the perils of (XCu) Explosion, collapse and Underground. Certificate No : 570013055038 04/05/05 09:38 FAX 312 492 0840 WALSH INSURANCE DEPT u4svw.r Archer Western Contractors, Ltd. 2121 Avenue I suite 103 Arlington 1X'76006 USA 1. Cityt of Mountain Scree. Arkansas (Owner) Fayetteville. AR 72701 2. Black & Veatch (Engineer) $400 Ward parkway Kansas City, No 64]14 are Additional Insureds pertaining to General Liability with respects to liability arising out of ofctheeNamedEInsurerss operationss,nethe referencedeproject, professional services for This insurance will be Primary and Won -contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured an the referenced project. An waiverd of on Subrogattion in afavory f city Fayetteville, Arkansas and Black & Veatch is Contractual General is included, subject to the terms, conditions, limitations and exclusions oThe General Liability policy includes the perils of (CU) Explosion, collapse and Underground. Attachment Cerpgoto No: 570013055036 04/05/05 09:38 FAX 312 492 0621 WALSH INSURANCE DEPT J003 • • Archer Western contractors, Ltd. 2121 Avenue 7 suite 103 Arlington 7X'76006 USA Attachment 1. city of Fayetteville, Arkansas (Owner) west Mountain Street Fayetteville, AR 72701 2. Black & veatch (Engineer) 8400 ward parkway Kansas City, 1O 64 l4 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named Insureds operations on the referenced project. Professional services for Architects, Engineers, consultants, etc. are excluded. This insurance will be primary and Non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the Insured on the referenced project. A waiver of subrogation In favor of city of Fayetteville, Arkansas and Black & Veatch is included on the Genteyral Liability policy. Contractual Liai)ltyis included, subject to the terms, conditions, limitations and exclusions Liability policy. The General Liability policy includes the perils of (XCU) Explosion, collapse and Underground. Certificate No : 570013055038 ACORD,. CERTIFICATE. OF LIABILITYINSURANCE I DATECMM/DD/W) 03/24/05 i PRODUCE. Aon Risk Services, Inc. of Illinois 200 East Randolph Chicago IL 60601 USA PHONE. 312 381-1000 FAX- 847 953-5390 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Archer Western Contractors, Ltd. 2121 Avenue I suite 103 Arlington TX 76006 USA INSUREAA: ACE American Insurance Company INSURERB: Westchester Fire Insurance Co INSURFRC INSURER D. INSURER COVERAGES This Certif ease is not intended to specify BE endorscnen cov es; tams conditions and..exclusions ofthe policics.sbown. 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. INSR LTR ME OF INSURANCE POLICY NUMBER PUUCY tpvgcnvi DATE MM1DD\YY) POLICY EXPIIATION DATF{MMIDV,YY1 UHrIS A GENERAL LIABiliTY X COMMERCIAL GENERAL LIABILITY CLAWS MADE X❑OCCUR GENT AWREGATE CHAT APPLIES PER: PRO- POLICY JECT ❑ LOC HDOG18401927 04/01/04 04/01/05 EACH OCCURRENCE $1,000,000 FIRE DAMAGEIABy me Bt 1100,000 MED EXP(Auy weoo.w) $10,000 PERSONALa ADV INJURY 51,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS-COMPIOP AGG $2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS CALMOB009090 04/01/04 04/01/05 COMBOJED SINGLE LOUT (Es adEa,) 52,000,000 X BODILY INJURY ( Pa ) X BODILY INJURY (Pa .cci t) X PROPERTY DAMAGE (Pa Nt) GARAGE LLABUIY ANY ALrrO AUTO ONLY- EA ACCIDENT O ONLYEA ACC AUTO AUTO O: AGO B Excess LIABR,nY OCCUR CLAIMS MADE DEDUCTIBLE REIENDON C%M 04/01/04 EACH OCCURRENCE 55,000,000 X AGGREGATE $5,000,000 A WORKERS COMPENSATIONAND £MPLOYFRS' LIARS I WLRC44052532 04/01/04 04/01/05 X tic STATU- I 10TH. EL EACH ACCIDENT $1,000,000 EL DISEASE-POUCYLPET 51,000,000 EL DISEASE -EA EMPLOYEE $1,000,000 OTHER DESCRIPTION OF OPERATIONSIOCATIONSIVEHICLES,na.USIONS ADDED BY ENDORSEMFM,SPECLIL PROVISIONS Project: Nolan Wastewater Treatment Plant Improvements. Archer Western Job #:205029. CERTIFICATE'HOLDER CANCELLATION: City of Fayetteville, Arkansas West Mountain Street Fayetteville AR 72701 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TIBiEXPIRAT1ON DATE THEREOF, THE ISSUNG COMPANYWII ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABWTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE C 41 U Archer western Contractors, Ltd. 2121 Avenue suite 103 Arlington TX 76006 USA Attachment 1. City of Fayetteville, Arkansas (owner) west Mountain Street Fayetteville, AR 72701 2. Black & veatch (Engineer) 8400 ward Parkway Kansas City, MO 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named insured's operations on the referenced project. Professional services for Architects, Engineers, Consultants, etc. are excluded. This insurance will be Primary and Non -Contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. A waiver of subrogation in favor of City of Fayetteville, Arkansas and Black & veatch is included on the General Liability policy. contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. The General Liability policy includes the perils of (xCu) Explosion, Collapse and underground. Certificate No: 570012928085 rt9 P nli �RN.c3 '�. Mun'uYu e W$a iR a Ic P'�= 1�'-wx� Y {` 1 ^`i W'iA 1 . w=. `v£ • A:h my \ • ¢v.. I ' 1 . Aa Ey., b, ! `t=,r 1. is kki'w$j$.. a.#-. �' N1 k t,nxr ._u_.. rvn..r . .. ��.. i.�K0.4 �MVE3�'Wl`i. p:+.Ma�L�=-Y. •>3 L. i.Y ��li'T�i"4i c . , .4+ja ;.• 'C�I 'M�`L_T.}M�4'ti FCX.a .n3N. 1ii; 11 1, J / 1 • I 1 • .. 11. _ i. 0. .. w'.' ' vvc6Ya`tS :4?aa.. +wtw.%�;. :FfF` _^�j '?.w .W 1lV ((6•i a i9 hklYifl wi 4C4.iV' •fie R v}q ,i..-d,�"L:i(...4m�':;..•.A.%'..x"x6'...E•�Y'eIXk 1 'I I I 1 al a •` a a. • 1 I ar la. :• I' I '1 'a' •. I . a1 • .1 • r a la a• •' • u • • • • • • Ia• • I I a• I a. `a' t1 I I I•.a. I '• I . I: ar Ia'al. • IT'S i • • I •• • •• I 11 1 1 • : a :l, I ®nl 1 • 1 •� r II II ..II 1. 1 1 111 111 •I r 11 111 1 ■ I 1 LI . aa]E3/.:. •: ::r.th , t[IRIIIII . r . 111 111 ■ III 11 1 I •'.. . 1•.• 111 111 ■..1 :r..1 • © . . • . .. . I, Ir .- I II•I • S. :I 1 II 11 1. 1 1 1. 1 1: I.;CC.C.IIJtl:lI, © I ■ 1 • 111 111 U :twu _______________ la:_ u 111 111 . 1 I: ' 1 r • 1• 1 111 111 _ '. 11 111 111 _p II4!.xIxkS. - - •1 •C. 1w L. .§[q.m i v'aY•.A^hq }Ni:). ', o . e.. C. iy � #' : h8, td A' E'v'?' �[��;' C • tl. .+M1 T Pk` 3 YU`6N '�}l yg�'� G. s,'>t � t� � • � •'.`t&°'"I �i":� lt... � .. �±Y. � 'i.;='>««v.` I : f11•_�1. � T •ply ' I r •• I I- . .' .I .. ., .�. .S /if, ,C _ ________ 51 INSURED Archer Western Contractors, Ltd. 2121 Avenue 7 Suite 103 Arlington TX 76006 USA Attachment 1. City of Fayetteville, Arkansas (owner) west Mountain Street Fayetteville, AR 72701 2. Black & veatch (Engineer) 8400 Ward Parkway Kansas City, NO 64114 are Additional Insureds pertaining to General Liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, Engineers, consultants, etc. are excluded. This insurance will be Primary and Non-contributory to the General Liability policy with respect to any other available insurance to the Additional Insureds for the negligence of the insured on the referenced project. A waiver of subrogation in favor of city of Fayetteville, Arkansas and Black & veatch is included on the General Liability policy. contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. The General Liability policy includes the perils of (xCu) Explosion, collapse and underground. Certificate No : 570022751265 City of Fayetteville vv�s Staff Review Form /2-I Il / D 6 City Council Agenda Items G Q E E or Contracts /kI, r wl s7 hl NIA- Mayor's Approval r"l I (r a C col - 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 1 with Archer Western Contractors, LTD, in the amount of $58,904.60, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. Funds are available within the approved contract contingency. $58,904.60 I $ 292,880.00 Wastewater System lmprvmnt Project Cost of this request Category/Project Contingency Program Category / Project Name 4480.9480.5315.00 Account Number 02133-0303 Project Number Budgeted Item City $ Contingency Funds Used to Date $ 292,880.00 Remaining Balance Budget Adjustment Attached EJ Water and Wastewater Program / Project Category Name Water and Sewer Fund Name Previous Ordinance or Resolution # 59-05 Date Original Contract Date: 15 -Mar -05 Original Contract Number: Date Received in � yWilf Chief Administrative Officer Date Mayor Date 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 Date: 7 December 2006 r Subject: Approval of a construction contract Change Order ber 1 with Archer Western Contractors, LTD, in the amount of $58,904.60, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2 Staff recommends approval of a construction contract Change Order Number I with Archer Western Contractors, LTD, in the amount of $58,904.60, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. Funds are available within the approved contract contingency. BACKGROUND Archer Western was awarded the contract for upgrading the headworks, wet weather operations, solids handling, and odor control at the Noland Wastewater Treatment Plant (WWTP). The contract was awarded in March, 2005. Work is over 75% complete, and is on track to be completed by the final completion date of August 5, 2007. Most of the facilities installed under the project are already in use, including the new bio-solids dewatering building with both the new belt -filter press as well as the relocated previously existing unit, bio-solids pumping facilities, bio-solids storage tanks, modified filter building mudwell return system, the revamped security fencing around the facility except for the new gate, and partial use of the new influent piping and flow control structures and the new stormwater drainage system. DISCUSSION This Change Order rectifies several items identified during the eighteen months of construction. Most of these changes are a result of underground piping and hardware was not located as indicated on the as-builts from previous construction at the plant. There is also the removal of the backup power generator; a larger unit was purchased by the City in an independent action. Also, the site security was upgraded using hardware consistent with the West Side WWTP and the Operations Center. This security and access upgrade is required to meet Environmental Protection Agency and Homeland Security guidelines. A summary of the changes is attached. The Noland WWTP renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Archer Western, Black and Veatch, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. BUDGET IMPACT Funds are available within the approved contract contingency of $292,880.00. A balance of $233,975.40 will remain in the contingency after this change order. EP -2 Archer Western Change Order No I CC Memo Nov06 ti\ttV1t1c CHANGE ORDER Project Number 135045 Contract Number WSIP EP -2 Contract Title Noland WWTP Improvements— Headworks and Solids Handling Change Order No I Date of Issuance November 20.2006 TO CONTRACTOR: Archer Western Contractors, Ltd. ORDINANCE NO: / RESOLUTION NO: The Contract is changed as follows: EFFECTIVE Item COI -1. Archer Western Contractor's. Ltd. letter dated May 4.2005— Deletion of Emergency Generator and Fuel Storage Tank. Initiated by: Owner The City of Fayetteville desired the use of an Emergency Power Generator. Before the Contractor could procure and install the unit specified, the City purchased and installed a Backup Power Generator through other means. This removed the need for the generator and the above ground fuel storage tank. Contractor has been asked to remove these items and the related accessories out of his scope of work. This deletion of the engine generator, fuel tank and related accessories results in a decrease in Contract Price of $246,720.00. The change results in no change in Contract Time. Item COI -2. Addition of Control Structure No. 1. Initiated by: Owner At the request of the Owner to ensure no delays in the EP -2 Schedule, the construction of Control Structure No. I upstream of the Headworks Building shall be added to Contractor's Scope of Work (and deleted from the documents for WSIP Subproject EL -2 being prepared by Garver Engineers). This addition of Control Structure No. 1 results in increase in Contract Price of $79,587.87. The change results in no change in Contract Time. Item CO 1-3. Revision of Program Manager text. Initiated by: Owner The term Program Manager shall be deleted from the documents. The original intent of the Program Manager was to be an extension of the Owner's staff. Therefore, in the Project Manual, all references to "Program Manager and Owner" or "Program Manager" shall be changed to "Owner". Where the phrase "Engineer through Program Manager" appears in the Project Manual the phrase 'Through Program Manager" shall be deleted. This change requires no change in Contract Price. The change results in no change in Contract Time. Item CO 1.4. Addition of Concrete Pads at Existing Chemical Storage Day Tanks. Initiated by: Contractor Two concrete pads shall be constructed for the new day tanks at the existing chemical storage day tank containment area These pads will provide for efficient and safe connection to the chemical feed piping and lift the storage tanks off of the floor of the containment area to minimize impact from a chemical spill. This addition of ooncrete pads at the existing chemical storage day tanks results in an increase in Contract Price of $5,072.00. The change results in no change in Contract Time. 00940 Change Order 00940-1 12/4/2006 (FAYETTEVILLE,AR ) (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) Item COI.5. Upgrade Entrance Access and Security System Electric Gate and Keypad. Initiated by: Owner At the request of the Owner, an entrance security system including an electric gate, keypad and all appurtenances shall be added to the scope of work. This change will increase security at the plant and help be plant be in compliance with security measures that the EPA is now requiring as a result of