Loading...
HomeMy WebLinkAbout86-07 RESOLUTIONRESOLUTION NO. 86-07 A RESOLUTION APPROVING A CONTRACT WITH WILSON BROTHERS CONSTRUCTION IN THE AMOUNT OF $1,327,793 62 FOR IMPROVEMENTS TO THE NOLAND WASTEWATER TREATMENT PLANT PRIMARY POND, WSIP SUBPROJECT EP -1; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $65,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a Contract with Wilson Brothers Construction in the amount of $1,327,793.62 for improvements to the Noland Wastewater Treatment Plant Primary Pond, WSIP Subproject EP -1. A copy of the Contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the • City Council of the City of Fayetteville, Arkansas hereby •- . �'A: • ;FAYETfEVFE -:".:;;;;;:17)JP? NSPILLEJ•Z~ a a ,/ii approves a 5% Project Contingency in the amount of $65,000.00. PASSED and APPROVED this 15th day of May, 2007. ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer DOCUMENT 00500 - AGREEMENT BETWEEN THE CITY OF FAYETTEVILLE AND WILSON BROTHERS CONSTRUCTION CO., INC. Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements ContractNo.: EP -1 THIS AGREEMENT is dated as of the day of M ANI in the year 2007 by and between CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. ARTICLE 1 - WORK 1.01 WILSON BROTHERS CONSTRUCTION CO., INC. shall complete all Work as specified or indicated in the Contract Documents. The Work under this Contract is generally described as follows: The Contract provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701 in accordance with the documents prepared by Black & Veatch Corporation. 1.02 The Contract 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. 00500Agreement.doc 00500— 1 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2 - ENGINEER 2.01 The Contract has been designed by BLACK & VEATCH CORPORATION. BLACK & VEATCH CORPORATION assumes all duties and responsibilities, and has the rights and authority assigned to BLACK & VEATCH CORPORATION in the Contract Documents in connection with 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 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within One Hundred Eighty (180) calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within Two Hundred Ten (210) calendar days after the date when the Contract Times commence to run. 1. Substantially Complete by date stated above shall be defined as the completion of all major work items as required for a fully operational system. 3.03 LIQUIDATED DAMAGES: A. THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. recognize that time is of the essence of this Agreement and that THE CITY OF FAYETTEVILLE 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, 00500 Agreement.doc 00500 — 2 Project No. 135045 • DOCUMENT 00500 — AGREEMENT (continued) and difficulties involved in proving the actual loss suffered by THE CITY OF FAYETTEVILLE if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. agree that as liquidated damages for delay (but not as a penalty) WILSON BROTHERS CONSTRUCTION CO., INC. shall pay THE CITY OF FAYETTEVILLE One Thousand Dollars ($1,000.00) 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 WILSON BROTHERS CONSTRUCTION CO., INC. 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 THE CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC. shall pay THE CITY OF FAYETTEVILLE Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 THE CITY OF FAYETTEVILLE shall pay WILSON BROTHERS CONSTRUCTION CO., INC. 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: One Million, Three Hundred Twenty -Seven Thousand, Seven Hundred Ninety -Three and 62/100 Dollars ($1,327,793.62). 4.02 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. 00500 Agreement.doc 00500 — 3 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. WILSON BROTHERS CONSTRUCTION CO., INC. shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by THE CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS RETAINAGE: THE CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of WILSON BROTHERS CONSTRUCTION CO., INC.'s Applications for Payment as recommended by BLACK & VEATCH CORPORATION or about the 20th 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 BLACK & VEATCH CORPORATION shall determine, or THE CITY OF FAYETTEVILLE may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement.doc a. 90% of Work Completed (withthe balance being retainage). If Work has been 50% completed as determined by BLACK & VEATCH CORPORATION and if the character and progress of the Work have been satisfactory to THE CITY OF FAYETTEVILLE and BLACK & VEATCH CORPORATION, THE CITY OF FAYETTEVILLE on recommendation of BLACK & VEATCH CORPORATION may determine that as long as the character and progress of the Work subsequently remain satisfactory to them a 5 percent retainage will be 00500 — 4 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) • withheld on the remaining progress payments prior to Substantial Completion; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to THE CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. Upon Substantial Completion, THE CITY OF FAYETTEVILLE shall pay an amount sufficient to increase total payments to WILSON BROTHERS CONSTRUCTION CO., INC. to 95% of the Contract Price (with the balance being retainage), less such amounts as BLACK & VEATCH CORPORATION. shall determine, or THE CITY OF FAYETTEVILLE may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, THE CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by BLACK & VEATCH CORPORATION and as provided in the GENERAL CONDITIONS. ARTICLE 6 - WILSON BROTHERS CONSTRUCTION CO., INC.'S REPRESENTATIONS 6.01 In order to induce THE CITY OF FAYETTEVILLE to enter into this Agreement, WILSON BROTHERS CONSTRUCTION CO., INC. makes the following representations: A. WILSON BROTHERS CONSTRUCTION CO., INC. has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. WILSON BROTHERS CONSTRUCTION CO., INC. 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. 00500Agreement.doc 00500 — 5 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) WILSON BROTHERS CONSTRUCTION CO., INC. 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. WILSON BROTHERS CONSTRUCTION CO., INC. 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. WILSON BROTHERS CONSTRUCTION CO., INC. acknowledges that THE CITY OF FAYETTEVILLE and BLACK & VEATCH CORPORATION 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. WILSON BROTHERS CONSTRUCTION CO., INC 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 WILSON BROTHERS CONSTRUCTION CO., INC. and safety precautions and programs incident thereto. WILSON BROTHERS CONSTRUCTION CO., INC. 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 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) G. WILSON BROTHERS CONSTRUCTION CO., INC. is aware of the general nature of work to be performed by THE CITY OF FAYETTEVILLE and others at the Site that relates to the Work as indicated in the Contract Documents. H. WILSON BROTHERS CONSTRUCTION CO., INC. has correlated the information known to WILSON BROTHERS CONSTRUCTION CO., INC., 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. WILSON BROTHERS CONSTRUCTION CO., INC has given BLACK & VEATCH CORPORATION written notice of all conflicts, errors, ambiguities, or discrepancies that WILSON BROTHERS CONSTRUCTION CO., INC. has discovered in the Contract Documents and the written resolution thereof by BLACK & VEATCH CORPORATION is acceptable to WILSON BROTHERS CONSTRUCTION CO., INC. The Contract Documents are generally sufficientto 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 THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 00500Agreement.doc This Agreement. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. 00500 — 7 Project No. 135045 If DOCUMENT 00500 — AGREEMENT (continued) b. WILSON BROTHERS CONSTRUCTION CO., INC.'s Bid. c. Documentation submitted by WILSON BROTHERS CONSTRUCTION CO., INC. prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Labor -Related Regulations. 7. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 8. 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 Wastewater Treatment Plant Wet Weather Improvements EP -1 9. Addenda number 1, inclusive. 10. 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. 00500Agreement.doc 00500 — 8 Project No. 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: THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. 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 THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC., 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. 8.05 OTHER PROVISIONS: Not Applicable. 8.06 CONTROLLING LAW A. This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 00500Agreement.doc • 00500 — 9 Protect No. 135045 • DOCUMENT 00500 — AGREEMENT (continued) 8.07 ARKANSAS OF INFORMATION ACT City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 00500Agreement.doc 00500 — 10 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC have signed this Agreement in quadruplicate. One counterpart each has been delivered to THE CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC., and BLACK & VEATCH CORPORATION. All portions of the Contract Documents have been signed, initialed, or identified by THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. This Agreement will be effective on Date of the Agreement. Mai , 2007, which is the Effective WILSON BROTHERS CONSTRUCTION CO., INC. Cit of Fa ett ville By: Ti biacrti- Attes (SEAL Address fo; giving notices 9.0. PbK 550, aol Warn (ane. Eos+ Abort, ga9al License No. 015 Col 0aOE' Agent for Service of process (If WILSON BROTHERS CONSTRUCTION CO., INC is a corporation, attach evidence of authority to sign.) :-ti r J?-, _^ f..} .^ '' .- _ t +. rn AtQc7 GO500"'TAgreem nt.doc P/fA v. rcterrrrotrTh Fa By: Title ettevill kansas (SEAL) Attest %a /40 a. Address for giving noticesl I I IA1. Rau In `F.ya't tAit i 1 t � %-?. 70.701 (If Owner is a public body attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Appro By: d A?erForm Attorney For: City of Fayetteville END OF DOCUMENT 00500 00500 —11 Project No. 135045 • David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 15 -May -07 City Council Meeting Date Wastewater System Impry Project Water/Wastewater Division Department Action Required: FpprovaI of a construction contract with Wilson Brothers Construction in the amount of $1,327,793.62, for iktJ— nouatioa.of a wast t trstatier;, WS1P Subproject EP -1, and approve a 5% contingency of $65,000. 