homeland security issues. This system will match the system the Water/Sewer Operations Center and to be installed at the West Side WW FP. The gate shall be wrought iron style and allow for key card entry as well as wireless entry through controls located in the existing administration building. Additional conduit shall also be provided from the gate to the Administration Building for future modifications of the system. This addition of the security system, electric gate, and keypad control system results in an increase to the Contract Price of $71,758.00. The change results in no change in Contract Time. Item COI -6. Addition of 6 inch WAS Pipeline. Initiated by: Contractor Due to an unforeseen field condition, an additional 60 feet of 6 inch pipeline was added to connect to the existing WAS pipeline. This pipeline was necessary once the Contractor located the existing pipeline in the field. The existing line was not found where it was shown on the existing as -built plans for the original construction of the line in 1984. This additional length of 6 inch WAS pipeline results in increase in Contract Price of $6.961.88. The change results in no change in Contract Time. Item COI -7. Addition of Rebar at Solids Dewatering Building. Initiated by: Contractor r Additional rebar was required for splicing at the Solids Dewatering Building. This addition of rebar results in increase in Contract Price of $6.814.11. The change results in no change in Contract Time. Item COI.8. Additional Backfill Quantities at Influent Pumping Station No. 2. Initiated by: Contractor In order to provide crushed rock to the grey weathered shale at the Influent Pumping Station wetwell an additional four feet of crushed rock and a layer of filter fabric. The additional backfill quantities result in increase in Contract Price of $10,853.89. The change results in no change in Contract Time. Item COI -9. Revision of Electrical Connections at Existing Switchgear. Initiated by: Contractor At the request of the Contractor to minimize the duration of the plant electrical shut down required to perform the necessary work inside the switchgear cabinet, two new lines shall be muted under the existing switchgear pad, through two new holes cored in the slab outside the switchgear and into ajunction box mounted on the exterior of the existing switchgear. This addition of the electrical boxes at the existing switchgear results in increase in Contract Price of $8.837.83. The change results in no change in Contract Time. Item COI -10. Assistance in Locating the Water Leak at Noland WWTP. Initiated by: Owner Due to an unforeseen field condition and at the request of the Owner, the Contractor assisted OMI and the City crews in locating and repairing the water leak that was discovered during excavation around the Solids Dewatering Building. The Contractor provided the use of his machinery as well as his workers to help locate the water leak. This work was billed using time and material charges. This assistance results in increase in Contract Price of $38,053.63. The change results in no change in Contract Time. 00940 Change Order 00940-2 12/4/2006 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045 ) Item COI -I I. Repair Poor Subgrade. Initiated by: Owner Due to unforeseen leak in the waterline, portions of existing subgrade were replaced near the Solids Dewatering Site. The Contractor removed the poor subgrade and backfilled the areas as needed. This change of materials results in increase in Contract Price of 5,005.00, The change results in no change in Contract Time. Item COI -12. High Voltage Wire Material Change. Initiated by: Contractor Due to material shortages, the high voltage wire was changed from the material originally submitted. The new wire does not have a copper shield but is still suitable for the high voltage application. This change of materials results in decrease in Contract Price of $1,000.00. The change results in no change in Contract Time. Item COI -13. Relocation of the Potable Water Backflow Preventor. Initiated by: Owner Per the City of Fayetteville Water Department request, the backflow preventor was relocated to isolate the City's potable water system from the water used at the plant. The Contractor worked in conjunction with the City's crew to relocated the existing backflow preventor aid vault. Additional pipeline for the relocation was purchased by the City and installed by the Contractor. This change of materials results in no change in Contract Price. The change results in no change in Contract Time. Item COI -I4. Modification of 30 inch and 36 inch IPS #2 Discharge Pining. Initiated by: Contractor Due to an unforeseen field condition, additional 30 inch and 36 inch piping was required to connect to the existing Influent Pumping Station No. I discharge piping. This pipe was show at the moored t elevation on the existing as -built plans. This modification results in increase in Contract Price of $53,679.39. The change results in no change in Contract Time. Item COI -15. Addition of Primary and Secondary Return Scum Line. Initiated by: Engineer Per OMI's request, additional 6 inch pipe to connect the existing Primary and Secondary Return Scum Line to the new Control Structure No. 2 at the Headworks Building. This change includes the addition of 6 inch ductile iron pipe and a new 6 inch plug valve. This change results in increase in Contract Price of $9,831.00. The change results in no change in Contract Time. Item COI -16. Purchase of WAS Dumps. Initiated by: Owner Per OMI's request. a WAS pump is to be purchased by the Contractor and installed by OMI at the Aeration Basin. This change includes the pump, valves and appurtenances. This change will increase reliability for wasting sludge at the plant. This change results in increase in Contract Price of S 10,170.00. The change results in no change in Contract Time. 00940 Change Order 00940-3 12/4/2006 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) Not valid until signed by both the Contractor and the Owner. The original Contract Price was.................................................................................................. $ 14,644.000.00 Net change by previously authorized Change Orders ................................................................. $ 0.00 The Contract Price prior to this Change Order was.................................................................... $ 14,644,000.00 The Contract Price will be (X increased) (O decreased) (O unchanged) by .............................. $ 58.904.60 The new Contract Price including this Change Order will be ..................................................... S 14,702,904.60 The Contract Times will be (O increased) (❑ decreased) (X unchanged) by ............................(0) days Required date of Substantial Completion as of the date of this Change Order therefore is ........ NOTE: This summary does not reflect changes in the Contract Price or Con ct Times which have been authorized by Work Change Directives not incorporated in this or previous C&ig Orders. /t 14re4/` &sepcenn Cort&-4c,Lorcf/Uiv.ac - CONTRA TOR O 12-7-O(2 DATE 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) U Contractor U Engineer 00940 Change Order 00940-4 12/4/2006 (FAYETTEVILLE. AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045 ) eAIIIANSAS SR NO. 14621 PURCHASE ORDER Archer Western Contractors Ltd Attn: Jeff Polak 2121 Ave J Ste 103 Arlington TX 76006 Each Package Must Be Maiked Exactly As Shown Hero City of Fayettavlla. Arkansas L•T YL 4/27/05 FOB Fyv PURCHASE ORDER # 05-0001122-001 TERMS NKr 30 DAY UnR pry Daacrlpdon and Oty. of Racalvad Account Number UBlt Price TOTALS Isaac 1.00 JOB a) Noland Wastewater Treatment Plant 7322000.00 7322000.00 Improvements Contract #987 per Bid #05-06 Resolution #59-05 4480.9480.5815.00 02133O303 1.00 JOB b) Noland Wastewater Treatment Plant 7322000.00 7322000.00 Improvements Contract #987 per Bid #05-06 Resolution #59-05 4480.9480.5815.00 021330303 vOYQfit- LO. 5g, g o4hD SHIP TO: OMvr ratment rlant o r OC9r U i City of Fayetteville 1500 Foxhunter Rd Fayetteville AR 72701 Sales Tax Total: $.00 Davis, Bob Purchase Order Total: 14644000.00 DEPARTMENT VEAIRG1ON BY DATE ADDITIONAL APPROVAL NP VERIFICATION PL1 -' VLSIND VERIFICATION WWOE VERIFICATION CHECK 0 DOES NOT MEET PURCHASING POLICY CONTRACT PAYMENT OTHER PROJECT# _ THIS PAYMENT E PREVIOUS PAYMENTS) $ RETURN CHECK TO TOTAL PYMT(S) $ SEND COPY TO BALANCE $ DEPT COPY (12.27.06) Clarice Pearman - Archer Western C01 ,Pagel From: Clarice Pearman To: Jurgens, David Date: 12.27.06 5:28 PM Subject: Archer Western CO1 Attachments: ' 12.11.06 Archer Western Contractors CO1.pdf CC: Audit David: Attached is a copy of the above change order for the Noland Wastewater Treatment Plant. Please let me know if anything else is needed. Thanks. Clarice Clarice Buffalohead-Pearman, CMC City Clerl jTreasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearman@ci.fayetteville.ar.us David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items N/A=:Mayor's Approval City Council Meeting Date WW System Improvement Project Division Water and Wastewater Department iproval of construction contract Change Order Number 2 with Archer Western Contractors, LTD 15,739.45, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. ailable within the approved contract contingency. $115,739.45 Cost of this request 4480.9480.5315.00 02133-0303 Project Number $ 292,880.00 Category/Project Contingency $ 58,904.69j Contingency Funds Used to Date $ 233,975.40 Budget Adjustment Attached Wastewater System lmprvmnt Project Program Category / Project Name Water and Sewer Al Previous Ordinance or Resolution # 59-0-5= 4-14-O? Department Director Date Original Contract Date: 15 -Mar -05 City Attorney Date I ' ..1 4!y� Y2 o-� L- 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 \e1J Date: 11 April 2007 Subject: Approval of a construction contract Change Order her 2 with Archer Western Contractors, LTD, in the amount of $115,739.45, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2 Staff recommends approval of a construction contract Change Order Number 2 with Archer Western Contractors, LTD, in the amount of $115,739.45, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. Funds are available within the approved contract contingency. Archer Western was awarded the contract for upgrading the headworks, wet weather operations, solids handling, and odor control at the Noland Wastewater Treatment Plant (WWTP). The contract was awarded in March, 2005. Work is over 75% complete, and is on track to be completed by the final completion date of August 5, 2007. Most of the facilities installed under the project are already in use, including the new bio-solids dewatering building with both the new belt -filter press as well as the relocated previously existing unit, bio-solids pumping facilities, bio-solids storage tanks, modified filter building mudwell return system, the revamped security fencing around the facility except for the new gate, and partial use of the new influent piping and flow control structures and the new stormwater drainage system. Change Order Number I was processed in November, 2006, in the amount of $58,904.60. This change order rectifies several items identified during the last six months of construction and should be the last change order during the execution of the project (a final, functionally no -cost reconciliation change order will be required to adjust applicable unit quantities). Most of the changes in C. O. # 2 are a result of including that work which is most efficiently executed in this project, and deleting that work which is best executed in EP -3. Additionally, there were again some changes made as the underground piping and hardware was not located as indicated on the as-builts from previous construction at the plant. A summary of the changes is attached. The Noland WWTP renovation and upgrade project has been proceeding very smoothly and with virtually no problems. The team of Archer Western, Black and Veatch, OMI, and City staff are producing an excellent project that is proceeding on time and within the approved project cost. Certain portions of the project have already passed a substantial completion inspection, with punch list items now being addressed. BUDGET IMPACT Funds are available within the approved contract contingency of $292,880.00, which has a balance of $233,975.40 after the first change order. $118,235.95 will remain in the contingency after this Change Order Number 2. EP -2 Archer Western Change Order No 2 CC Memo Apr07 Taye Ile CHANGE ORDER NUMBER 2 Project Number 135045 Contract Number WSIP EP -2 Contract Title Noland WWTP Improvements Headworks and Solids Handling Change Order No 2 Date of Issuance April .2007 TO CONTRACTOR: Archer Western ContactorsLtd. ORDINANCE NO: / RESOLUTION NO: N/A The Contract is changed as follows: EFFECTIVE Item CO2-1. Relocated Primary Pond Flow Meter Vault per RFI 51 and 79. Initiated by: Engineer In order to provide a more consistent full flow condition in the Primary Pond Flow Meter and avoid conflicting with several existing utilities, the meter and the vault are to be relocated north of the Wet Weather Clarifiers. An additional length of duct bank will be required to provide power to the relocated Primary Pond Flow Meter Vault. The installation of this additional electrical duct bank will be done on a time and material basis. The rates for individuals performing work are included as an attachment. The increase in Contract Price shall not exceed $9,454.00. The change results in no change in Contract Time. Item CO2-2. Time and Material for Gate Modifications. Initiated by: Contractor At the request of the Contractor and approval by the Engineer, channel modifications are necessary to install