0 Nolu.v.j (A) ,t.wa, c. Ifort. tI,vct (Ittiwfi?(.;vVt0..sj Porleit 5 7/5 /0? e‘ -a7 rdrr Hits $1,392,793.62 Cost of this request 4480.9480.5315.00 Account Number 02133.0313 73,457,653 Wastewater System Imp Project Category / Project Budget Program Category / Project Name 68,666,351 Water and Wastewater Funds Used to Date Program / Project Category Name 4,791,302 Project Number Remaining Balance Budgeted Item • xx Budget Adjustment Attached Water/Sewer Fund Name Depart r Dire CD City Attomey( tor 0. a.. Lie—. Finance and Internal Service Director Mayor Comments: Previous Ordinance or Resolution # 11 4\09e..6n Date Original Contract Date: Original Contract Number. V/7%7 Date H -t7—a7 Date Date Received in C Received in Mayor's Office City Council Meeting of May 15, 2007 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: April 10, 2007 Subject: Approval of a construction contract with Wilson Brothers Construction in the amount of $1,327,793.62, for the renovation of a wastewater lift station, WSIP Subproject EP -1, and approve a 5% contingency of $65,000 RECOMMENDATION City Administration recommend approval of a construction contract with Wilson Brothers Construction in the amount of $1,327,793.62, for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, WSIP Subproject EP -1 and approve a 5% contingency of $65,000. BACKGROUND The project involves lining the 17 million gallon Noland Wastewater Treatment Plant primary storage pond, allowing it to be used for untreated wet weather flows before they enter the treatment process. Currently, the storage pond can only be used for treated or partially treated water. Specifically, it provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the site. This project will significantly reduce overflows, as peak flows in excess of short term treatment plant capacity will be stored until the peak flow drops. It will also prevent the biological treatment system from being inundated during the significant variations from normal flow to storm -related flow. The City received two bids on April 5, 2007 for this project, as follows: Wilson Brothers Construction Archer Western Engineer's Estimate $ 1,327,793.62 $ 1,534.000.00 $ 1,171935.00 DISCUSSION The bid has been reviewed by Black & Veatch, the Engineer; their letter recommending award is attached BUDGET IMPACT Funds are available in the WSIP project budget. EP -1 CCMemoAprO7 RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH WILSON BROTHERS CONSTRUCTION IN THE AMOUNT OF $1,327,793.62 FOR IMPROVEMENTS TO THE NOLAND WASTEWATER TREATMENT PLANT PRIMARY POND, WSIP SUBPROJECT EP -1; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $65,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF T ECITY FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the Ci Fayetteville, Arkansas hereby approves a Contract with Wilson tothers Constr ctio in the amount of $1,327,793.62 for improvements to the and Wa te eater Treatment Plant Primary Pond, WSIP Subproject EP -1. AJ of the Cantrat , mark ?Exhibit "A," is attached heretoe a part Sec -tion 2. That the CouRc 'of the- Ci ,,ofxFayetteville, Arkansas here1 I p"Yr ve a 5 rojeect Continge cy in the arno nit of $65,000 00. PASSED pand APPROVED tlu 1 t da of May, 2007. Y Y ATTEST. By: 021'N COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer t T O * * * BID TABULATION * * BLACK & VEATCH CORPORATION FOR: City of Fayetteville BIDS RECEIVED: PROJECT PERSONNEL Project No. 135045.400 Noland WWTP Improvements Until 1:30 P.M. April 5, 2007 Project Engineer: Katie Funderburk NAME OF BIDDER ADDRESS OF BIDDER (Lump Sum Bid CERTIFIED FUNDS 0 ADDENDUM ACKNOWLEDGED IVERIFICATION OF PAST EXPERIENCE 1 BIDDER QUESTIONNAIRE COMPLETED BID SECURITY INCLUDED LIST OF SUBCONTRACTORS INCLUDED EQUIPMENT QUESTIONNAIRE INCLUDED BID SIGNED Item Description 1,300,000 1,172,000.00 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST bi oz O O C O y Yes Yes i<P-< w y Yes Archer Western Contractors, Ltd. 2121 Ave "1" Suite 103 Arlington, Texas 76006 1,327,793.62 N CA 2 w 0 w 0 w Yes Yes N w Wilson Brothers Construction Co. P.O. Box 580 Alma, Arkansas 72921 0,. BLACK & VEATCH E ,.poration I it E'er ,.�f ��».�' FEB 22 200? CITY OF FAYET MVILLE MAYOR'S OFFICE 8400 Ward. Parkway, P.O. Box 8405, Kansas City, Missouri 64114, (913) 458-2000 B&V Project 135045.310 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS NOLAND WASTEWATER TREATMENT PLANT CONTRACT EP -1 WET WEATHER IMPROVEMENTS OPINION OF CONSTRUCTION PROJECT COST February 22, 2007 SUMMARY General Requirements 78,900 Effluent Storage Reservoir Improvements 986,495 Subtotal 1,065,395 Allowance for Unquantified Scope Items 10% 106,540 TOTAL PROBABLE CONSTRUCTION COST - CONTRACT EP -1 1,171,935 BLACK & VEATCH building a world of difference ENERGY WATER INFORMATION GOVERNMENT ' City of Fayetteville, Arkansas Noland WWTP Improvements Wet Weather Improvements Contract EP -1 Mr. David Jurgens Director of Water and Wastewater 113 West Mountain Street Fayetteville, Arkansas 72701 Dear Mr. Jurgens: B&V Project 135045 B&V File B-1.1 April 16, 2007 Subject: Bid Results and Recommendation Bids were received and opened on April 5, 2005 in the City of Fayetteville City Hall, for the above mentioned project. Thefollowing is a list of the contractor lump sum bids in the order in which they were read. Archer Western Construction, Ltd. Wilson Brothers Construction Co. Lump Sum Bid $1,534,00.00 $1,327,793.62 The low bid was submitted by Wilson Brothers Construction Co. for -$1,327.793.62. The Engineer's Opinion of Probable Cost was $1,172,000 and the certified amount was 1,300,000. A Bid Tabulation is attached. Wilson Brothers Construction Co. provided information about their firm, their experience and proposed project team. Wilson Brothers Construction Co. proposes the following project team: • Marley T. Phillips— Project Manager, 8 months of experience in this role and over 12 years of total experience: • Cliff Ellis — Superintendent, 5 years of experience in this role at Wilson Brothers and a total of 58 years of experience. We have contacted six (6) references from the projected performed by Wilson Brothers Construction Co. The projects ranged in price from $100,000. to $2.73 million. The owners and engineers interviewed were satisfied with the work that Wilson Brothers Construction Co. had Black & Veatch Corporation • 8400 Ward Parkway • P.O. Box 84135 • Kansas City, MO 64114 USA • Telephone: 913.458.2000 Mr. David Jurgens City of Fayetteville, Arkansas Contract EP -1 Page 2 B&V Project 135045 B&V File B -1.I April 16, 2007 performed and commented that Wilson Brothers had been attentive to the Owner and completed the work without excessive change orders. Wilson Brothers Construction Co. does have certification by the State of Arkansas to conduct business in Arkansas. Additionally, a financial statement has been attached for Wilson Brothers. Wilson Brothers Construction Co. has completed and submitted a "Bidder's Qualification Statement". The form has been included for your information and review. We recommend that Contract EP -1 be awarded to Wilson Brothers Construction Co. for $1,327,793.62. If you have any questions or comments regarding the above information, call me at (913) 458- 3147. Very Truly Yours, BLACK ? VEATCH CORPORATION Kam 'nderburk Project Engineer Enclosures: 4 copies of the following Bid Tabulation Agreement Bid Documents Project Team with Resumes Financial Statement cc: Andrea Allen, City of Fayetteville NAME OF BIDDER ADDRESS OF BIDDER Lump Sum Bid CERTIFIED FUNDS 1 NO ADDENDUM ACKNOWLEDGED VERIFICATION OF PAST EXPERIENCE IBIDDER QUESTIONNAIRE COMPLETED EQUIPMENT QUESTIONNAIRE INCLUDED 1 ILIST OF SUBCONTRACTORS INCLUDED B1D SECURITY INCLUDED co Item Description D SIGNED 1,300,000 FOR: City of Fayetteville BIDS RECEIVED: PROJECT PERSONNEL Noland WWTP Improvements Until 1:30 P.M. April 5, 2007 Project Engineer: Katie Funderburk Contact EP -1 At 113 West Mountain Street Fayetteville, Arkansas 72701 Page 1 of 1 1,172,000.00 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST lalLk) OO O O co Yes Yes Yes N co Yes D co Archer Western Contractors. Ltd. 2121 Ave "J" Suite 103 Arlington. Texas 76006 1,327,793.62 co N Yes (4 N (U N N N (4 N Yes Wilson Brothers Construction Co. P.O. Box 580 Alma. Arkansas 72921 DOCUMENT 00500 - AGREEMENT BETWEEN THE CITY OF FAYETTEVILLE AND WILSON BROTHERS CONSTRUCTION CO., INC. Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements Contract No.: EP -1 THIS AGREEMENT is dated as of the day of in the.year 2007 by and between CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO. INC. ARTICLE I - WORK 1.01 WILSON BROTHERS CONSTRUCTION CO., INC. shall complete all Work as specified or indicated in the Contract Documents. The Work under this Contract is generally described as follows: The Contract provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701 in accordance with the documents prepared by Black & Veatch Corporation. 1.02 The Contract 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: I. Westside Wastewater Treatment Plant. 2. Westside Collection System Improvements. 00500 - Agreement.doc 00500-1 Project No. 135045 DOCUMENT 00500 —AGREEMENT (continued) 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2- ENGINEER 2.01 The Contract has been designed by BLACK & VEATCH CORPORATION. BLACK & VEATCH CORPORATION assumes all duties and responsibilities, and has the rights and authority assigned to BLACK & VEATCH CORPORATION in the Contract Documents in connection with 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 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within One Hundred Eighty (180) calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within Two Hundred Ten (210) calendar days after the date when the Contract Times commence to run. Substantially Complete by date stated above shall be defined as the completion of all major work items as required for a fully operational system. 3.03 LIQUIDATED DAMAGES: A. THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. recognize that time is of the essence of this Agreement and that THE CITY OF FAYETTEVILLE 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, 00500 - Agreement.doc 00500-2 Project No. 135045 DOCUMENT 00500— AGREEMENT (continued) and difficulties involved in proving the actual loss suffered by THE CITY OF FAYETTEVILLE if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. agree that as liquidated damages for delay (but not as a penalty) WILSON BROTHERS CONSTRUCTION CO., INC. shall pay THE CITY OF FAYETTEVILLE One.Thousand Dollars ($1,000.00) 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 WILSON BROTHERS CONSTRUCTION CO., INC. 