Slide Gates 103 and 104. These modifications are needed to make the gates fit properly in the channel and prevent any potential delays that could result from reordering the gates. This additional work to install the slide gates results in an increase of $4,331.01 in Contract Price. The change results in no change in Contract Time. Item CO2-3. New Junction Box per RFI 86. Initiated by: Owner Due to unforeseen conditions, a newjunction box is required to tie-in two existing 24 -inch plant influent pipelines and redirect the flow to the new headworks facility. One pipeline was originally thought to be abandoned, but was later found to be in service. This addition of a newjunction box will be done on a time and material basis. The rates for individuals performing work on this junction box are included as an attachment. The increase in Contract Price shall not exceed $58,852.44. The change will increase the Contract Time by no more than 21 days. Item CO2.4. Additional Asphalt Paving. Initiated by: Owner At the request of the Owner, additional asphalt is to be installed at various locations throughout the plant and the entrance to the plant is to be repavcd with concrete. This work is necessary to repave roads, beyond the original scope of work, that are showing signs of significant wear. This work was to be considered as part of the scope of EP -3, but it is more efficient and produces a much better quality job to consolidate all paving into the EP -2 contract. This additional asphalt paving results in an increase of $58,602.00 in Contract Price. The change will increase the Contract Time by 17 days. 00940 Change Order 00940-1 4/11/2007 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-21PN 135045) Item CO2-5. Deletion of the Demolition of a Portion of the Existing Influent Channel. Initiated by: Contractor At the request of the Contractor, a portion of the existing influent channel shall remain in place. The channel will be backfi lied with concrete rather than demolishing the channel. This change will avoid delays in the start-up of the headworks building. This deletion of demolition results in a decrease of $5,000 in Contract Price. The change results in no change in Contract Time. Item CO2-6. Deletion of Influent Pumping Station No. I Wetwell Coating. Initiated by: Owner At the request of the Owner, the coating for the Influent Pumping Station No. I will be deleted from this work. This deletion results in a decrease of $10,500 in Contract Price. The change results in no change in Contract Time. Item CO2.7. Assistance in Locating the Water Leak at Noland WWTP. Initiated by: Owner Due to an unforeseen field condition and at the request of the Owner, the Contractor assisted OMI and the City crews in locating and repairing the water leak that was discovered during excavation around the Solids Dewatering Building. The Contractor provided the use of his machinery as well as his workers to help locate the water leak. The cost of this work was included in Change Order Number 1, but the time requirement was not then identifiable. The change will increase the Contract Time by 19 days. Not valid until signed by the Owner. The original Contract Price was..................................................................................................$ 14.644 000.00 Net change by previously authorized Change Orders ................................................................. $ 58.904.60 The Contract Price prior to this Change Order was.................................................................... $ 14.702.904.60 The Contract Price will be (X increased) (O decreased) (O unchanged) by .............................. $ 115,739.45 The new Contract Price including this Change Order will be ..................................................... $ 14.81 8 644 05 The Contract Times will be (X increased) (O decreased) (O unchanged) by ..._....................... (57 ) days Required date of Substantial Completion as of the date of this Change Order therefore is ........ July 1. 2007 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. 4r cr 1Jc( rn Coniracjorf z d, CONTh/AA,CfOR /J 7 OWNS /2/ Agr tom y�/�_p7 17 r U DATE BY n y4o /1 4Jt011 I certify there is a balance otherwise unencumbered to the credit of the appropriation to which he ab ve amount is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund fro ch payment is to be made, each sufficient to meet the above obligation. Distribution: ❑ Owner (4) U Contractor O Engineer 00940 Change Order 00940-2 4/11/2007 (FAYETTEVILLE, AR (NOLAND WWTP (CONTRACT EP-2/PN 135045) Paul R. Noland WWTP Improvements WSIP Contract EP - 2 Change Order Number 2 Summary of Changes Item Change In Change in Number Description Contract Amount Contract Time CO2-1 Relocated Primary Pond Flow Meter Vault(Nof to exceed amount) $9,454.00 0 CO2-2 Time and Material for Gate Modifications $4,331.01 0 CO2-3 New Junction Box per RFI 86 (Not to exceed amount $58,852.44 21 CO2-4 Additional Asphalt Paving $58,602.00 17 CO2-5 Deletion of the Demolition of a Portion of the Existing Influent Channel ($5,000) 0 CO2-6 Deletion of Influent Pumping Station No. 1 Wetwell Coating ($10,500) 0 CO2-7 Assistance in locating the Water Leak $ 0 19 TOTAL $115,739.45 57 EP 2_Amhcr_Wcstcm_Changc_Ord.doc In reference to CO2-1 and CO2-3, the following are Archer Western Contractor's labor rates for time and material charges on the Noland project: Title Range Laborers $9.50 - $14.00 Carpenters $13.35 - $17.00 Welders $18.50 - $22.50 Foreman $18.00 - $21.00 Operators $14.50 - $20.00 Supervisors $30.00 - $54.45 November 9, 2006 ATTN: Katie Funderburk Project Manager Black & Veatch RE: Paul R. Noland WWTP Project No. 205029 Contract EP -2 Relocated Primary Pond Flow Meter Vault per RFI'S Si and 79 Katie: Attached for your review and approval is the cost for the additional length of duct bank to provide power to the relocated primary pond flow meter vault. The lolal amount for this additional work is $9,454.00. This cost proposal is good for 20 days from today's date. The contractor is not requesting any additional time to be added to the contract for this exha work Do not hesitate to contact this office R you have any questions regarding this matter. Sincerely, Archer Western Contractors, Ltd. feffWf. Y- 3'afalt Jeff Polak Sr. Project Manager CO Scott Smiley Linda Lever Doe Addleman File Paul Noland WWTP 1500 N. Fox Hunter Road Fayetteville, Arkansas 72701 Phone: 479-444-1423 Fax: 479-444-1499 j J$ a • qnl • ac on a m_a _v •JY WC Y Y YY 8, M1 g n O: .I �,e • d P P Y MY I 1 Z MM YMx - f. �1 Y Y n• F ii P: .......-- .......... . '.nd• ( I • I. H t --I- .........Fl�i Y1 OPM1n nn o!n PW a VI I V P Secee jI N,M.1•'M p Y.•• 1. {{ .Imo '. F��� d•1:�. e:o.Ye I :Y o n: � I s �_ �n� a III l - m ' Fes}• � 14 �[�j�yF'i }o(�q�I �1Ii! f: J lI' ftQx ' { :I'j ✓V 5iYY1•n =ayl£ SEP-22-2006 FRI 04:28 P11 OIL CAPITAL ELECTRIC FAX 142 4793619835 P♦ 01 PI O q. 8176411'3898 FAX: 817-6468734 Rnhmnce: Noland WIMP Suhject R170081Po078- Ptfmay Pond Floe MateVauf Jeff• .♦1 i ♦♦ ♦ ] ♦ ♦♦ ♦.11 1♦ I 1' 1:1 1♦ I:I Ii 11' - ♦� j1.♦1 ♦. 11 'I :.1 p11 urjL. .1 -..1 ♦♦1♦ .I .♦♦jk., 11♦I' .♦♦ur • 11 Ini :.♦✓ 1 C 1♦:♦ i l�l'N ♦♦ 199 Fantinal Drive • Springdale, Arkansas 72762 - 479361.9833 - fax 479361-9835 SEP-22-2006 FRI 04!28 PH OIL CAPITAL ELECTRIC FAX NO. 4793619835 P. 02 OIL CAf•ITAL ELECTRIC Noland WWTP • Fayette yule, AR Date: t 09/22/06 Job No: 05.30-5002 RFI-005110079 Relocate Primary Pond Flow Meter Vault Description Value Material $2,825.52 Labor 025.60 DJS $18990 30.00 $0.00 Sub Total $5,041.02 Markup 10.00% $504.10 Suboontrects $0.00 SubcontrectMark 5.00% $0.00 $0.00 Bond $0.00 total $5,545.12 ITEM NO. ITEM NAME QUANTITY 1 1° rc In trench 460 2 2s acerbase 60 3 10 xhtrw cu stianded 1150 4 918 TSP cable 230 5 3'rebarstahe 30 6 warning tape 230 7 tie wba 150 8 db concrete - 19 ' Archer Western Contractor's, Ltd. �1 1 January 17, 2007 ATTN: Katie Funderhurk Project Manager Black & Veatch RE: Paul R. Noland WWTP Project No. 205029 Contract EP -2 Time and Material for gate modifications Katie: Attached for your review and approval is the cost for the additional work required to install slide gates 103 and 104. The total amount for this additional work Is $4.331.01. Please include this cost in the next change order for the project. Do not hesitate to contact this office if you have any questions regarding this matter. Sincerely. Archer Western Contractors. Ltd. Set 3- 9'a!a!i Jeff Polak Sr. Project Manager CC: Scott Smiley Linda Lover Boa Addleman File Paul Noland VVWTP 1500 N. Fox Hunter Road Fayetteville, Arkansas 72701 Phone: 479-444-1423 Fax: 479-444-1499 FIELD CHARGE 0 WORK PERFORMED BY EI'LOYEES OF ARCEER-WESTEPJT CONTRACTORS, LTD. WORK IT FSS NO. PROJECT: DATE OF WORK ORDER://,3 7 O NO, OF WORK ORDER 5' SIGNED BY: ii<¢`r BP.IEF DESCRIPTION OF WORK PERFOPNED:XL/pr J, rC.4.r WORKERS: DATE NAME CLASSIFICATION FOURS RATE TOTe1S, //-°' m„rsr -na'#a Grp✓ r'nec� 2 / Pao R a ..# 6c /ZS -/L c✓1.Pi Fpwv B .o /Yy •• /-3!•-BL T3!/N nR_ L o oP po 2, EQUIPMENT RENTAL: OATS TOOL 3- 'e rs-Sr6- cir aFr`si6.- ('rs 4 ' % O i ��..11��-- X�k�Mr1 S/ ALdL.OdfJ `ti.T�A IAI,5 IISED: _' i : n Pad{ ,•7 lof !S ELf (2 .3° fig9 e X10% !T'i5» I %it +Zn$ z1116,3ou.o3 �iY•89 She work listed above as done or your _'i_^n. If the record has not been signed, the work, was _oae because of a previous request fron you or to protect your interest. If this work is not approved by you, please co`' y us by return marl_ You will be invoiced on the basis of thiscord. Applicable taxes, ;_loge benefits, and overhead and profits will be added when you are '..^-voiced. .Pe_foraed For: Wo:k. Performed F 2r"44F /Ir ✓-V Archer -Western r 'teed By: Signed by: ace; ^ Date: -90 Tofc Contracors, Ltd. J 40' UZ Q6 PROTECT FIELD CHARGE 0 A'ORF. FSRro& n BY LOfzss OF FRC_!H R-T'tISTERN CONTRACTORS, LTD. WORK ITEM NO. 97-s'mv0.3 rm DATE OF WORK ORDER: 4'- NO. OF WORK ORDER . ,SIGNED BY: BRIEc DESCRIPTION 0? uOR.; p_ERiFORpCD: L-FS/O,S' rt JOy WORKERS : DAZE N7' .:,.eASSZFICJ-TiON FOURS AA= TOT'S*, -LlH ,Cg, ',eGZ Gf��EPf/i I O _ 9 i .iii -- OGI?FL-NT RENTAL: DATE TOOL .MATERIALS DSED: c5-%.c414.I •og 7SR /' f 1 /Lt//Y_ s/f Piiyk e , �r- Jusrs-oc 8 ��a �Xl7, 13�" (39�s8k�z �X 109 5-86-41 :be work listed above vas done for your fira. If the r S;? -c& xeoJ l6,O lone because of a previous recuest `roe ycu 0: toprotect yOUX record has not been sued, the vork was !;proved by you, please notify us by retu_� mail. You will be interest I: the basis work is his record. Applicable tares, fringe benef_ts, and overhead b f._ c d on of this .nvo ice3 -head and p_eu..s v-14 be added when yet are Perfcrn.ed %or: C '-r r c f9yr'cyrau- s= v �i^ed 3y:_ lte: Wor+ Performed =y: iCher-West_rl Contractors, Ltd. p \ Sig -tad b;y;,. tc_ / / OZ Ca i� } Dace: `l D / FIELD CHARGE () - WORK PYR?O&' BY 'PLOY_ESS OF p=Cn'yR-rtr.STERN CONTRACTORS, LTD. WORM IT2f ND- 7:SQpp3 DATE OF WORK ORDER:/R-/ g1 NQ- OF WpR-K ORDER 3 -NtD fly: -.. BRIEF DESCRIPTION OF WORK P=PiORJ:. SC/Or- a r- /r $-' Jay WORK=RS: DATE NAME C,..a.SSIFICATI0N EOURS PATE Ton!, ('PR T- 7'_00 ss'� 9°7S EQOnjptcNT RENTAL: DATE Toot t/- 2 E9 Cdr/,. -.-dc. Y��.�F r MATERiALB USED: r, zl7�7c •x -o?.= 77 rhe work listed above vas drat for your fl -m. If the record has not been stgted, the work was ions because of a previous request fra you or to protect your thceresc- if this work isLnot ?proved by you• please notify us by return mail. You will be invoiced on the basis of this record. Applicable taxes, fringe benefits, and overhead and ^refits rill be added abenyeu are :.+voiced. - +� �Pec'craed For: •.' Cz22&t f.9/'EYTr 4 EC ;ig�ed ev: . a _e. Work Performed By: Archer-Weste=t Coatrect rs, Ltd. Signed bv: �! 'j W9♦ 1 O Date: /7� yrcc'C WORK P?R!OR^MD BY LQflrs OF ARCiTR-ASTERN CONTE_ACTOSS, LTD. WORK rrsi No -77- ,S-oo3 PROJECT:1I�OL&&1V/f' vvw�rP DATE OF WORT: ORDER:/a. y_o 6 h'O. OF WORK ORDER SiGhaO y�. BRIEF DESCRIPTION DESCRIPTION OF WOPC PP.ropi aD: /.o /- d ��.o .ear- C .G� J /m 7 %t._/e.% WORICPS : DATE RTuM5 CASSIe'ICgTIDN L ODPs RAr_ TDrRr. /t- -fl Tove�rvyFz 66iY/4rM s l9°— 9 /2 -V -CG .sdCa Rvi CRS .sft o w y i A- /1 2 zs eo Ss''z3-rden l -3S- EQUIPMENT RW'NTAL: DATE TOOL eYAt00 MATERIALS USED: P''°�-�-X ('4g.3s'f-9gli�lo7o — SySq� 'O3z .g4 She work fisted above was done for your !E^.a. If the record has not been sia:ed. the work was _oat because O_' a Previous CCcuest trop you or to Drotecr_ your in.Cerest. ?_° this work is IICC Joproved by you, please noci5y us by retu_u rai'_, you will be invoiced ca the basis of this corced.th ..3Plicable taxes, fringe bone`its, and cverhead aad profits Will Se added when •iou are Ce_rfon,ed For: work -fie SiCCZe,i t?v: To ; %Jff mi` FAP�6Y/NPLGG= IJ fV� ocher-Wescer, Contractors, Ltd. Sicned by: 1 __ 1 2 Date: _LJ _4vO FIELD CHARGE i WORK Pfl OPI.cED BY EI'SPLOYEES OF AiC1ER-n,STERN CONT?,i-CTORS. LTD. WORK STs N0. not cr , cri Tom' DATE OF WORT: ORDER: NO. OF WORK ORDER ,3 $ iG;rcD BY: ZLCL/afl" BRIEF DESCRIPTION OF WORK PER?ORFLcp:�?pfJ�F/fJlinl� r S,p /O WORICPS : DAT }w1ze M;LSSIFIC?TION FOURS ?A't= TOT_ Co cC X62 /z J" 6 .x" - ,P.9riirr2. L,.9D'®Pe-/j7 /o `7 Y'% EOC+t?MENT RENTAL: DAT= TOOL .MATERIALS USEED: + a -')x % ' BB 81 789.83 x -D3 The work listed w'3"'d/t63_ above as done for your firm. _rn, if the record has not been lone becase of a previous p- ous Quest from you or Co protect interest. signed, the work was approved by you, please notify us by return your mail. U this work is not -cord. Applicable taxes, fringe benefits, and You will overhead be invoiced on the basis of this ,,voiced. and pro: its will be added whoa you are perfa—ed Fn.r: Wcrk ptrforned ay: To +4 L G/l r iF fB}E E✓/lc f �/> >LY, Axcher-Westeri Contractors, Ltd, $ O 2 . S Signed by:_�_ ate' Date: FIELD CYLZ RGE o WORK P_R=ORI•LtD BY Eld?LOYEES O. APCEER-W�STER.N CONTRACTORS, LTD. WOPS ?Tn,t No- ,S067a paOuecT: OG iP//� u/rv;'l� DATE OF WORK ORDER: Ji��l.I ,. T PA RQ_ OF WORK ORDER ✓ srcNED ay: di4s-/74?p(r.» �ZC aRZEF DESCRr?TXON OF WORT .PERFOR)CD: ✓%7Oli/F rty�y7l�lrf 03 ry •f�� � J[7OF' id J WORKERS: DATE h7J4=_' GdSS2IICAT20N c,O�s ,� RATE TOTAL fz—ro.