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 THE CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC. shall pay THE CITY OF FAYETTEVILLE Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 THE CITY OF FAYETTEVILLE shall pay WILSON BROTHERS CONSTRUCTION.CO., INC. 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: One Million, Three Hundred Twenty -Seven Thousand, Seven Hundred Ninety -Three and 62/100 Dollars ($1,327,793.62). 4.02 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. 00500 - Agreement.doc 00500-3 r Project No. 135045 DOCUMENT 00500— AGREEMENT (continued) ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. WILSON BROTHERS CONSTRUCTION CO., INC. shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by THE CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. THE CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of WILSON BROTHERS CONSTRUCTION CO., INC.'s Applications for Payment as recommended by BLACK & VEATCH CORPORATION or about the 20'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 BLACK & VEATCH CORPORATION shall determine, or THE CITY OF FAYETTEVILLE 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 BLACK & VEATCH CORPORATION and if the character and progress of the Work have been satisfactory to THE CITY OF FAYETTEVILLE and BLACK & VEATCH CORPORATION, THE CITY OF FAYETTEVILLE on recommendation of BLACK & VEATCH CORPORATION may determine that as long as the character and progress of the Work subsequently remain satisfactory to them a 5 percent retainage will be 00500 - Agreement.doc 00500 —4 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) withheld on the remaining progress payments prior to Substantial Completion; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to THE CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. Upon Substantial Completion, THE CITY OF FAYETTEVILLE shall pay an amount sufficient to increase total payments to WILSON BROTHERS CONSTRUCTION CO., INC. to 95% of the Contract Price (with the balance being retainage), less such amounts as BLACK & VEATCH CORPORATION, shall determine, or THE CITY OF FAYETTEVILLE 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, THE CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by BLACK & VEATCH. CORPORATION and as provided in the GENERAL CONDITIONS. ARTICLE 6 - WILSON BROTHERS CONSTRUCTION CO., INC.'S REPRESENTATIONS 6.01 In order to induce THE CITY OF FAYETTEVILLE to enter into this Agreement, WILSON BROTHERS CONSTRUCTION CO., INC. makes the following representations: A. WILSON BROTHERS CONSTRUCTION CO., INC. has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. WILSON BROTHERS CONSTRUCTION CO., INC. 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 Project No. 135045 DOCUMENT 00500 —AGREEMENT (continued) C. - WILSON BROTHERS CONSTRUCTION CO., INC. 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. WILSON BROTHERS CONSTRUCTION CO., INC. 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. WILSON BROTHERS CONSTRUCTION CO., INC. acknowledges that THE CITY OF FAYETTEVILLE and BLACK & VEATCH CORPORATION 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. WILSON BROTHERS CONSTRUCTION CO., INC. 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 WILSON BROTHERS CONSTRUCTION CO., INC. and safety precautions and programs incident thereto. F. WILSON BROTHERS CONSTRUCTION CO., INC. 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 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) G. WILSON BROTHERS CONSTRUCTION CO.. INC. is aware of the general nature of work to be performed by THE CITY OF FAYETTEVILLE and others at the Site that relates to the Work as indicated in the Contract Documents. H. WILSON BROTHERS CONSTRUCTION CO.. INC. has correlated the information known to WILSON BROTHERS CONSTRUCTION CO., INC., 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. WILSON BROTHERS CONSTRUCTION CO., INC. has given BLACK & VEATCH CORPORATION written notice of all conflicts, errors, ambiguities, or discrepancies that WILSON BROTHERS CONSTRUCTION CO., INC. has discovered in the Contract Documents and the written resolution thereof by BLACK & VEATCH CORPORATION is acceptable to WILSON BROTHERS CONSTRUCTION CO., INC. 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- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between THE CITY OF FAYETTEVILLE and WILSON BROTHERS' CONSTRUCTION CO., INC. concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: This Agreement. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. 00500 - Agreement.doc 00500-7 Project No. 135045 DOCUMENT 00500 - AGREEMENT (continued) b. WILSON BROTHERS CONSTRUCTION CO., INC.'s Bid. c. Documentation submitted by WILSON BROTHERS CONSTRUCTION CO., INC. prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Labor -Related Regulations. 7. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 8. 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 Wastewater Treatment Plant Wet Weather Improvements EP -1 9. Addenda number 1, inclusive 10. 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 Project No. 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. THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. 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 THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC., 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. 8.05 OTHER PROVISIONS: Not Applicable. 8.06 CONTROLLING LAW A. This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 00500 - Agreement.doc 00500-9 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) 8.07 . ARKANSAS OF INFORMATION ACT A. City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the. Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 00500 - Agreement.doc 00500-10 Project No. 135045 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. have signed this Agreement in quadruplicate. One counterpart each has been delivered to THE CITY OF FAYETTEVILLE, WILSON BROTHERS CONSTRUCTION CO., INC., and BLACK & VEATCH CORPORATION. All portions of the Contract Documents have been signed, initialed, or identified by THE CITY OF FAYETTEVILLE and WILSON BROTHERS CONSTRUCTION CO., INC. This Agreement will be effective on Date of the Agreement. WILSON BROTHERS CONSTRUCTION CO., INC. By: Title: (SEAL) Attest Address for giving notices License No. Agent for Service of process (If WILSON BROTHERS CONSTRUCTION CO., INC is a corporation, attach evidence of authority to sign.) 2007, which is the Effective City of Fayetteville Fayetteville, Arkansas By: Title: Mayor (SEAL) Attest Address for giving notices (If Owneris 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: City of Fayetteville END OF DOCUMENT 00500 00500 - Agreement.doc 00500-11 Project No. 135045 ARKANSAS City of Fayetteville, Arkansas Water and Wastewater Department David Jurgens, Director PROJECT MANUAL FOR PROJECT NO. EP -1 NOLAND WASTEWATER TREATMENT PLANT WET WEATHER IMPROVEMENTS FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENT PROJECT March 2007 ENGINEER Black & Veatch Corporation 8400 Ward Parkway. Kansas City, Missouri 64114 OWNER City of Fayetteville Waste and Wastewater Department 113 West Mountain Street Fayetteville, Arkansas 72701 DOCUMENT 00120 - INVITATION TO BID City of Fayetteville, Arkansas Invitation to Bid Bid 07-33, EP -I; Noland Wastewater Treatment Plant Wet Weather Improvements Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements Project Nos.: EP -I Date: Thursday, March 15, 2007 Thursday, March 22, 2007 Bid No.: 07-33 DESCRIPTION OF WORK OF THIS CONTRACT The Contract provides for the installation of a concrete liner, geomembrane liner, a nonpotable water.high pressure washdown system and other miscellaneous improvements at the Noland Wastewater Treatment Plant Primary Pond, 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701 in accordance with the documents prepared by Black & Veatch Corporation. BID INFORMATION Sealed bids will be received by the City of Fayetteville, Arkansas (the Owner) until 1:30 p.m., local time, Thursday, April 5, 2007. Bids received after this time will not be accepted. The City of Fayetteville will. not be responsible for lost or misdirected bids. Bids will be opened and publicly read aloud immediately after specified closing time in Room 326 at 113 West Mountain Street, Fayetteville, Arkansas. All interested parties are invited to attend. Bids must be received at the following location BY 1:30 P.M. on Thursday, April 5,2007: Purchasing Agent's Office (Room 306) at City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 00120 Invitation to bid.doc 00120-I Project No. 135045 DOCUMENT 00120- INVITATION TO BID (Cont.) Sealed envelopes or packages containing bids shall be marked or endorsed "Bid 07.33, EP -1, Noland WWTP Wet Weather Improvements" and the Contractor's Arkansas License Number shall be clearly marked'on the outside of the envelope. Copies of the Bid Documents may be obtained for bidding purposes from Black & Veatch Corporation at a purchase price of One Hundred Dollars ($100.00) for each set (one (I) copy of Project Manual, one (1) set of Contract Drawings, and one (1) bid packet) of documents. For bidders who have previously purchased a complete set of bid documents, the Bid Packer may be obtained for Ten Dollars ($10.00). Bid Documents may be obtained at the following Issuing Office. Black & Veatch Corporation 8400 Ward Parkway Kansas City, MO 64114 Phone: (913) 458-6739 Fax: (913) 458-3802 Payments must be received prior to shipment of the Bid Documents. NO REFUND of payment will be made and no partial sets will be issued. No half size set will be sold or issued prior to the bid opening. Questions concerning the contract documents should be directed to the following: Ms. Katie Funderburk, P.E. 8400 Ward Parkway Kansas City, MO 64114 Phone: (913) 458-3147 Bid documents may be examined at the following locations. Please visit www.accessfavetteville.org and click "Bids and Mailing Lists" then "Construction Contractors" for further contact information on the plan rooms: McGraw Hill Construction Dodge/Little Rock Kroger Center, Redding Building 1701 Centerview Drive, Suite 110 Little Rock, AR 72211-4311 (501)225-9453; Fax (501)225-9534 McGraw Hill Construction