-� r- t fOAu z �H�vy�A / /9! l Z? of 9.PcJ/ R✓i 2 0 /9 C:PP l -d -04 ivy y RA�s/RE o c 9 y so 2 7 . So ts9. rJ�. +St -s3 27.0 3 EQUIEQUIPMENTRElltAL: DATE TOOL MATERIALS DSO: __ C 17S- xro%zb7q,• The work listed above vas done for your fir¢. rf the record has not been sip+ lone because of a previous recuest fro ¢ you or to protect_wed, the work of !pp roved by you, please cotify us by re cu_rn nail. You your interest_ If th+s work is not record. Applicable taxes, fringe benefi.u, andov will be jtsvied on the basis of this :nvoieed. overhead aad.Drnf its will be added vben you are Boyd /;M (P g.o3 X .03 = lg,sy +< ape rfc cd For: Work Performed 8y: C2rI//dG —��.V� signed by: Ascher -Western Contractors, Lad 10 tr44 $' g.3- ate: —_ _ Date: I H? —Td / FIELD CHARGE WORK PERFORMED BY EMPLOYEES OF ARCHER -WESTERN CONTRACTORS, LTD. PROJECT: DATE OF WORK ORDER; Z%j-% d,6 No G WORK ITEM NO. OF WORK ORDER_ SIGNED 8Y: dG/���._ BRIEF DESCRIPTION OF WORK PERFORMED: ,/!J!e / /Cii aAv Tzfl d,# /O.2 eLJe WORKERS; DATE NAME CLASSIFICATION HOURS RATE TOTAL 7S 7S•- EQUIPMENT RENTAL: z7z. DATE TOOL MATERIALS DSED: hre Zi Z. Sfa.DO /D p =P62. 8-� :he work listed above was done forh retard i n not /e f K 03 = s 3 . S3 one because a£ a previous re st your rom you . If the record has been signed, the work act raved by yt+e you mail.oto protect your interest. If this b work is act c you, please notify a enby , You will be invoiced on the basis of this scord. Applicable tares, fringe benefits, and overhead and profits will be added when you are nvoiced. ;Perfonaed For: .� igned ey:� Ce: Work Performed gy: Archer -Western Contraactoors, Ltd. ,, Signed by: �iA �_- S 06.3 Date: /____________________®F_` FIELD CHARGE _ WORK PERFORMED BY EMPLOYEES OF ARCHER -WESTERN CONTRACTORS, LTD. �/ A WORK ITEM No._9%�d�t��' PROJECT: /Y®l�q/�v a' 6- - DATE OF WORK ORDER:/7-//NO. OF WORK ORDER .3' �O' $ZGNED BY: �N /,i%jF/hi1yc/ BRIEF DESCRIPTION OF WORK PERFORMED: G-gG%5 /61 0_C_' rAl/e WORKERS: DATE NAME CLASSIFICATION HOURS HATE TOTAL Co 00 EQUIPMENT RENTAL; DATE TOOL .YATER_IALS USED: 00 Pr�t� ' 'J o 0a iC O ' 'O4b,CAD '..,j (ES 1007.5"3 X'o3 z. :he work listed above was done for your firm. If the record has not been signed, the work was tone because of a previous request from you or to protect your interest. Cf this work is not .pproved by you, please notify us by return mail. You will be invoiced on the basis of this 'e cord. Applicable taxes, fringe benefits, and overhead and profits will be added when you are avoiced. )performed For: Work Performed By: •C 1 A L - nYlY - /59YCJrC• /iGcc`d yL V, A•che.__Western Contracttorrss. Led. j.� 11- igned By: /l Signed by:�-�..-� i'h ate: Date: i'T FIELD CHARGE (If) WORK PERFORMED BY EMPLOYEES OF ARCZER-WESTERN CONTRACTORS, LTD. WORK ITEM NO.S�O�.3 a' Z!/ DATE OF WORK ORDER:/A'-/2 :pd NO. OF WORX ORDER 3 SIGNED 8Y: BRIEF DESCRIPTION Of WORK PERPORNED: -Y-(y /'' yc WORKERS: DATE NAME CLASSIFIIATION . HOURS RATE TOTAL 't,' 7r4 -flet ,'vi z f ate' Fizz .g,,,, x & 1 IDo 00 ys . 38 5'5'loa�/den S3.s� EQUIPMENT RENTAL: DATE TOOL MATERIALS USED: the work listed above was done for your firm. If lone because of a previous request from you or to ipproved by you, please notify us by return mail. record. Applicable taxes, fringe benefice, and ovi nvoiced, 1fogy x fog - i6o3 9o3-nd/LnC ^ yS3 the record has not been signed, the work was protect your interest, If this work is not You will be invoiced on the basis of this :rhead and profits will be added when you are !c )performed For: Work Performed By: f�9Yo-7Ycvicc c� �..B Y -v Archer -Western Contractors, Ltd. igned By• iQ Signed by: G,C: _i;;2 ate: Date: /z/cY t 11 FIELD CHARGE WORK PERFORMED BY EMPLOYEES OF ARCHER- WESTERN CONTRACTORS, LTD. WORK ITElf NO.9%S_ PRO .TECT://flAJyU L!l w DATE OF WORK ORDER:/2-^/,l_,0 6 NO OF WORK ORDER 3 SIGNED BY: 27e OfJCEna��y BRIEF DESCRIPTION OF WORK PERFORMED:. �tFllifsTir�S rz, eS_ -ter e? El�es WOREERS: DATE NAME CLASSIFICATION HOURS RATE TOTAL Ic 7O fc< R-'' ekes �o/!r v I` Ire 77./ EQUIPMENT RENTAL: DATE TOOL 3 �on Z 2 MATERIALS USED: :he work listed abovee was done was done for your firm. If the record has not been signed, the work was o lone because of a v' .pProved by you, please notify us by return mail you or to protee„ your interest. If this work is not ou linvoiced ecord. Applicable taxes, fringe benefits, and overhead and profits will be added when toarenOrd.d. JlPerforaed EWork Performed By: v �ee Tim✓,G1 FV) Archer- Western Contractors, Ltd. I +QL igned By: ___,� .4' ` Signed by: � y ivy qq )te: Date: �Z�/y..-Q6 �?' o 1 e ZC/ O 3 November 2, 2006 ATTN: Katie Funderburk Project Manager Black & Veatch RE: Paul R. Noland W WTP Project No. 205029 Contract EP -2 New Junction Box per RFI 86 Katie: Attached for your review and approval is the cost for the addition of the new junction box at the intersection of the 48' plant influent. and the existing 24sanitary sewer per request for information number 86 for the Paul R. Noland WWTP. The total amount for this additional work is $58.852.44. This Cost proposal is good for 20 days from today's date. The contractor is also requesting that an additional 21 days be added to the contract for this extra work. Do not hesitate to contact this office If you have any questions regarding this matter. Sincerely. Archer Western Comractors, Ltd. fe%N 3- `.'atafi Jeff Polak Sr. Project Manager CC: Scott Smiley Unda Laver Boe Addleman File Paul Noland 4WVTP 1500 N. Fox Hunter Road Fayetteville, Arkansas 72701 Phone: 479-444-1423 Fax: 479-044-1499 388me8n_8:3$oBS��a8�8mA�,NwB a mInN_-N� a_n• rn • E nN a qN PMNMVNN9NNNTPNN�Y`PNNNM pN fl Qg ; 0 O ry 0 O N___ NMMNNpNNNMNNNNNNMNNYN 888888 S. S y F l.NN rnnnry fl 0 N'T - N C0.O ONNNN N ------ o 8.8 8 --------- S O n N Ny NN MNNP -NT NN Y Y p NYMN NT - _ - O 0 A C 00 h a P bO0 nro- r. v 0p0 non OO - IV(N`INS Pu�nN N NN N N NNN NNN PMNP Y�Yn Sp Q e' 8Q _N n8:n cNc CC " nNNOp 66tirv= pC htV eooyi :T�nn rN eYeff 3a` 2 --NN-- - NN--NNMPMNNgNMNppN nmOaflOm���1l p nNr{{SCCN 000 C) Smn CC nmC<� am-=naKi�bmnWNn0PNNrvOwfl npneOr nlIP.NminNN S •T MNMTNIN NYNT• YNM TP PN ptl 4eS�O�mn00NVlr 00mrra0(y0 g-_OO C• L gg gggg ........ • 3 gN `$g A.8$588$5aeS888 888$r - a Stl ONPU NPS�s.:S Nh •wa N Om N ryN N N ry N N N N N ry rvry rv[I N NNN x N V�> IIrrnPT�IN ZZZZZZZZ000000000 OOO OOOOVOUQOuuV mnnnn `o`�oS Afin zzoo pnYnn u )�2 WW Wflo UXVVUULifln LI U NQcY.NNVfU b0Q a a( T] 000000000 U V OO 0000 Cpa e :_ �8RCS888gm$8$R888gq888g8888g t0. r-nm Sa'i�m..^uria�n�i�Xee�o_o�v•- E F O o � u g � • 0 M1 C a:ry Oy. S €€ EQE �gSi Y � F5R$.. �gfi8 C,y 00 L YC= .�m EC e.� C�cg0 ge fi�0 n� O Sp;`u aTLL O — c— am va vm ew u:f�c'g12i B. .R d� - a W � a W v K < .......:...:................. . Request For Information 1 Archer Weslem Deladed. RFI5 Gtwped by RFI N'mter Contractors Noland Re0leiralmTrvNmaM Planttmpvovement Project a 205039 O vier Prokn R: 305039 Atehet wastam Canitaamre. Ltd. 1500 N. F0ehoMm Road 7e1 nlg.en<.td27 Paz g79.ddcte9g F saves.AR 72701 r-- for Information #: 0086 __ •�.vY SV VVI e Answer Company Answered By fl Author Company Authored fBy] rB a.ha1500 N. Fottentw Road Td' 479144-1FaYWIe e, AR 72701 Fes 479-4dq- Pl mad wAh eafsOn9 N'ss ere formation Requested Date Required: 10/0912006 ease Mflirah PFl•60. The t»riimctor has been informed byyStan Worn with CMI that the met can not slop or diver flow to the eristing 24' SS rile and manhole referenced in RFI-80. evenfirtg Installation of the 12- PVC line and the 46" Pt. Please nose the contractor is scheduled continue with the inslallauon of the 48- Plan October 11, 2006. NJe will Gci o jtw� jfnthaGear — tl,e, Irtcvicec -con et -1-kc. G ptCS . aee Data (0/15 /, /c Rcwa on ,amaoe — --- ve.u�or4 m4y1K. PIeI C I - z 0 In a <.I .- j&r �cbkif�`f' j4 1 •n fiv:7 / r/- 2 REVISED SUPERSEDED. AND VOID CALCULATIONS MUST BE CLEARLY lDENTiFIED, INITMLE6. AND DATED BY THE RESPONSIBLE INDMDUAL Owner Plant BLACK & VEATCH r Project Title — w Q VI Z_ U H t - z 0 0 2 U a -- Computed ' Unit Date 20 File No. Verified By Date 20 Page of LI vi � ' G v r " 134e % f: / T CL - r 1 W T �It N _ _ i3: :/•.:T/ oa 61_ " ,f T . ... - � -r i iH /1/ u 1 I ' � ff� ,c � jLJ 1. u p � IllI. ` [ REVfSED. SUPERSEDED, AND VOID CALCULATIONS MUST BE CLEARLY IDENTIFIED, INITIALED. AND DATED BY THE RESPONSIBLE INDMDUAL Q Owner Plant BLACK & VEATCH Project No. Title _ Ln Li 0 z 0 O z a Unit File No, Computed By Date Verified By — Dote Page I s 1 � f 1 `O i t t REVISED, SUPERSEDED, AND VOID CALCULATIONS MUST BE CLEARLY IDENTIFIED, INITIALED, AND DATED BY THE RESPONSIBLE INDIVIDUAL of 20 Owner Computed By BLACK & VEATCH Pant D x Date 2(1 Project No. F@ No. vanred By __ _ Title Dote 20 Page of St ' 11 Q I 1 i i %♦ t�iLi ' M H L„ r i t12 O N.1'_...L._,,.......E.• ,, z o ' i IM 11 1 � r - INITIALED. PNO SUPERSEDED,BE ,By THE RESPONSIBLE CLEARLY IDF1J77FIED, INDMDUAL R_ n CI 1 € � _iiij -. _i.-t - FFF:e Fe:F....v FF,e. e. Fe Feep F.F � S i A Im @• I :ea 69 ei8 _B 4. a- R' ' m :8.q_. ..88 $8 '.'$ ;g'- - :.? 8, z r f i:k4 414 i �: tC .:C B..B.a�_ a: .+-% Ig - I FF4= YDe e.F .22 FFEt F � c -:- e.' .1., o -e '• qE LCCu¢ttC C¢t C,FCt Cc 6. 9 i 8S888 S$8 &8S8 '$;$' .863 I_ h tt..$ Yn, €tF, :e i F n. �p M1.I1 TM9n.I O ,. a olg S y Sn C C ¢ V ti t I. 1 C G C I. a- 00 o N d - � .xIJ I A J s a a t! { g {{ t q B S F�4 4 % 0 s An x. C. m�a _ V �6NNM1 �: A YN YH n »»Y M Hn 1 I a rjrY _ n �I - ♦ n r N d c as s i' �^ei "iiii 9< :ssm a $ i ism F 12 H :m. 4 rl ♦6�.♦y 'n n..men♦n .mm I. . •I Fg S$$....888 .8 . .$ 'mM ^He Yvnn x,ry 7tid:R'nl$.=P•e'Z ,IF7 C:--- ssmm NNNNYNYYw .. �♦b. ry SO OeH ntlHOl Y m SS ne : m0 2 OV. h�i m c.m. •m�^. g yv � .� R N an d 3♦� { S nni'r � i e I ! - c 3 r yiNNMy n > r e f • VVt5eX. GeCGC ae fl'1 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: Water and Wastewater Department Approval of construction contract Change Order Number 3 with Archer Western Contractors, LTD, in the amount of $17,987.03, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. $ 17,987.03 $ 292,880.00 Wastewater System Imprvmnt Project Cost of this request Category/Project Contingency Program Category / Project Name 4480.9480.5315.00 Account Number 02133-0303 Project Number Budgeted Item XX City $ 174,644.05 Contingency Funds Used to Date $ 118, 235.95 Remaining Balance Budget Adjustment Attached EJ Water and Wastewater Program / Project Category Name Water and Sewer Fund Name Previous Ordinance or Resolution 59-05 Data Original Contract Date: 15 -Mar -05 / / Original Contract Number: 987 Date %JS a. k4,.�. 9-25-Q Chief Administrative Officer Date Date Received in ayor's ice ENTERED Vag Received in City Clerk's Office EN f9 rf City Council Meeting of N/A- Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee {I From: David Jurgens, Water and Wastewater Director Date: 24 September 2007 Subject: Approval of construction contract Change Order umber 3 with Archer Western Contractors, LTD, in the amount of $17,987.03, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2 Staff recommends approval of construction contract Change Order Number 3 with Archer Western Contractors, LTD, in the amount of $17,987.03, for construction of the Noland Wastewater Treatment Plant, WSIP Subproject EP -2. Funds are available within the approved contract contingency. Archer Western was awarded the contract for upgrading the headworks, wet weather operations, solids handling, and odor control at the Noland Wastewater Treatment Plant (WWTP). The contract was awarded in March, 2005. The contractor is completing punch list items at this time, and will be finished by the final completion date of October 14, 2007. The facilities installed under the project are already in use, including the new bio-solids dewatering building with both the new belt -filter press as well as the relocated previously existing unit, bio-solids pumping facilities, bio-solids storage tanks, modified filter building mudwell return system, the revamped security fencing around the facility except for the new gate, and partial use of the new influent piping and flow control structures and the new stormwater drainage system. DISCUSSION This change order rectifies all remaining items identified through the construction process, and reconciles all unit quantities in the contract. Most of the increase changes in this change order are a result of underground piping and hardware was not located as indicated on the as-builts from previous construction at the plant. Several reduction changes reconcile actual cost versus estimated costs for time and material work. A summary of the changes is attached. The Noland WWTP renovation and upgrade project has proceeded very smoothly and with virtually no problems. The team of Archer Western, Black and Veatch, OMI, and City staff have produced an excellent project that is proceeding on time and within the approved project cost. BUDGET IMPACT Funds are available within the remaining approved contract contingency of $118,235.95. A balance of $100,248.92 will be left in the contingency, and will be returned to the overall WSIP project contingency. EP -2 Archer Western Change Order No 3 CC Memo Sep07 Fye evi e ARKANSAS Improvements Handling CHANGE ORDER NUMBER 3 Project Number 135045 Contract Number WSIP EP -2 Contract Title Noland WWTP Headworks and Solids K,. .. •.. I. . ,. •t TO CONTRACTOR: Archer Western Contractors. Ltd. ORDINANCE NO: / RESOLUTION NO: N/A The Contract is changed as follows: Item CO3-1. 