Dodge/Dallas 9155 Sterling Drive, Suite 160 Irving, TX 75063 (972)819-1400; Fax(972)819-1409 McGraw Hill Construction Dodge/Springfield 3275 E. Ridgeview, Ste. B Springfield, MO 65804-4092 (417)883-6600; Fax (417)883-6607 McGraw Hill Construction Dodge/Tulsa 12101 E. 51�' Street, Suite 105 Tulsa, OK 74146 (918)307-1786; Fax (918)307-1788 00120 ]nvitation to bid.doc 00120-2 Project No. 135045 DOCUMENT 00120- INVITATION TO BID (Cont.) Northwest Arkansas Planning Room 103-A Apple Blossom Road Bethel Heights, AR 72764 (479)750-7704; Fax (479)750-7709 Reed Construction Data 30 Technology Pkwy, Ste. 100 Norcross, GA 30092 (800)424-3996, Fax (800)303-8629 www.reedconstructiondata.com ABC Plan Room Bid News Construction Reports c/o Southern Reprographics, Inc. 5727 S. Garnett Road, Suite H 2905 Pointe Circle Tulsa, OK 74146 Fayetteville, AR 72703 (918)877-1200; Fax (918)877-1203 (479)582-4022; Fax (479)582-4021 Bids will be received on a lump sum basis. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments and local city ordinances where the Project is located. The City of Fayetteville will evaluate Bidders in accordance with the Instruction to Bidders. Prequalification of Bidders will not be required. Owner will evaluate Bidders in accordance with the instructions to Bidders. Bid security in the form of a certified or bank cashier's check or a Bid Bond in the amount of 5%•of Bid Amount of contract shall accompany each Bid in accordance with the Instructions to Bidders. Bids shall be in accordance with the Bid Documents. COMPLETION Completion time shall be as follows The Work shall be Substantially Completed within 180 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 210 calendar days after the date when the Contract Times commence to run. El 00120 Invitation to bid.doc 00120-3 Project No. 135045 DOCUMENT 00120 —INVITATION TO BID (Cont.) ADDITIONAL PROVISIONS The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, affirmative action requirements, and minimum wage rates. The greater of the Arkansas Department of Labor Prevailing Wage Rate or the U. S. Department of Labor Prevailing Wage Rate shall establish the minimum wages to be paid to workers under this Contract. OWNER'S RIGHT TO REJECT The City of Fayetteville (Owner) reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. OWNER CITY OF FAYETTEVILLE By Peggy Vice Title: Purchasing Manager 00120 Imitation to bid.doc 00120-4 Project No. 135045 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT Project Name: Wastewater System Improvement Project Contract Name: Noland Wastewater Treatment Plant Wet Weather Improvements Contract No.: EP -1 Date: f 1:Qf 1 5, )LX? SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company W i kon &tt IC.1 Ls l nnsiYUc hn ( y jix_ Name f1)ranren kuirriS //�� Address PD. a ¶JW Alrn, (ii-, -7Dq Principal Office LR0! rAllum (GnP_.Ts•1 Mat ) l orporation partnership, individual, joint venture, other Arkansas State General Contractor's License Number EXPERIENCE STATEMENT Bidder has been engaged as a General Contractor in construction for 35 years and has performed work of the nature and magnitude of this Contract for 35 years. Bidder has been in business under its present name for •?5 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer! architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect T0000M2JY.doc 00140— I Project No. 135045 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT (CONTINUED) contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: t'(JC��nc rn iPn�iGrUt,rPi'1 Cnnrrc4c (I �D 1 + y I h fl 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 9 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: ias 1Jr4- IL1fh1 Str d+ (1- Sm i Thy Tm . 'O I 8. Bidder's Workmen's Compensation Experience Modifier Factor is: o C1 1 T0000M2JY.doc 00140-2 Project No. 135045 ?L• DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT (CONTINUED) FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: I. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments:. The following judgments are outstanding against Bidder: Judgment Creditors a. tU one b. Where Docketed and Date Amount $ T0000M2JY.doc - 00140-3 Project No. 135045 DOCUMENT 00140- BIDDER'S QUALIFICATION STATEMENT (CONTINUED) Bidder hereby represents.and warrants that all slatements set forth herein are true and correct. Date: c' , 2007 (OFFICIAL SEAL) Name of Organization: W*in &14) rs (nsfrucHon). Tic By &Ufl C t Title (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 T0000M2JY.doc '00140-4 Project No. 135045 DOCUMENT 00400 - BID FORM Project Name: Wastewater System Improvements Project Contract Name: Noland WWTP Improvements — Wet Weather Treatment Improvements Contract No.: EP -1 Bid No.: 07-33 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM Bidder: kJIISon brullrr.s ('nnsb-uchon (h.,Icc. IQGI Cet)um ([Arm. & sf Piz er,Y .SRD A hma , (tr `13°Ial ARTICLE I- 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.doc 00400 - 1 Project Not 35045 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 Piprd 1 poO1 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: (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 and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, 00400 -Bid Form.doc 00400-2 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. 