18 -inch pipe (ST -7) conflict with an existing 6 -inch WAS pipeline per RPI45. Initiated by. Contractor Due to unforeseen conditions, during excavation an existing 6 -inch WAS pipeline found to be in conflict with a new 18 -inch stormwater pipeline (ST -7). It was determined that the 6 -inch pipeline needed to be lowered to go under the 18 -inch stormwater line and then tied back into the original alignment. The change in pipe elevation results in an increase of $3,425 in Contract Price. The change results in no change in Contract Time. • ; :. 5 •,, . IL_. • JI • . « ....., ... , J3IS3S.I313i�t .. 1�4? . Initiated by. Engineer The time and material costs associated with the relocation of the Primary Pond Flow Meter Vault and associated duct bank resulted in a cost of $7,103.13 based on the time and material charges. The not to exceed amount established in Change Order Number 2 was $9,454. The time and material charges resulted in a decrease of $2,350.87 in Contract Price. The change results in no change in Contract Time. Item CO3-3. 36 -inch Wet Weather By-pass Pipeline Conflict per RFJ 84. Initiated by. Engineer Due to unforeseen conditions, the new 36 -inch wet weather by-pass pipeline was rerouted. This work was necessary to avoid an existing electrical duct bank discovered during excavation. The change results in an increase of $7,520.00 in Contract Price. The change results in no change in Contract Time. Item CO3-4. Relocate 4 -inch Grit Line to Classifier net RF1 85. Initiated by. Engineer At the request of the Engineer, a 4 -inch grit feed line in the Headworks Building was relocated. This grit line was in conflict with the center beam of the concrete deck supporting the grit processing unit Two 45 degree bends were installed to shift the pipe and avoid the conflict with the beam. This results in an increase of $797.00 in Contract Price. The change results in no change in Contract Time. Initiated by. Contractor The time and material costs associated with the New Junction Box resulted in a cost of $41,639.05 based on the time and material charges. The not to exceed amount established in Change Order Number 2 was $58,852.00. The time 00940 Change Order 00940-1 9/14/2007 (FAYETTEVILLE, AR ) (NOLANDWWTP (CONTRACT EP-2/PN 135045) and material charges resulted in a decrease of $17,212.95 in Contract Price. The change results in no change in Contract Time. Item CO3-6. Relocation of 4 -inch Potable Water Line. Initiated by. City of Fayetteville Water/Wastewater Department At the request of the City of Fayetteville Water and Wastewater Department, the 4 -inch potable water service line was relocated. This relocation allows for the Administration Building to be fed upstream of the on -site backflow prevention assembly. This change was necessary to be in compliance with the City's standards. The change results in an increase of $1,510.00 in Contract Price. The change results in no change in Contract Time. Item CO3-7. Relocation of Existing 6 -inch Scum Line. Initiated by. Contractor Due to unforeseen conditions, an existing 6 -inch scum pipeline was rerouted and lowered at the wetwell of Influent Pumping Station No. 1. This work is necessary to avoid a conflict with a new 30 -inch IPS#2 Discharge Pipeline. The work included core drilling into the wetwell wall and adding addition 22 -feet of ductile iron pipe. The elevation of existing scum line was not as shown the existing as -built plans for the original construction. of the line in 1984. The change results in an increase of $7,495.00 in Contract Price. The change results in no change in Contract Time. Item CO3-8. Installation of Sample Ports on New 6 -inch Sludge Piceline. Initiated by. Operator - OMI At the request of OMI, a sample port is installed at each of the in the new 6 -inch sludge pipelines on the second floor of the Solids Building. This change was requested to allow plant staff easy access to the sludge prior to entering the Belt Filter Press for sampling and testing. Prior to this addition, samples were only available at the belt filter presses. The change results in an increase of $630.00 in Contract Price. The change results in no change in Contract Time. Item CO3-9. Relocation of 4 -inch WAS Flowmeter to the Existing WAS Splitter Box. Initiated by. Contractor At the request of OMI, the new 4 -inch WAS Flowmeter was relocated to the existing WAS Splitter Box. This modification allows the plant staff to accurately monitor the flow of wasted sludge when it is pumped to the sludge storage tanks or when the sludge is routed to the tanks through the existing gravity line. The change results in an increase of $1,211.00 in Contract Price. The change results in no change in Contract Time. Item CO3-10. Rerwte 6 -inch WAS Piceline. Initiated by. Contractor Due to an unforeseen field condition, the new 6 -inch WAS pipeline was rerouted 80 -feet west of the Blower Building to connect to the existing pipe. This pipeline change was necessary once the Contractor located the existing pipeline in the field. The existing line was not found in the location shown on the existing as -built plans for the original construction of the line in 1984. The change results in an increase of $4,735.00 in Contract Price. The change results in no change in Contract Time. Item CO3-11. Locateand Reroute Existing 3 -inch Potable Waterline. Initiated by. Contractor Due to unforeseen conditions, the existing 3 -inch potable (WI) waterline was rerouted. During excavation it was discovered that the existing potable waterline was at a different elevation than shown on the as -built plans for the original construction of the line in 1984. This elevation difference caused a conflict with the new 30 -inch Influent Pumping Station #2 discharge pipeline. The existing 3 -inch potable waterline was raised. The change results in an increase of $1,812.00 in Contract Price. The change results in no change in Contract Time. 00940 Change Order 00940-2 9/14/2007 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) Item CO3-12. Abandon Miscellaneous Chemical Lines at the Decant Facilities. Initiated by. Contractor Due to unforeseen conditions, the existing chemical feed lines, valves and valve stems were removed. During excavation it was discovered that several existing chemical lines were in conflict with the decant facilities. These lines were not accurately shown on the as -built plans for the original construction in 1984. It was determined by OMI that the lines had been abandon and were removed. The removal results in an increase of $1,068.00 in Contract Price. The change results in no change in Contract Time. Item CO3-13. Blind Flange Installation at existing 6 -inch drain line at Vacuator #1. Initiated by. Operator — OMI At the request of OMI, a blind flange was installed on the existing 6 -inch drain line at Vacuator #1. This flange was necessary to prevent leakage from the influent channel while it was still in operation. The valve on the existing drain line could not be sealed and during high flows the valve allowed raw wastewater to leak to the construction site. The flange was necessary to prevent raw wastewater from leaking on to the site. The change results in an increase of $1,522.00 in Contract Price. The change results in no change in Contract Time. Item CO3-14. Modify Grit Washing Control Sequence. Initiated by. Contractor At the request of the Contractor, the Engineer reviewed the Grit Washing Control Sequence updated by the Contractor and requested that modifications be made. These modifications allowed for a more effective washing system, a set time for the each flushing operation, and less impact on the nonpotable water system. These programming changes were completed by the instrumentation subcontractor. The change results in an increase of $1,504.00 in Contract Price. The change results in no change in Contract Time. hem CO3-15. Installation of New Manhole on Stonn Drain ST -7. Initiated by. Engineer Due to unforeseen conditions, a new manhole was installed along the 18 -inch storm drain line. This manhole is necessary because of a conflict between the new 18 -inch pipeline and two existing 6 -inch clarifier drain lines discovered during excavation. The existing 6 -inch drain lines were at a different elevation than shown an the as -built plans for the original construction of the line in 1984. The installation of the manhole will combine the flow of the 6 - inch drain lines with the 18 -inch storm drain and allow access to the existing 6 -inch lines for routine maintenance. This work was done on a time and material basis. The labor charges are listed as an attachment. The change results in an increase of $13,321.85 in Contract Price. The change will increase the Contract Time by 13 days. Item CO3-16. Soil Spoils Storage Credit. Initiated by. Contractor The Contractor was allowed to leave soil spoils at the Noland WWTP rather than hauling the soil off site for disposal. This soil can be used for future projects in the area. For allowing the soil to remain on site the City received a credit from the Contractor. This changed resulted in a decrease of $6,500.00 in Contract Price. The change results in no change in Contract Time. Item CO3-17. Defective Concrete Credit. Initiated by. Owner 00940 Change Order 00940-3 9/14/2007 (FAYETTEVILLE, AR ) (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) According to test results the concrete poured on June 28, 2007 was found to have a lower strength than allowable per the specifications. The strengths were reviewed by the Engineer and found to be allowable for the intended use. For allowing the defective concrete to remain in place the City received a credit from the Contractor. This changed resulted in a decrease of $2,500.00 in Contract Price. The change results in no change in Contract Time. Not valid until signed by the Owner. The original Contract Price was............................................................................................ $ 14.644.000.00 Net change by previously authorized Change Orders............................................................. S 174.644.05 The Contract Price prior to this Change Order was................................................................ $ 14.818.644.05 The Contract Price will be (X increased) (® decreased) (® unchanged) by ........................... $ 17,987.03 The new Contract Price including this Change Order will be ................................................. $ 14.836.631.08 The Contract Times will be (X increased) (® decreased) (® unchanged) by ......................... (13 ) days Required date of Substantial Completion as of the date of this Change Order therefore is ...... July 14.2007 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. I certify there is a balance otherwise unencumbered to the credit of the appropriation to chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of tb is to be made, each sufficient to meet the above obligation. above amount is i which payment O0940 Change Order 00940-4 9/14/2007 (FAYETTEVILLE, AR (NOLAND WWTP ) (CONTRACT EP-2/PN 135045) Paul R Noland WWTP Improvements WSIP Contract EP -2 Change Order Number 3 Summary of Changes Item Change Change in Number Description Contract Amount Contract Time CO3-1 18 -inch pipe (ST -7) conflict with an $3,425.00 0 existing 6 -inch WAS i eline er RFI 45 CO3-2 Reduction of Cost of CO2-1 Relocated Primary Pond Flow Meter Vault per RFI ($2,350.87) 0 51 and 79 based on Time and Material Charges. CO3-3 36 -inch Wet Weather By-pass Pipeline $7,520.00 0 Conflict er RFI 84 CO3-4 Relocate 4 -inch Grit Line to Classifier $797.00 0 per RFI 85 CO3-5 Reduction of Cost of CO2-3 New Junction Box per RFI 86 based on Time ($17,212.95) 0 and Materiales CO3-6 _Charges Relocation of 4 -inch Potable Water Line $1,510.00 0 CO3-7 Relocation of Existin6-inch Scum Line $7495.00 0 CO3-8 Installation of Sample Ports on New 6- $630.00 0 inch Slud a Pi eline CO3-9 Relocation of 4 -inch WAS Flowmeter to $1,211.00 0 the Existin WAS S litter Box CO3-10 Reroute 6 -inch WAS Pipeline $4,735.00 0 CO3-11 Locate and Reroute Existing 3 -inch $1,812.00 0 Potable Waterline CO3-12 Abandon Miscellaneous Chemical Lines $1,068.00 0 at the Decant Facilities CO3-13 Blind Flange Installation at existing 6- $1,522.00 0 inch drain line at Vacuator #1 CO3-14 Modify Grit Washing Control Sequence $1,504.00 0 CO3-15 Installation of New Manhole on Storm $13,321.85 13 Drain ST -7 CO3-16 Soil Spoils Storage Credit $6,500 0 CO3-17 Defective Concrete Credit $2,500 0 TOTAL $17,987.03 13 EP_2 Arches Wcsum_Changc_Ord.doc In reference to CO3-2, CO3-5 and CO3-15, the following are Archer Western Contractor's labor rates for time and material charges on the Noland project: Title Range Laborers $9.50 - $14.00 Carpenters $13.35 - $17.00 Welders $18.50 - $22.50 Foreman $18.00 - $21.00 Operators $14.50 - $20.00 Supervisors $30.00 - $54.45 t, V I. Time & Material Field Charge Date: February 7, 2006 Noland LVWTP Black f Vaafch Etibeeebp CRY of Fayttevm. Manna PCMA25 Lowar4lncA WAS Snt to allow for ISdnch ST] clearance. OESCRPTION Labor Csm my UM entr LABOR MATERIAL EOUOMIENT SUSCONIRFCTOR TOTALS Ghaan t.tCSth, Fireman 5 MY I19Lfl0 s Rah CaNm Laborw S m sit s 56 Pa bin Gaenw Opni 5 kW 1450 s Wise Eaq*mm. Ibk�t 5.44 b000 s 150 0 MM as S 0 0.N 0 0 HR Sp00 Ta4l Ms,oula ahnkk 46'45 Band 4Ma1 S 1 IS S 105000 f 1,080 bW6 1 TN s 11.00 11 s F s y I as f S s $ y r35Tndtae 5 MR 5 1O0 S 525 Cu1MSx S H3 S 47.00 S 226 Os T^b' 5 HR f 7002 s 100 MaGessa is /IR S 14 $ 225 LB f LS s y S $ S E y s SUBTOTALS: PAYROLL BURDEN Q 55% OF LABOR SUBTOTALS; Saks Tax 6x ft. 10% Earn) Bupp4r @ so.RMx 6ma0 Teak®S1AR1 Mnnlancn 2.5% Bond Rale 14% _ TBTALAVOIINT OF TI5REOtIEST FOR PROPOSAl. s 375.00 5 1071.00 s 10S640 S s 2534.40 f 20615 20675 f 581 fl S 1071.00 s I066.40 S S 271065 296.10 s 296.67 f low s 40.pp S 41.12 s 41.11 S ]1252525 Addmenal Carvae Days - •- C %-L__ PC m - o-si ?': J ..' 11 ' i -+O O. n DATE OF WOR=. { Or�3: - +;''6fa :w. O^ !'?OAK O?'�j -n V i.-:_ „'. Ri=? ?a_P2TION O 'r7O y ?l V:O?I£D_ . I (�r. Th CJ `WORKERS: DATE a. =LsS_, C niON UPS ,g DATE TOOL 02 -7 -off . 32S C's so T=RI?1S U3=: The vG=i: listed above if dor;e for Ir _.r _G tine record _ ZS a. rv_ fJL_ ___.�. _ �___ '1 r85 .C. L^E^ i-_-_I_eA -c work .'_^..Ze JeCaCse of a g=ev?OL' refit st frc `'- ,._._ >_' :0.., .:c_ 5 _- a �. .a r Y01 C_ �O ==� _ r•.v __ 11=e=?5=. _♦ t___ 2__Y _S CC _`v=.'JVeC ]! yGL', ".LecSC notify :]S by _?_L F2__. Yc x^.__ e invoiced -e:a ed - ^e -z.5-c ' c ..a: is :ecord C. 7J11Ceble Xe ±__ 9n _ _ over -ad c �% TT - _ __ __ L YSY ♦ US 1 www.equipmentwatdm.com Rental Rate Blue Book Caterpillar 325CL Crawler Mounted Hydraulic Excavators Date: Tuesday, Apr 10, 2007 Size Class: Operating Weight: 28.1 -33.0 MTons Weight: 63,100 lbs Equipment Notes: General Purpose bucket included in rate, unless otherwise noted. Configuration for 325CL Power Mode: Diesel Bucket Capacity :1.5 cy Operating Weight: 28.6 MT HP: 186.0 Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost Ownership Costs Estimated FHWA Rate Operating Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates $10,235.00 $2,865.00 $715.00 $105.00 $46.75 $104.90 Rate Element Allocation Element Percentage Value Depreciation (ownership) 40% $4,094.00 Overhaul (ownership) CFC (ownership) 39% 14% $3,991.65 $1,432.90 Indirect (ownership) 7% $716.45 Fuel (operating) @ $2.49! gal 42% $19.45 / hr Revised Date: 2nd Half 2006 Back to Renlal Rate Blue Book Results Print Pa ae Start a New Search All material herein ® 2003-2007 Penton Media, Inc. Al! rights reserved. https://arvw.equipmentwatch.com/Tools/RRBB/RRBB_PrintDetails.jsp 4/10/2007 Time & Material Summary Sheet Project: Noland WWTP Improvements - Headworks & Solids Handling Owner: City of Fayetteville, Arkansas Project Numbers: EP -2 Engineer. Black & Veatch Engineering 135045 Contractor: Archer Western Contractors LTD 205029 CO2 -1 (PCM-027) SUMMARY OF COST FROM ATTACHED TABULATIONS Date Additional Amnunf rnner a n,..� April 30, 2007 $ 5,405.45 1 May 1, 2007 $ 717.54 1 July 11, 2007 $ cJ ft,./cj1&t&o 1 Totals tv4q'4"� 3 7, fc3 • f3 Time & Material Field Charge Date: April 30, 2007 HOMnd Mora r Ohc5 b vatcb Em,bnemp city Of Fyelteyjflm, Aikinits Thu Mahrla Dncflptloi 603fA (PCM.LTI RaboatM Pdm 'Pmd Row Malt Vault No, TO Exceed 55454. Insllhd two 1 Int condubs from HHe2 to Pond Relum Mder Vaut. pet RR 51 S 19. RESCfdPTON Chas WY UP3 mrt___ LABOR MATERML EOL®MrNT SUBCONTRACTOR TOTALS nbot tese Camadm Ca 2 WI £122 S 27 CMIS SobxrOpna4q to Wf 314.50 3 ISO SCSI Codnen tabuer 5 WI 511.50 5 53 BOB A .Man PrMed Sua 1 HR $54.45 S $4 Taint Mamotrz 15 Materlat b s LS f S - SF s S V 5 S 5 S s LS s s S S S S- _______ rwnL' Generator 10 HR S 1512 $ 164 4308adMe laSr 10 HR S - 31.& $ 378 Plc TmG 10 I $ 9002 S Loo Fu O l5 Grease rue $ 15.00 S 300 $uhcordnct. 6Bn CN Sib 1 IS S 25000 5 250 ver3kal flab 1 IS S 3591.60 S s It s s $ 3 $ SUOTOTAL6: S 29515 S S 105230 S 2.544.60 5 4l75.55 PAYROLL eUROENr 55% OF LABOR S 163.55 S 163.00 SUBTOTALS: S 46213 S S tfl32J, S 2,SN.Oo S 4339.53 Sala Tors% b 37550 Fee 10% s 471.9 M1rery 9uppllea®S0.zoflR SmCATO*O@=MH S .I 5 3600 bnumntt 2.5% S 100.40 BeM RaM 1$% 5 65W TOTAL AMOUNT OF TMS REQUEST FOk PROPOSAL 5 54e5.5 AccXbnal COanOWOaea I Time & Material Field Charge Date: May 1.2007 Nshndwww RYA & Vesldt Eagbr amo ar of FrysMvals, MSnms Eat t' WA12-1 )PQe.01r) Rebcaltd➢rimary Pond how M.ItrVoett Nnl To Exceed 59,454. Ii Weed Me Ia ch conduits f,otn NMi2 to Pend Return Utter Vault, Perfpl 51 & r9. OEscmp11oN abor, Clan OTT UIM __ LA90R MATERIAL EOInPLYENT SLR[ONnunoR TarmL5 C1N5S O Mu 35 MN S14.SV 5 51 KN9CONYn Lltarfcq 3S MM Srise 5 40 ddlemen R*d tin 1 L 55445 5 Sc a MM __ 5000 5 her SOLOS SOLO 5 To1q Mx:dgM d MMbI: 0 OS t 0 LS t 5 _ SF S F S $ _a' _ b f S t 5 E M: Cm 3.5 KK 5 35A2 s 124 4108 dd SS 251 5 37.11 S 1II I NR 01 • Pad Oil Cr &N aM M' 45a L.......JSW f 68 0 LS LS S S S S 5 S s S LUBTOTAth PAYROLL RMROENE 55% OP LABOR SUBTOTALS: Sus Tox SX Fee tOX Wet lopplkxQi0.50Ip1M &nfLMN bxuranceoanne l3% OenJRdsl TOTAL, Ar3cwmaTlEs REQUEST FOB PaoPosAL 5 14545 $ S 31393 5 5 419]5 S S&00 _ S e0m 5 225.45 S S 313.10 � S_ S 509.35 S 4494 5 e1Je 07. S lem 5 1413 f 154 s n; -St � '- • Mdilbnd OOnmd asyx 4 Time & Material Field Charge Date: July 11, 2007 Noland MNRP Black & V.atch Enpinmung CRY IN Fay.ttnnro, Arpnf,F --"'v "^•'5 ^•+�+nv rtm55yr n flow Mete yawl Not To E ce.d 8454. Replace sidewalk @ Pond rthnn duclbank Pn.P51 Flde of admM bldg. OESCRIPTiON Lacer Clap OW UN ea!FRG LABOR MAlER5AL EOUIPMSTT SUBCOYiRACTM TOTALS 1O -hl Abet Rutz C Fanmm ! MM S,toa $ n f0.1N hsp pamkc O l k01 f15.00 S 60 I I -N AOM RUM Carp Faenun 2 MN S16OO f b 11Jd Jain RAOOec 2 kB1 115.% i 30 tae AOdkimem PTWM 2 MM ss5.ls S 105 MN GI. L mm S TWI MaNnmf Il Mcl.dal: Form Mat & Atcessorkf 16 SF $ 25D 5 !0 a Reps ReSr MM CaMl.ln a Cy s rsm f Blap 5 120 ASR AddEM 1 GA s tale s le B s a' g LS 5 p Eu me. Pcku Truck F O 8Grtm° 2 FFt S mnz 5 1500 L 5 40 5 50 S fe f S soEconlncf. 0 LS 6 LB S f 5 S S s S S S S SUBTOTALS: PAYROLL BISROENQSSn OF LABOR SUBTOTALS: 6YM5 iP.9y Fee IOX Salery S'pPiks®SO.WRIN Small too! @S>RdN In54arme L5% Bond RMe 13X f Spin 5 261.1E S T M-. 5 L 658.12 S tEeW s fB.60 f 475 .70 5 i6f.ig 5 TBOt f •3 e9x S STAT 5 86.15 f TO L MINI 211.11 5 12.10 TOTAL AMOUNT OF THIS REOUFbT FOR PROPOSAL MOOSon.l cenlnct Gay, *0,1516 Maj 0S 07 09:32a p.2 FIELD CHARGE WORK PZFOP.MED BY E1 LOYEES OF ARCi:R-WESi'ERN CONTRACTORS, LTD. - WORK ITEM NO. PROJECT:$!_f6/A U%Qi+f ! g.f�rrj,.T 196? DATE OF WORK 0RD£R: RD. OF WORK ORDER SIGNED BY: BRIEF DESCRIPTION OF WORK PERPORmzO.- J-Ac4-nhIoJ S -I" -Lin.,, iIzf n - WORKERS: EQUIPMENT -RENTAL: Cot.'coo &Kk MATERIALS USED: crneSIF ICATION ROORS RATE TOTAL in Sob Cos f The work listed above was done for your firm. If the record has not been signed, the work was done because of a previous request from you or to _protect your interest. If this work is not approved by you, please notify us by return mail. You will be invoiced on the basis of this _ecord. Applicable taxes, fringe benefits, and overhead and profits will be added when you are invoiced. c JPerfermed For: Work Performed By: r/ Archer -West in Con ra ors Ltd. signed 3y: /('.4' Signed by: ate: Date: May 06 07 09:32a p.3 I FIELD? CHARGE �. ' WORK PERFORIcllo BY EMPLOYEES OF ARC.-*x'R-Tn'ESTERN CONTRACTORS, LTD. . i 1.• WORK ITEM N0. r6O tii--- DATE OF WORK ORDER:5a (^Q) SO. OF WORK ORDEJt9rIQJOIQSIGNED BY: BRIEF DESCRIPTION OF WORK PE'AMR` M:JASf//j l 1tdflr,i II IJ % 29 rn V WORKERS: DATE NAME CL*SSIFICATION HOORS RATS TOTLT. i _ EQUIPMENT RENTAL: DATE MATERIALS USED: TOO The work listed above was done for your firm. If the record has not been signed, the cork was, lone. because of a previous request from you or to protect your interest. If this work is not approved by you, please notif}:.us by return nail. You will be invoiced on the basis of this record. Applicable tics,, fringe benefits, and overhead and profits will be added w�'you are invoiced. !.': - fc Jwerfonea For: L.- Work Performed By: Archer -Hest Con actorN, Ltd. ig ed By: /� /� — _ signed by; 'ate: Date: • Li Jul 17 07 OB:35p Rrcher Western 4794441499 FIET.fl CHARGE J Kook ?Rpop ORIr^.'D BY EMPZ,OnES OF FaC ✓2- �?=i CO_NTRaCTORS, LTD. . —?ROTeCT: DATE OF WO?iC ORD== p.2 WO?Z ?-! ='M OF WOR3 CR✓ .e�_s_G tm 37: BRIE DESC?3BTZON OF OZ: 23L=0R Cti,_/_C G�PZ ,4/y 4%r O.e rt .17 a z e z, t - fl - a - _ G -.}e/ � •p/TU.?.C� ,1e • WORKERS DATE fir. �`SSai£Cx.T?ON BSS V.Ts TOTAL :..:,.ja a=rc{ EQCT?N?NT ?.:;NYSE: DATE TOOL /-- Yx%6 /REJ , '_ The wcrk 1≤stew above Was done foz yor_.— =?:,a, ;= the -erard ^as not been sicced the work was done' because o± a trev otis rec!est f„On ✓tu Or to prole your izte est. if �: i2proved' by you,cab pie a e notify us by retu:a mail. You w411 be iavo ced on - < this wirk is not =ebord.- A_nli s, ___nge ten zhe basis n= was invO_CGQ. �'i!'-s� and overhead and J roftts willbe ceded when /o are :c jPerEccued =b.. WcrJc ?er_ozed 2y: cer-Weste— -ned 3y:fl__1lL «e: 7 —/7—Ov sz_: 7iZ—o� C OIL CAPITAL ELECTRIC July 13, 2007 Jeff Polak Archer -Western Contractors 2121 Avenue J, Suite 103 Arlington, TX 76006 Reference: Noland WWTP Phone: 817-640-3898 FAX: 817-640-8734 Subject: RFI-0051/0079 — Primary Pond Floe Meter Vault — T&M Cost Jeff, We are providing pricing for the electrical work associated with the relocation of the Primary Pond Flow Meter Vault that was performed on a time & material basis. Our price for this work is $2,594.00. Regards, Richard Morrison 199 Fantinel Drive - Springdale, Arkansas 72762 - 479-361-9833 - fax 479-361-9835 011. CAPITAL ELECTRIC Noland WWTP - Fa etteville, AR Date: 07/13/07 Job No: 05-30-5002 RFI-0051 Relocate Primary Pond Flow Meter Vault Description Value Material $1,098.73 Labor $1,152.00 DJE $108.00 $0.00 $0.00 Sub -Total $2,358.73 Markup 10.00% $235.87 Subcontracts $0.00 Subcontract Mark-up 5.00% $0.00 $0.00 Bond $0.00 Total $2,594.60 ITEM NO ITEM NAME QUANTITY 1 1" rc 340 2 caution to a 340 3 10 xhhw cu stranded 1150 4 'sand - ton 30 199 Fantinel Drive - Springdale, Arkansas 72762 - 479-361-9833 - fax 479-361-9835 Time & Material Field Charge Date: September 25, 2006 NnbS hsVTP macka Veatch EnoM rf" City W Fay.tevme.Afbnsa Time R Mafabi b e, Sa, PCMOIO Rn onza t0 RFlSS4 SEAcb bypass ema tit my OFSCRWTwN Labor: Nzs OTT UIM lsarpm¢ LABOR NATERML EOUWMENT SUBCONTRACTOR TOTALS 0 MM 50.00f 0 A Sapp p Lc WOO s 0 MX SOHO 5 0 sar sox s o nor m O IIR woo s Tptal Menima 0 wbF. $6'SO NbSBn r 1$ 6D6s.06 s 6 _fli$ i EF s s F s s L6 S LS s- LS S $ ____ s EgnI,tmtt ____ - O _________ s _________ ________ __________ -____________ 0 NR s $ 0 Lw s______ s - a Iw s $ a tw s s subco0btti _____ LS 5 $ s $ s s s S s $ fiaBTOTRL5 PAYROLL BUROEN @ SS%OFF UBOF SUBTOTALS: SaUsT*S9h For tp% SatatySupprneSY50fBN SrmO Tom e S ttat Bentl Rafe iS,G TOTALAR!OIM OF THS REOUESTFOR PROPOSAL s s 6 .56 s S- $ a Y - $ s 6...56 6 s s SO9� 554524 S - $ s LSi.04 Std 5 lat.ps Atl6$wulpn,*nt Davy t pcm 30 ,A ;:142;1,\. nl •'i;I :5_I)? )NvtorcE 4: U5U23O4 GC? DATE 975'06 Hill !u ,ARCHER->IESTEPN !I; _?p Shut TO: F•. 2121 AVENUE J. ?:R WESTERN CON'?;('r•'}'S LTD ;':ail) FOX HUNTER ROAn SUITE 103 f'1.IE il)DLEMAN 479 4:1.1 1-;_; NO(.AND WTP ARLINGTON TX 761104- FR.'iETTEVILLE, AR 72701 r 3/' /2C c'X/'Jim Cls')UNn;HY ' CI'Ii)Flt UATg SHIPPED Sl ln•I•EU \'IA t\tgc otncI' FREIGli'f TE:R6ts F_C.I]EK)t ARCWC60 33} 0/75/06 WSXI 4305024 KI-7 BHM PREPAY/ALLOW it?}'s IPr.tt'IAPTIOS 1PAII:IIT VI:\>'n'n V0111 f'Ci lPRIti: ,\\IrdM JOB NUMBER 205029 1 36" MJ C153 90 SEND. ALL. CENTERS Z5.75', 1661.77 ; -'J000 EA 3556.97 3558.97 350 PSI, 4-2-22 2 JOINT GLANDS 36" MEGAI.Uf RETAINER DI 513 .00 2.0 000 EA 988.17 1516.34 GLAND 0-2.' 3 36" MEGALUG ACCESSORY KIT WITH ESAA.SEJ L 107.62 2.0000 EA. SBR GASKET, BOLTS & NUTS. IMEGALUG .00 .00 RETAINER GLAND NOT INCLUUFO) 4 RING RELD FLX RING 36 FL OFI FX 26.00 L.0000 EA 534. 05 534.05 FINED 2308.39 Lining and Weight Adjustment 241.61 rn, 9 20 CPP C 6 Total Weight 2550.00 Material Value 5710.39 A Chr-�- e,: -.ern GO tractors Freight in Price 358.97 Te as Area 0 hce TOTAL 6069.36 TERMS: NET 30 :•IRLc aII dxrke pa'oblrto: Vire Tr nsFc to: AC!I or PDI Pavmrnr ANJCRIC.LNCAS'I'JIWN YlI'li C'OMPA_Y AIIERIC..N CAST IRON YII'li ('aMa'\NV .iA;YHICAN C:LSr IRON YII'ECC)MP.NY P.O. RUS 702659 at H,VNKBATNK OF AMERIC:t ,r RANK: DANK OI'.UIERIC.\ .VI'I..\Y'I':L GA. 3113$24.2659 ROL-17NG NL7h111KH: (126009593 a&l 06)000052 .1CCO1NTNIJMEER: 00327A520'JKI ACC17I'NTM'MIJER: 003 2 73 320'91;( SWIFT Nt'MBEER: B(WW'wSGS uill'li . III :Y.\'IL\'ICl:\'{k 4ANSlt)}I.1KY PAikll:Nl'I.C.111 I IY.IL\WKC NTM TIF.TFRM OFTfIS .piRlldll' -fl .'r[NA1 tA:.VT S:LA..IJ. U OEEMEV IiJRF M9l IRC iAT:\M)d $0.`:Il`6l'IIPYtli oP.N(nil) 0.411-IIALIhi LYd PFR A1rA.Til OR IA!, .\.M1. I 'IIAY.OFU WYt)Ll.AJU PS FIRM. OV'lll1: 1 \1':AlV11A1X l tiill,Kk IIC:WNl1.1LXATIi 01'Dr. EXCEEIITIE 931:\ll.`.tUN MMJ. WEO O'i .1W. TIIE, II:1II' iI OMIJ. P.F. M:LC}III I.ALCM.EL ADPINV PAGE. 1 ORIGINAL Time & Material Field Charge Date: September 29, 2006 NWene LV,VIP Block S Veatch EnglneeNq City of f y.4Mvi&. Mfansn TM A Mete' 1 Pflc4floc' KM -0I Mon I npNt 6xb nzohe mnNc9Ml wnente hct ceetn less, Ms RR -O6& DESCRIPWN tins my VIM ffVPtt LAfOR MAIflIAL EOURI2ENf SU8C0NIRACTOR TOTALS abo IMe9 a0+ 6 A9t SlS00 $ 152 0 MN WW S 0 WOO S 0 MH 00 SODS S TaolUmbeurs S wtanb 45dbaud. &. s 1 LS S 395.00 S 393 0 FA f S 6F L F f f O S f _a' 6 S S S e o s s fl__ s _o awes s nY 0 HR S W&Grs 01! S 0 NR f f 0'wt fob[ontncF. lb f S f f SUBTOTALS: PAYROLL BURDEN C 55% OF LIBDR SUBTOTALS: S 15200 $ 30300 f $ 550.00 S £3.60 S jj $ 39300 $ S .,53.60 3 63360 Sales Tae 9% fee 10% Safety Soppes€$OS02M SnuS Tea is a $2NH kclnance2.5% florid Rare 1R S aRSO f 65.11 f 1.00 f 1S.W S 15.54 S 9.50 TDT4 M.t0UN2' OF Tw5 REQUEST FOR PROPOSAL. S RO)5 Atlebbnal Cenl laet Day, I Request For Information Detailled. RFk Grouped by RR Number Archer Western Contractors, Ltd. Noland Wastewater Treatment Plant Improvement Project S 205029 Owner Project S: 205029 1500 N. Foxhunlar Road TeF. 474444-1423 Foe 47944414_99 Fayetlavifla, AR 72701 Request for Information #: 0085 0912712006 Answer Company AnsweredByAuthor Company Authored By K` VDMR t/ our kcherwelem Comradws. Ltd. Shawn Durham 1500 N. Foxlwnter Road Tel: 479444-1423 Fayetteville, AR 72701 Far 479-444-1499 I4' grit floe cmfrmt at gM processing unit elevated deck _— ('a •, - t Cc: Company Name Contact Name Copies Notes File Copy Information Requested Date Required: 10/04/2006 Please reference drawing DC9. The eastern 44 grit feed fine to the western grit processing.unit is In conflict with the center beam of the concrete deck supporting the unit The centerline of the 4" line is 2.5 west of the beam centerline. Please advise how to proceed. Suggestion Response u.� 2.- LI 5 du w ee r L-_& pVer IDr fie pct,) to move 'f=ks_ } to C.U.c r "I"t-2 UJE'f 4Ar v k_ a(3 tke.. �a2c�N1 ]etrik-d RFs grouped by RF n hoc. Answered By ' I Date /2� 10& Prirfd on: 927/2006 -031. M Time & Material Summary Sheet Project: Noland WWTP Improvements - Headworks & Solids Handling Owner. City of Fayetteville, Arkansas Project Numbers: EP -2 Engineer. Black & Veatch Engineering 135045 Contractor: Archer Western Contractors LTD 205029 PCM-032 New Junction Box �� a _3 Work Item No. 97-50004 SUMMARY OF COST FROM ATTACHED TABULATIONS Additional Date . - - January 30, 2007 January 31, 2007 February8, 2007 February 9, 2007 February 12, 2007 $13,720.82 $2,779.91 $1,991.83 $2,314.54 $108.90 wntract ways I 1 1 1 1 February 16, 2007 $449.86 1 February 19, 2007 $1,108.35 1 February 20, 2007 Febniary21, 2007 $2,808.12 $1,475.84 1 1 February 22, 2007 $2,830.07 1 February 26, 2007 $446.75 February 27, 2007 $481.70 1 March 5, 2007 $312.23 1 March 6, 2007 1 $815.95 1 March 7, 2007 $814.10 1 March 13, 2007 $660.81 1 Billed on Pay App #24 -$33,119.79 February 8, 2007 CORRECTION $104.10 February 6, 2007 CORRECTION -$52.05 1 March 6, 2007 CORRECTION $578.61 1 June 4, 2007 $1,094.41 1 June 5, 2007 i $596.35 1 June 7, 2007 $528.50 1 June 21, 2007 $3,073.43 1 June 22, 2007 $2,595.91 2 Totals $8,519.26 25 Time & Material Summary Sheet Project: Noland WWTP Improvements - Headworks & Solids Handling Owner. City of Fayetteville, Arkansas Project Numbers: EP -2 Engineer: Black & Veatch Engineering 135045 Contractor: Archer Western Contractors LTD 205029 Work Item No. 97-50004 SUMMARY OF COST FROM ATTACHED TABULATIONS Additional Date _ Amount Contract Days Janua 30 2007 ry. ......... — .........------ _....... _. ----- 1 .._, ....................... _. .. _..........January 31, 2007._._...... .....$13,720.82 _........ $2,779.91 :.............. 1.._.._... February 8, 2007 $1,991.83 1 Februa 9 .._._..._. __..._ry....._2007 $2,314.54 1 February 1 2, 2007 _..._...._.-_.................-- ............................. $108.90 $1 _..90. 1 -..... February 16, 2007.............. --- $449.86 1 ........ ............ ...................... ! ..... _. _. a ruary 19, 2007 $1,108.35 _ ... _._. Februa 20 �.... .. ry_..., 2007 .___..... ........ $22,8008.11 2 1 February 21, 2007 .. '._... $1,475.84 1 February 22, 2007 _ .. $2,830A7 1 ._. _....._._.. _._........_.... Februa 26, 2007 1 Februa 27 !Y._.... 007 . $481.70 ---._........ , 1 March5,2007 $312.23 ,._..._... March 6, 2007 $815.95 - - 1 March 7, 2007 --- - .............. $814.10 _......... - 1 March 13, 2007 $ 660.81 . 1 Date: January 30.2007 MbMwwrp CWWFnm..m+A&. .r: mD �Qii. ..n.. ...Q° me���i■����i■i o..- Mme ei■.i��■��� ... ©e©e�■■�i�■■■■Tii i■■i��m®■�iiee���■�� �i•©E��Qis��r MI ..... . ... ■���ee�i■ii�s■m��� _______�©e��� ___ii S_________ IMM�_ ■� �� — W w r4,na.en Ilo�ae -�i■i��,.• -i�ei�ereiiiii�i� •.•�■, - iJei�A�iiii in ! �E�i•i��� E��i��� U i"•�l�� _____ �ME��i��� i��MQEi�liMEN �in�ii•�� ■iii_ii��MmflMm___— ■��iii���iin�ei�iiEi�i�i�i� isi��iiiie�i�■iei�iiiiii� i E ffllM i• IC-' l�M��i��� E -,r•���=inn i�•��.��©eeiii■�t�■��i�i *� �i���i;e�aiuin�i�� - ... iimeei,In�i�� er�iiir����i� ._ iiiEMP9 i■irie��� �i•���wim �e���iii �eti�i��iei■iii i ai�i��i■��■�� i INEW eum OS,:F.bn,7 %7007 Y_Lti ■ l•��. ____ im��!l�l�l� le l���eerl�!l��� I... • ���e■�sa���llll�l� Ir... !�'*�!!!��? fl+�f Elf�l�i �1���l�� E � ____ ______a __Q!""�l•lrrl IMME l• !9t!!IMEN __r.��l��lrli�l�l� WMINIM ll.eW!■��! ME IMME �i El1���l=� ■ll���lt!!_ -il� Dab: F.bnasya, m„ iii■ii���ij r. iCrT��:s�©i'f '•��'iiei�e���i i��i■ii���i inl !!4■ii���i ■ii���i �iRwia��i ii��____i—�■�i �i_■ie��aii�i ____ i��i■iir���i i �'�i■ii���i sr. • r r i��i■ii���� �i���i■iii■i��i iiii■ii����i i���i■ii���i i��■�iee��i���ii ■ii��l'isi i�i•i■i — i��i■I�i��l�i i i�i�i . r 110P l�.EfEil�'!�7lis i�it�i U Dale: Fe0n. y1Z2007 rfl �_tn_ e —����� ______ a����MEN ��_ ______ MENr�■ _____ ri ________ __________ w r Do%: F.W,my I$, 2Wy 0 1. ri ii na __ ' : FeEnary19,2W7 .ea a. iti# Is Ui•�i•��i• INEflA. rCt 15 ,e Q. ei+ri�iriii�iii, i s .. . ''©iR�iR7i•i•�i• i �5i'ai!Ei'fIME i L�_!��©if �li�IME i * ____ ei,� ENNIM �i ii•WE��:1i•�� i�i•iai•i•i•i•�� i+!��i•i■i•i•i1i•�� .,-1.,ea� -� INE MmfWmm i��i©�i•ri��i• iii•_ m=Mi Mi•�i♦ i��_Or e��� _________________ma INNS i•�i• i ���i•MrnriRfisMNI i'�l��M�iEiO��lil7�� i_i•rr�Qrili•MElfMM i• i�i•_17rai•i•ris�i• i�i♦iIRIUIM i•�lii� i—i•iarari•���' i�i•__Ca i•�— i�i•iErif�rrii,e�it i�iri�i•ilili,�i• rrrraerirrrrrrtrr�rrirrrrr -- Deli_`- liii i•eeeeeeeeri•e+rr�imm eeeeeesai•eei,�i•eeeee� �i1i_iirlif i♦i♦i'�I—f i•if■�isie f 20, owat ....me..eq p.IgaR—a- lr-i������ �`"��� �■i���i .ZL L' .i-r___ �. ..• E������ i©�WE������ �■����MUen���—����� e-ENO©es iieE s��� 'NW ■���wfl 1W���� �■��i�i im MEN—��� i������ S��i•i��MEN NW iie_MEN [flU�MMEMIN ,f 2r f 1� jY DoW Fehwpil•T00T r S IS.b+StYT S. �rltia.rs rtv.— ' AMBIIM ,.orI+r.lrr.r.w. fva® l .s A !av m W to w to s.. eaYs..e __!1 Si y;: Tml u Sao M u ip WT M S S = S fN Q; m p a' nm Y, twura aY if i5tm J m MMRL a. .e Rnume D!M MW nI in t tam — Taut Ss.R S 1b.Y S.T.O hKw tldilp arT�1.e Q.wt m am u.m uc Md m}t MIXSmMnnflfl Ta t'A KM.IaLdalr. I Si 7 Tuna & 011,.1 n.M carp. *... ���a■aa�a��a�aa�aa� enema .. -• f. _� ,•p.a�da �a�a■�aa■�a� ____ IM7 Cl. �LC. rNWIMIN ■a�aa� aa��*��axeaJeW�a�a��a� as ma!'�"E IMW iaaa L .. -' ��aa�M E aaaa�a�aa��a� IM W-mma�aaa�a��a� aaa�a�MMEMN _'_'��OMaa���a�aa�a�a� aa� ��MMNwmm�a�m�aaaaa�a� INE mmeaee��ea©a�aaaaa� ■a�aa�rn aim aa�a�aaaa �a��OEM IMENNE �a� �� 0 Mmn�EMI a ■ate �aaa�Mmera�neaa�a��a� _aaaa__aa___amraa�na�aa�a� __aa■______raaaa�aeasa�raaaa�aa�a�a aa+___aaaal�■aaa�a�aa��■aaaaa mot_ :a ._• ,aa�ajemasa�a�ra���a� �,•��ajen�a�a�®a��� NOWL05 INMEEN a� ��^*s ��©ems a�air�aa■�a� SEn�■MENIME ■ate aaaaa�Maa�a�a���a� aa_�aaa�ME �aa� __�aaa■�aa�a■amaaa�EEN a� __��aa�a■araaa��a� ■��aaaeaea ENIMIN -- ��aaa��aa�a�a�aaa■ a� rmemr rr r r m®mr r II a�a INIMMI a�r INIM e ner�a ooa: FWm 2% n07 atarre.a. ua..r nfl;lam!' p i..��■eee��■i�liii� ii�li�i�e�ei■il�i� i�i�i■��m■i■�■�!i■� Iw■��i�i�����i i�i���e®���aii�■i■ ________!!�� i■�!■i,�me�sai■i— i�� w ■is�Eit��� •eliF!li•�1�� 4M _______________ • i■_!�r c.tt r<wmy a, mO7 .....tea.... f .. n . - per_. i• .I. I 71nta 8 MatMal Flow Dhago Dwa: March 5.2001 No i4awlr CYyC .l.uvNE.M.ktn M1y.11naMn W.tIt MIa am. M NR.a{ta. .•. Tf \YY Mewo[[ UaaP ,_.tifA14 FQ Y�1voMENr iw!2,X1gL as IOI� It FF ^__._— .__—_—_._.--�I— _ _ al Y t ___.._. � _ l F _ 1 _ ._ ___ __ I om -- 'L. --'-------� PL 1 .. _..__ _... -- - _ f I :::tI1j' L.1 tit' 111af 43: • _._1S$5!i S Z ?t.Cii •aMOLL aURYEN®6s%Of UBOi 1 3t4 —_ n _ ( f ,_�_fa_aaareyay__ L `2Sa�L—_ - I em 1 fmM,m.OFbd -..J-_ aamworn--____._—.___..__.._._.._ torn Ma1 a' DcsaEOUEE[FQRtRMg6.t1 ________-__ a J�9 A' MWImticT4e[tAn 1 6, ism"■■___■�*w■■er���i■i■iii� • ili��� irr■�.�..ni.©i.1 1e�®ii■■��■i isi�i■ii■i■ • •1. iI ,, U�MMi��� IM =in r�■=MIM i■i■ii______ i�■�■E■iii��i�ie IM MmEi��i��� iii■iiii�iMIMMM —IMM iii��iMIMMM___ Va i■�■�i i•ii�i■MM IMM �i:�i�ilit __i■ ��� men __®� i���©1!f�iEit�� IM =in lit�� i�i�i■i�ie�si■i��ei�i� i��imti_i�— i��i■li�i�— i�� i ■li�i��� ■li�i�— i��i■ti�i�— it�_�i■ii�����i� ia�e�®tip li' 1 r MMMW �'i■���ia Aye am0un-t oft 815. 6S &ac lna-dverfoi?l9 listed On the Sumrna.r Sh�ei The renaa.J1lder of he 1t,3gq.57 will £t. ' a c/udd app Qyknent Zc.-r a/iFFcrencc, rs $575. GZ_. 7MM 8 UMeds Add Dui De4: Mud 7, a1'0? -. rrn S & —4. oMsne ayrAws.�.wr� stain LZL1�i!l��i.lee ae s��i�l�i�■�� ____! !!i!l�iil��il�iceri��!!!els�i! e�lilrls!!��! ���lIAEl�lt�� iEl�l�� ��� r�� C. Time & Material Field Charge Date: March 13. 2007 Nouns svvlsV Block & v.NFh Enpn.nan9 fly M F. W at`IraA(9m V l aLssainnao, out PN PF)fPt U. ttlp .npM.E W\. pESOTF1N Ott a rr LABOR M9TEM._______I_EVflEW1 SVSGONTP.CTOR TOTALS ____Chit P.a. 6l.NM) 0.-nta is 9M *1150 t as _____ K.eCtdn IaMy 43 Wt lim S__ 4 0 aP _ a M s ._._._ a ut Saw 9 a W t _ Trm u.rM.. 9 WM1Nk stl c I IN s n0 9 lit a w s t v s s — u t _ _ s s ls09FIdL & as M S 37,04 _________ _________ 5 _ S )SO. 9 124 _ E' Was. W{ S S _ ICS a n n t s It ms 11 aubcbsnls' .�- 5 S S SUBTOTALS: PAYRC4 mniao. S % or L UBTOTAL5i. 117X S hero 3H9) 5 ts5 B)i &l5 _FSOR _ - 11S11S 11vl0 3D17 S S 52032 __________ j Saks In PR Fos t,S 3aI.M1 9WPaa gi0N14 cons Tana a 1)AM InunMs In BOM Rsfsy02 TaTM.AYOWR OF Ms)tEWFiV Ft tOPW*I 114 S 561A ------__._L____-_-__.._^— ' 150 mac i 1 -- F— IS TN 5 '1 uaabiWCaN�sGD� 1 Time & Materiel Field Charge Date: February 8, 2007 CORRECTION Ne6ad WVJTP Black a Vmlcb EnoM.erM9 cxy of Fantwlla, AM1aiu. W= 14MCO Nnc11m boa px RR 0303 U. Fern x.0:33OO: PI.. too. DFSCRRTOx bm: Class OTY urn Pr.T wKE LABOR MATE EMAPM.EWT SOOCOtIMACTOR TOTAlS Tames Mrdn e x Fmxmn xa 0 Mx 319.00 S Jeex R>nk.E f% S19 S rdI%cI.w.C mmontc5wx 0k4 511.50 S AMR e 0 mI S11 S O.er WmnMK Wtrrn 0 Mx 29 S030 f Ow AYeenxn P,o1. S 1 xR WA5 I Te1aM Oow 1 M.krlat R MtC.nx.M CY f OL01 f ASRA 0 GA S InIB S Ri 3 3 s B 3 M S s fl_S 3 3 m.ne lOOCAT ec3v.br 060!-irli/J C°mM°Vd°o. fR150.1.ek a xR S s 0 xR S 057 s T^M'c 0 101 s ul FustORAGrtsce 0 HR 1500 E 9bwnlnf! L3 LS s f s s S - 3 s s samTOTAL PAYROLL BORCER® SSX OF LABON SUBTOTALS: S.kS TK Bt Fat SOX salysapPl.> a foSORAx &nMTmh e 5061N Nsunrce i3X M3X BoSR.1 TOTAL ONIT OF TKsftEO0E3T FOR PROPOSAL 3 511! S - s i f A5 3 3083 f 2985 S b90 f 3 5 f 5110 S 4.90 S am S 050 s 3 2.11 2I1 3 1d 10 f MOMPna1COtlnd Oon> Time & Material Field Charge Date: February 6.2007 CORRECTION Roland PMTP Block a Voice Enflsemp City Ot Fayanra04,AMntn lint. a Matet41 BeuMbn: IflnchjnrMba has pe RFi =A K. Bnhd A Ant wsf tome. BEBCRm1Gl tabor On, OW LW eeaana_ "alm MATERaL FIGMENT SIIBVOMTRACTOR TOTALS Tan., k*4`f Ne Faemn 0 Wi Sig G .1^n. R'^1^a n 0 hd t1SAO f Helm CecNen Camm^nla m R ecl C a AM SI150 G Roe AOdlemen -05 MR 33445 S i INaMrne y5' AMtedR l6 S G B L SF t S .IFS S II' as S s f L monS 0 LS L va s s 0 tE S L a f f _ HR f fuhneatn{e S f S s s s G S s _ s s f SUBTOTAL& PAYROLL OMOERr53%OF TABOR SUBTOTALS G Vil $ S S 5 f S {.f t t - t f • f 1 taI Tom S% Fee 10 OalelYSryp0es 6a05eMR Small loch ®SVMM he once 7r BeM Rolm I.A:L S S L{ S n0D• f S TOTAL pMOJMT OF RE ELT FOR PROPOSM, L AddnbnnPCmmctDeva e Time & Material Field Charge Date: March 6, 2007 CORRECTION NYtndV �� BIrcM5Vnt cEnptseas. CMYMNty 10o Arhnux B eNl I 16Jnchfonaibn Poi p RRG05 it. Tt mhmlor smpsnded &bb. SCPoplptl ILb:. Chas QY LLN tr IJSOR MATERIAL EOa1RIE15f a11BCOP.m.CTgi TOTAa imnfLNMbz C .Fbemsn 0 tM SIB.W S Jdm CQr R 0 IBd SUSS S 'Ism Ranter Cspenle, 0 YH $15.00 f 0 fN 50005 0 F9 Sam 0 L01 SO.W TMe1LYMmns C NS Made c4Con, RS7 1 EA S 333.003 MmInl A &Corn RI7@ I EA 5 NO. S aW 0 SF s $ IF S S a' S LB S S Ls 6 S S s u t SW CAT Enwfl I2I25E7-]!27 0 s S o i f f S DS S I w s 5 as 6oheentart l6 S s ii' y s f s S BVBTOTAIB: s S 16700 6 f 167W PAYROLL BIRtOEN® S5V. OF LABOR S BNBTOTAta: 5 s IB)W 5 f 461uo Bales Tn K S 70.00 Fro ROY Sr 50.006aib Supfrs S0$MNN S BAW Toot®SLISx 5 Insvrma)3% 5 IIffi B MRat fSF 5 )p TOTAL MOUNT OF RE01REBf RO0. PROPOSM. S E7B s AddhbsCentn:t pan S Time & Material Field Charge Date: June 4, 2007 Nobnd WOJTP ebcb S V4.icb engb.Mnb COT at F.pRauma, mamas m A t In Uinchjunclbn box p.e MSSSA ML Pu chn. rmletM. bb& "Pei "chtoi k. pbin leew-) opiito h, b dnctl; p.l Ott DESCPIVnON Labor. Gs CT? OM InRput LAfOR MATERIAL EQUIPMENT SUBCONTRACTOR TOTALS Fem*, Vnuz Sbllq lala,Pr CTzdn 3 WI SI4 O S 42 JaaeC^m°rlm 3 e&1 313]5 i cO Nn mme MCN.3 4 NI £3000 f *20 M lemur P701cc 5t Ml 554.45 S L6J NN 50rc 5 MN Wm S TdHM 1l IWerla! O'Ibce Read 1 IS 5 Slag S @ Gus S 0_g_ f - S _________- f S S f f S It 5 ____ f Ab1 _____ i 140 f 15.00S OS 5 3 p 0 S H f S ssbroMe.cI, S ____ f S b 3 S i f S f i SURTBTAL& PAYROLL BIeiOEUr55%OF uaoR SBSTOTALSZ Seim Teaff Fm1IX aNelf Bupplais SOSOMN Smabrool, S2SIN Nuema39l. BeM Rme 1% RIOUEST FOR PROPOSAL S to z tIY. £24507 5 $67116 15 f A10]T Is el S S5]) $ bA9 5 24507 S S b13.13 WAS f "m S 50 5 m f 0411 S 1.00411 AJtlabenl P4$nRean 1 Time & Material Field Charge Date: June 5.2007 Mound mTp Busk & Vlamn Enp5Merinp ceyelf.yan.kN.,Ar4rma. 1kptMlneh I: s24nhjundbe box pn Bflebo S 58. been S dean 2e' plpe O 4YJunnkm boa. DE3CjqrrN labor. thn OTY "IM LABDR a4 EmpRAEM SIIBCOm1UCTOR TOTALS omnn V z 5i Dnd Jbacn B MM 1sW S & J Comndm C nler 2 M4 51335 S T Wafts E. . M.thSoa 1 S30.W f ID Oct. SSv Mec1.d 1 OD. f 3p Bee Addbmmn 1 154.45 s 54 o m wD@ $ T ILmnMun 11 dal: aEA s $ oBa s z 0 SF s 5 as 5 LS 5 s US s y a S. E enL a30CATSL or t f A.Be _ F4bu Wa Fuel. OI SGM.au __ 3 4 F FS 5 2BOl s 15" S so b f s p 118 8 bcm Fict La LS s f f f S s s S y s s BDBTOTALS: PAYBML BWDble 555 OF LAOOB Sumo is SbkpTu 5% F.. in sdM Smpll.aiO3mM msIITeem®ibMN MMIM! I.SX !rM Rvle 1.55 TOTAL aMWmOF nc REDIIE5T FOR PROPOSAL 32!.15 s f 1)013 s f 34538 f 13].53 S 13313 s 4fle1 L 31Lf 50.01 $ 5.50 S 11Th L 1.04 .04 SY]s s 34e55 s $ lzom s zT• Addbteryl pyMran Dps Time IS Material Field Charge Date: June 7, 2007 aohnd VMTP emci S Veatch EngMMng City of FayenetWt. Admmes lime_ 6_Maleflal aescrinlon: £NnehM,nctlon boa 1w flFi Sfo L U. Bel Od on T Jw,dlon box. OESCflVigN Labor. Clan Ott DIM uMrMkf LABOR MATEiBAI EOUIPMEtIT SLWCOMRACTa TOTALS PnT,tvnaun SFAeO 1 $14. S 14 Wtller EnlMnen Meth. S 1 MM swim s 30 Don Slam Med'.S i Mf1 Mae S 30 Boa AOtlkman r,4u Son. 1 1*4 25145 1 54 NN SOW S 0 SOW S TdolMntlmurt 4 Mals,tat Vocby Wmen 30 IS S 3.50 105 EA S I O S S F S f LS S S LS S S L6 S s f E the ]W CAT ExavIe 1 MR S 17M4 S PkkwT $ 2cm 60 FBI o aOmase 4 15.00 0 Gas • 0 S S B s 9v to B f S f S $ S S S S SUBTOTALS, PAYROLL eUROERQ U OF LABOR SUBTOTALS f 126.45 S lD5.M S 12003 s f 353.41 5 7066 S ?OAS S 199.10 3 10500 S 12.03 S • S 42.13 Sala Tax SX Fee l0X SMery6wpfes Qf0.6mMM Smarr Tod. @ STMR IAFennceltX BOqd.i.1SA 31A1 $ 4550 S 10. ASM6 TOT OUNT BR TPoRPROPOSPL AONIIonil Conine[ Days 1 Time'& Material Field Charge Date: June 21, 2007 Noland MVTP 61fr16 Veatch Englne.lnp CRy at Fsyvdl f l , ANomas SlJncI. lmlctlan box per RI'] no a IS. Rabe mad Menton a 4t bet to anew 20. cover QESCRIP1ON LebuF. Opts QIY ui$ OW? w66 LABOR MATERIAL EQUIPMENT SU6COHTRAcT TOTALS TheIRt Ca on Faexn I.abwe 5 MH S17.W $ 65 MN Ron*ea 5 MH Sl 00 S 60 Feflot Fnovv Fib,er S MU SSW S 75 Enedefo Bemoso Futon 5 ICI $14.)3 S )4 Oe l.SOorw 5 MH $12.09 S 60 Roe Addleman pry Spl. 2 LOH 55445 S to, TafalLWlnouR 27 Roadbed MMSa1 121 IN S 9W S 1145 6 EA S S O sp S S 1F S S LS 3 S Ls S S 5 5 S S S E 1 men 130 MTEararalw 5 I S 0711 S 109 CP433 RO1w 5 $ 35.42 $ 177 s Tm Fi I O61 Dream ?HR 12 M S 204 S 15.09 S 3 1 MR f 5 9utcommtt: 6 s 5 S S S s S S S S SUBTOTALS, PAYROLL BUROEN@ S53 OF LABOR SUBTOTALS: Soler Tax 5% Fee 10Y 6a)ary Supplies f0.5O31H samu'roob f svMll Maunnce26% Bond Rate SSG TOTAL AMOUNT OF iH15 REQUEST FOR PROPOSAL S 18265 5 1143.00 S 565.92 S s Z.7Dl.9I 254.48 $ 251.16 $ 71711 S I read S Sna. 5 S 2448.5 S 1618 S $4.37 1151 5109 5 6 6 35 .10 8.07343 AddFJw,nl Camrxt Oevs 1 Time & Material Field Charge Data: June 22, 2007 Noland W WrP BIac46 Vfslch Enphnbhrg City of FaytmovMo, Manua 4Mnch loaron—Par Rn at A SO. -. Instal Imn1af (Irons DESCRWTISI eo tins a" UM ant PRCE LABOR MAmmAL EOUWMENT SUBCONTRACTOR TOTALS D 5A1 MDOO S D MR 10.00s 0 W scoo a o SAN 50.00$ 0 P SDODS Bee ddlein., P14S 5 MR £5{c5 5 272 WENS(: 0 S t EA f S D SF a S its $ L9 i S S S S LS S f f E u1 r9: 0 f S D a f S Dla s Pict,. Tmck 5 HR s 20.01 S +W Fu O06C+tasa 5IM a' S 15.00 75 Sufi IncC Mewst Caa111 s t S f 1500. $ s S s s f s s SUOTOTAL5: PAYROLL CURDY ES%OFLADOR SUS 5: Sales Tm 0S Fec 10% Safety Sn PUS a s0.50MR Smarr TDd:e S21MM wrmmc<ux BDDD e13X TOTAL AT OF IMS REQUEST. PROPOSAL S 27223 S 3 1)50.5 s 160x00 S 1S47.3 S US.TI S NBA $ a2j.00 S S 115D5 f 1 OO S 2091.01 175.28 S 22223 S ZSO s D.DD a8 2585.01 S S AddW,nal CoMnc1 Days 7 Jan 31 07 11:12a FIELD CHARGE i WOPJC PERFORMED BY Eb LOYEES O? ARCB.R-WESTERN CONTRACTORS, LTD. WVR% PROJECT: /VOLyiyp bci yL ,r,.0 DATE OF WQR4 ORDER: /-Sf! dJ HO. OF WORK ORDER V SIGitED 3?: 3RIEF DJSCRIPTION OF WORK PERPOR CD:. f/t '� .J'74ny Rl• Ode pC„9, ' DATE M.ME CLASSIFICATION HOURS P2¼T3 TO?R;, DATE .. TOOL ) xzp eA> *ct. sq R f%�m sTrYrdir Ia4°e e 2 St rwsanuu.a wu: - The work listed above was done for your fish. If the record has not been sinned, the work vas done because of a previous request from ycu or to protect your interest. if this work is not ap coved by you. please notify us by return tail. you will be invoiced cn the basis of this record. Applicable taxes, fringe benefits. and overhead and profits will be added vhen'ycu are :..^.voiced. is 'Performed For: Get A_ e7r rc ¢'Y .1 ige?y:..,ry/ ate; Work Perforu:ed By: Archer -Wester Contra t. L_d. $ fired byCAtt : --` Feb 02 07 09:06a FIELD CHARGE WORK Past. PPOD.M'D BY EFL�LOYc S O? ARCHER -WESTERN CONTRACTORS, LTD. PRO.rcrtvvT, p.2 . T75000y DALE OF HORR ORDfl: �-$/rd 7 ND. OF WORK ORD-z".4 GNaO 9T: $'SlOOC.rw•+„sw- 3RI=F DESCRIPTION OF WORK PER O?)1M.-/'YJ)�,'LC '" S .*-_ fly - e frt[ #_P:?dc:z_. rev $6 WORICRS : DATE NAMM aass±e'ICA^_TON ODRS PATa^ TO^nr, TOOL 7c5' cif! O,f fc-t The work listed above was done for your fi-m. If iote because of a previous request fvs you or to approved by you, please notify us by return cuaii. record.. Applicable taxes, fringe benefits, and orl invoiced. the record has not been signed, the work was protect your interest, If th:4s :crk is not You will be invoiced on the basis of this !rhead and profits will be added when you are 'Performed For: Work Performed 9y: $t Archer -western Ccntrtcctcr/s9Ltd.. :15-:ed By: may— Sicned by: :ate: Date: wop� rrru NC.%Soak. PROJECT: /V�"L_#/<l�� �bC' i-"' T DATE. OF WORK ORDER "iro "d Z SO. OF WORK ORDE ._, _sictr-O BY: BRIEF DESCRIPTION OF WORZ PERFORMED:.GI/'A'/:, #y !fig° C fvyG yj�y O'c P ie Sc 9-96 yW s i 4 po m,2 s, A)--_ C -fl M' 2- 'f -l-Z A4%f49.rtt G.9Beo�rR ? (r^ l•7 "' Sna �dACitsa�� cr Syl'J' IY « EOD". 2?O T RMTTA:: 42 6 GIB .41'-/ 44- oa-e w- G3� Z` " Lit /ve- c131 GAL The work listed above was done for your firm. If the record has not be signed, the work as done because of a previous request from you Cr to protect your interest. If this work is not anpro-red by you, please notify us by return nail. You will be invoiced o: the basis of this tscord. Applicable taxes, fringe benefits, and ovezhead aid profits will be added When you are invoiced. Feb 16 07 11:34a 1 FIELD CHARGE WO?K 2TMRFOR} fl BY t ez.OYEEs OF ARCEER-wESTEpN CONTRACTORS LTD, pw.T p.2 WURK BP21 NO. DATE OF WORK ORDER :2'_� 7 ?O_ OF WOLYC ORDER SICA'ZD BY: a.FA��z :azr BRIEF DESCRIPTION OF WOP$ P72ZOPJ WORIcRS: DAZE CLASSLr CATION ROURS RATS Toni /? � 9i?r �8cee- /rc �6�i-n .MATERIALS USED: the work listed above vas done for you= flru,. If the record has act been signed, r;o work was 3one of a prev-o=rs request £coca you or to protect your interest. If this work is act P- by you, please notify us by return iaiL. You will be invoiced at the Lasts of thi,s record. ApFLicabte tales, E=i^ce Leneffcs, and overhead and profits wiL? be added v?.en 3?ou are :r :•oiced. �< 1P-rfarned For: Work Pe__O_...ed By: ArcSer-Westerly Contract e, Ltd. Signed by: Date: Feb 16 07 11:34a p.4 flELD aV tI RV J n r YR` D�h3$?'1Ti�'1 ca*r?CTQ�$t L'.']. CA= OF WORK O?D=? t 2-�2-O —? RO. 0? BOjLC CE7;? . 3e2? osscp 2T?O!7 C? WC2_Z w02SE3Srarz XITZ VALL.LS 'tar' WQ2X ITEM NO assZOps 2k" ioa The Wiig listed &:"0" vas ^_p a r0' 'J�.S� Pint. If the LGCC -JC! Y - S i=.J3 you c_ .O protect ES tot JC^__^. 6_q"ad the work 42_ 1`vP- Q v vcLr ?lease 3Ji15P CS by �-s - 't �• }Ci1I• SCC�e], vc n-: a . CO_. hJy1iC2.]l0 tZ.-5 n^e Z-.`3 rail. You 'Ji?. -_ this V..^:. is LOt ;n ._ • be jts iZ2 C^ Cd', JL515 O- -t i•c�mc. -- ]+e:.__s. ...] ever :etc Lc_d ?_zfits ...,. a this ztw are KC' - _-_--ca Mar 01 07 12:41p p.2 WORE _za 1xJ?ZJZ$ly PROJECT vtti4'C' It' D =^= ^v? WO2X OP^E$: R. i� - � 0' Rnz OPXZ7, r . BRIEF 7ESCRI?T_ZOY C? WORK ?_-'_2Y'n .. � k/F,.P,c ys J'swc r/ov •Ey." .?,cr Sc 9yrGD 1'-sC'y ryyu. _C4o:e,�, r DATE NI.M_' YATZRA A—. JsZD: ^fin wcrk 115=eE 2�`N✓! Y25 d"t _'CC poor __m. Xi =JhE Je=ACSd Gf a P: a} C"" rtT. ebi fS'= YCU C_ to r=t e t .� .-_ 5 C .ae� S� 1< `�G 4"C.: }: Seb !fir -CTC J• VCC. m4ea5e 300C.a! L'b .^V a - —:C^Cg[. _� tea YSC 15 ?9C evert. Arlie?e ta,-s. -�`:ge jeLL-ltb e: fe__e2G 2!. ?e-it5'CiCG3 CJ the Za5]5 _f '^�$ - e atatt i_ _ are Mar 01 07 12:41p I 1 1 r ---T i • Dr^ OF WO ?J ORD^,R: 9O. o? WORK OR*J . 3P.S c Dz$CRzprIti 0? 1sO?S 71' Fo tr j/�r .r4 7czo re- G.tt mac p.3 pjcs /fliiiiiIiiiii 3 KATER*?•1,s vsan: Theac_r. -_steel E3w - �.1? JCCosp 0. L ❑_-_.as r:C _er i`J1:z �i=i,. if te recce_ %` OC- _ L __CacSO :-:+3 �'JL OC b - --Was �..Ci __-i CSi. -yr - L'�i £s OC .!_J.J. nJ?1 -C Ci/na ..:� I -J —e.. _. -P?.1a : v, LC_._ ---� '•'Orf •'1L{=.t]s. C J C`:!=ht3C Cis of tus Mar 01 07 12:41p `AO- ?-`-0J my v`-Ji,OIE3S OF p.4 w'O?.S 1^K NO 7X1'S OF IO?.1: 030 ER:2Z'...II7 C. 0? fiJ2u: Off:? 5?..5? D?.SC?S?^.C\* OF WC3.C Tzar <z�c CZASS.a.ca^.ov nr_zzo_s csa&, s , 3 The NC.Y. ILS10? above .AS EO^ ' •- c' . 1T 1JCG JKdL'SG 7_c 3 ^y_B f!01=5 _eCSCb6 :—'r vco a_ -C. .,.G record GLS Ci C^_� S1^CC• �4G VULS !i OQ_, 7?GESe CC 'c_ _ `- _-C_.-- >OL'❑ LLG_GS.. c e 1 3 ' 'tS -I -G[_- CeCC=C. is�e _ I C$C�. -1 V. G. e • __ t VGi! 5 G: i C_._..•DJ ._5. s si__ c.-� C"�-:. �, L S_ �V �C�6 C3 the .^.2515 of this JCSIG___a 4 __G2- ad J._ -_105 G EC -C_ .±w JL' 6_ Mar 01 07 12:41p p.5 r_- t_ -,a_ WGL%-r)flzsonss C? 2ca_sr CONTRACTORS LT. . i c l t -r, ui DPT? CF r0 ?C C?.il R: ?�. 6 i .x_50. OF wr-r$ CAD:.? zec 3+; n"?.??F D- (MTPT?CM OF WOPS. i=SQ ?3J.. 9g 4!/ /r., s iysr a_ ho=es: MXTEi:A:s uS ): #it1 f e vim- .n fisted aheve was &ttt fc, VJz ltr - the •• - ..CC L$ .CVI J_... S' -+'r the c is was one 'seedse a` a ^re:iees -e;� I' -e=-.. = ,•• ••- c S. .st 'y re pr,1 or i. _Cot eCt poc_ 1LLe_e :? e $. 3yJL.` + ...-, JlCdde ]Ctl' L j ...� 9L. ^ `C' :^LDD �nJ a -.G c _ -' Y re_._ r.:Se. 2ct will ';, .. '5 .Y._. 15 :•e__ec.. e_ • c:_^e bs tft-S E? i .Cheat aap -ra _ �_! eG J add 'acj.te of .0 are 0.Y c_._ >.- HV: Mar 01 07 12:42p p.6 FIELD CHARGE -•) WORK PERFORMED BY EMPLOYEES OF ARCHER WWEST$RN CONTRACTORS, LTD. PROJECT :/vBC A/*jP «/'Y/T� WORK is r.2 1 NO. DATE OF WORK ORDER :2--2c ? RO- OF WORK ORDER V SIGYED BY: a 6E' �•(7Q'FiYw.�v a1F / /J f Y ,l®O e- yo «'rX9CY r- F BRIEF DESCRIPTION OF WORK P2RFDRTCD:- . ? n cc- yt �'Yp�io,,,- ©dam( P_m A/ z " - KORKERS: DATE NAME CLASS ipiCATION HOURS RATt TOTAL Z -O 7 N cos— C'.i &',�' t 1A7 ?!23 £4" p C9RPn1J' A 7 Z -72.s 7 itCi/lr due g../ 7i 2 Z' -t r .9 810 .Ti ar.Ft+•] EQUIPMENT RENIAZ: DATE TOOL ?_' 2 e/7 ?i ale Ease /e t,rr9 r -Dr c-/y,J eee 9 l L -/ cgvt,P.rrr % l..fC_ ,4Se s�iriy�/REd r� �r Pv J the work listed above was done for your firs. If the record has not been signed, the work was lone because of a previous request from you or to protect your interest. If this work is not approved by ycu, please notify us by return mail. You will be invoiced on the basis of this :nvoiced,Fpplicable taxes, ftinge benefits, and overhead and profits wily be added when'you are +c )Performed For: work Perforvw_d By: Archer -Western Ccatracters, Ltd. dazed By: Signed by:/4'_,,, ate: __ Date: z �% Mar 01 07 12:42p • p.7 �IC�I--f—�•9`��ir'_f7 Td .,oAn,T _ - 4 � _ • Mar 01 07 I2:42p ?P.C, nG rar Sic?C flP Q yr b_ �?LOY zS OF '-KJJ1s.P,:: CO\^p.FC^_CRS. - h`0?C : ham. --:C.t7 :v: ,fl'G �di pfg�ns- P.-_S . CC? r::Cti OF AiPS cez `�- ,'• i a-ic LL p.Zat_J r- 3CCC1G Oc J��• 4 F dN<l/oir min _ /2zr.,,.-r al O - - -- wCPxca : CAT! l:ur_ G:SS IF:GT:OF iOZFJ RATE T::?i YJt LRZ.LS USED: The work !1S: a5C^Jt was s'C a ___•• /( _ ]C.^.G .i.!Cd 1s[ a J�1_ `_ 1_ _� .,^._ _CCLC3 has w_., t.._ I CnrrleC by r -e•_ -s .E�_esr Ir:.a K"C :G Frct R�L'r :.^_Ce_ 7 s'—.a ri�tC. -.^t . s ::as :cc, die ro^y ^esc. -' • co_k a please us :y retu^ t v_. : - _ _ --- ESL rG. ••• _• •• :Jt nS:L C- :`25 •+Y✓=..Czblc :2}.ve •_; ___ L. Zq? C:'enc�ad a__a tie _.CGS e a:.2 �:n :sr2i }- add-' w^G: rc•t art • Mar 07 07 08:38a a p. 3 a �.LJ �.EkR2 i• . l .'.. Y r. 1T /''' 1 3Y LOYES 0? �¢¢�`�^lr C'JS11�ZL1C?J T JAY WORD n NO. / ?RC.13CT: OGgjYp c -e-' .W TP DAT_ OF AO?_ ORDER so OF WORK oa s s -::.n fl: BRIE? DDSC2=?T=OY OF W0R.Z ? =Oi1cD: LC10RAc &' y9 it -----i i 5c 1,e ��x .S N SA i10R.S DA.T3 xx%c :?iT TOOK MAT=:.nL. ODD: CI25S?OURS 2Ar The w�GC� ' - u z ovt was scoac esc Ytr ='aa. if the record as :Ot seen sick }G i'or�: is _YY tC .'f l'y3• ^�CESt it frza �^Y1 C. C_ ^..KS "- er _ __ _ _ _ _ s- :O V .s by 1_.— ^ a C S� C_$ �Crl. _5 JCL ._^ �]'_ .._au .t2... _?.: '�1?1 �? S�VC_1 CD '^a -a Cr ]1is 3r-11C201e zaxtsl �I�.a '�. ti�..5'r 8.�� MY�� __ '— •C Gt^ �,C ts will _a fGCtG Lamer r•;: Are - -^r `G1 'D n CCL Y ^r�r':?C zv: Mar 07 07 08:38a p.2 j. FIELD CHARGE J WORK Pn2RFORHED BY EMPLOYEES OF ARCEER-WESTERN CONTRACTORS, LTD. WORK IT Fi3 hD. 7 Xis e7OCc PROJECT DATE OF WORK ORDER: 3'-" 6- d'7 NO. OF WORK ORDER5" SIGNED py:,WcF'-'n-->- BR XE F DES C2IPTION OF ICar PEREORICO:J7c RE'B.sc fyy SufO ,Y tai vs �d sue__ Y DATE NAME CLASSIncanoN ROOM RATS TOTAL 3-d v t� s a 3 EOOIPNENT RENTAL: DATE TOOL MATERIALS USED: L'.4. - ,€iz p2 -Mt -t h� AflAr - Q- LO>'en /fsc cy .+f Fy. -.rAr The work listed above was done fcr your firm. I£ the record has not been signed, r1'e work was ione because of a previous request from you or to protect your interest. I£ this is approved by you, please notify us by return mail. You will be invoiced work not on the basis record. Applicable taxes, fringe benefits, and overhead and profits will of this be :hvoiced. added when-siou are )Performed For: :y ed B am y: ',.. / ate: Work Performed 3y: Archer -Western Cortractcrs, Ltd. Signed by: ,'gyp _�,r≤&__� . Date: 3.- 7'O7 Mar 12 07 11:0Ba FIELD CHARGE WORK PERFORMED BY EMPLOYEES OF ARCE'ER-WESTERN CONTRACTORS, LTD. WORE T_TEM NO. PROJECT: lydc.-fiY`o w W r� DATE OF WORK ORDER:J `7fOZNo. CF WORK 01W ER SIGNED BY: fp BRIEF DESCRIPTION OF WORK PERFOP.vm_ _fda.4.. _ ri..._ _ _ _ .. _ _ CEASSIFICATIOg .S 7-/ % ' J7-n.a /AlF,i✓IDLY CIA'Jy SA -,t,.- 7-p17 J'n U1�9[7 o G✓1 d7 —t rz .pj#iz EQUIPMENT RENTAL: DATE MATERIALS USED: The work listed above was done for your firm. If the record has not been sigr_ed, the work was Zone because of a previous request tram you or to protect your interest, rf this vcrk is not approved by you, please notify us by return rail, Yc1 will be invoiced on the basis of this _'eieord. ed. Applicable taxes, fringe benwillefits, and overhead and profits will be added when }^vu are r, _ Performed For: Work. Performed By: F_chtr-Western Contra o- Lcd. Maned By: Signed by: 'ate: Date: 3���7 Mar 19 07 07:40a A p-2 FIELD CHARGE WORK PERFORMED BY EMPLOYEES OF ARCEER-WESTERN CONTRACTORS, LTD. WORK ITEM NO. PROJECT4- Ae r/a DATE OF WORK ORDER:_Z„�:lj ND_ OF WORK ORDER SIGNED By: �dE" ERIEF DESCRIPTION OF WORK PERFORMED `ft " ycT/nth -lSi7 .t4/8 WORKERS: DATE RANT CLASSIFICATION LOOPS RATE torn EQUIPMENT RENTAL: DATE TOOL yid MATERIALS C's En: 3 The work listed above was done for your firm. I_ the record has not been stoned, the work was ;one because of a previous regcest L. you Cr to protect your interest. El this work is not approved by you, please notify us by return mail. You will be invoiced oa the basis of this record. Applicable taxes, fciage benefits, and overhead and profits will be added vhef you are :rvoiced. h JPer£ormed For: igned 3y: ,nr tE Ce: Work Performed By: Archer -Western Contrrcto.rs, Ltd. Signed by: Date:^�f/��%� (10.2.07) Clarice Pearman - Archer Western Page 1 From: Clarice Pearman To: Jurgens, David Date: 10.2.07 10:28 AM Subject: Archer Western Attachments: 10.01.07 Archer Western Contractors CO3.pdf CC: Audit David: Attached is a copy of the Archer Western Contractors C03. I am forwarding to you five of the six sets of change order with signature. Please let me know if there is anything else needed. Have a good day. Thanks. Clarice