00400 -Bid Form.doc 00400 3 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following price: A. Lump Sum Price: a— Ira �'�- u 1 $ xn h.uxtdrah Dollars ($ I , rJt l 14�: (ate ). ILiu4-q-4hrce cA_nd toalioo� ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of .45 'I. of Dollars ($ 1. B. Required Bidder's Qualification Statement with supporting data (DOCUMENT 00140 - Bidder's Qualification Statement). C. Manufacturer's data where called for in Specifications (DOCUMENT 00450 - Equipment Questionnaire). D. DOCUMENT 00430 - List of Subcontractors. 00400 -Bid Form.doc 00400-4 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: brn1'i n hkrnS tjitk$Gn f thers CConsiruchGr PDLO Aln Or Phone No. �i 1r1> &D3 a - 2-3 38 FAX No. LA-ei) Lc -D- ?33 1 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on H0'ft 1 5 ,20V1. Arkansas State Contractor License No. C1 n-lL1 acDx If Bidder is: An Individual Name (type or printed): By: (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: 00400 -Bid Form.doc 00400 - 5 Project No. 135045 DOCUMENT 00400 - BID FORM (continued) A Partnership Partnership Name: By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: A Corporation Corporation Name: LUiknn 8foihe S 0&1i" h'00 &-Q-dSEAL) State of Incorporation: f4 k6O,,(As Type (General Business, Professional, Service, Limited Liability): — attach evidence of authority to sign) Name (type or printed): BrAYl5f l k1 YY1 S Title: P(�,S clPtli Attest: (CORPORATE SEAL) 1p r lUi (Signature of Corporate Secretary) Business address: 401 ('ninon (uiy. F(14i- Pf)EDL `51SQ Phone No.: h0k) lr,3a' x.338 FAX No. ____________ END OF DOCUMENT 00400 00400 -Bid Form.doc 00400-6 Project No. 135045 DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we . as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Surety, as Obligee, hereinafter called Owner, in the sum of Dollars ($ ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for the construction of Noland Wastewater Treatment Plant Wet Weather Improvements, Project No. EP -1, Fayetteville Wastewater System Improvement Project. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for T0000M2Kl.doc 00410- I Project No. 135045 DOCUMENT 00410- BID BOND (continued) 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 M PRINCIPAL. SURETY ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 day of 2007. (CORPORATE SEAL) (CORPORATE SEAL)• T0000M2K 1.doc 00410-2 Project No. 135045 A. I. A. Document No. A-310 (2-70 Ed.) KNOWN ALL MEN BY THESE PRESENTS, that we, Wilson Brothers Construction Company, Inc., as Principal, hereinafter called the Principal, and Mid -Continent Casualty Company, a Corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, 113 West Mountain, Fayetteville, AR as Obligee, hereinafter called the Obligee, in the sum of Five Per Cent of Amount of Bid (5%) for the payment of which ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the. Principal has submitted a bid for Wet Weather Improvements Noland Wastewater Treatment Plant. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then the obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 5 day of April, 2007. (,Witness Wilson Brothers Construction Co., Inc. Principah (Seal) (Title) Mid -Continent Casualty Company Surety (Seal) James C. Russell - Attorney -In -Fact +. • MID-CONTINENT CASUALTY COMPANY Tulsa, Oklahoma Know all Men by these presents That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursdabt to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit: "Article IV, Section 7. - The Executive Officers of the Company shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one more Resident Vice President, Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President, Resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authority given him. None of such appointees need be' Directors of the Company" The Company does hereby constitute and appoint Ken Adney, John Baxter, Tom Foltz, Carolyn Greene, Gayle Hatwig, Kim Marvel, Walter Moorman, Sandy Roe, Jim Russell, Steve Standridge and Tara Zipp, individually of FT. SMITH, AR '..its true and lawful attomey(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such:instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged'by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WHEREOF, MID-CONTINENT CASUALTY COMPANY has executed and attested these presents. this '.::26 day of May 2006. ATTEST: SARA ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT " On this '26 day of ` May 2006before me, a NotaryPublic of the State of Oklahoma in and for the County of Tulsa, came the individual to me personally known to be the officer described in, and who executed the preceding instrument,. and he acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and authorized officer of the MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company, and that Article IV, Section 7, of the By -Laws of saidCompany, referred to in the preceding instrument, is now in force.: IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year first above written. :'`c �'A� L y,�• f Commission # 99009381 1�pg�<..--.-:. ..: .::: ••i :-- �Q" U A AN Notary Public " y� yy,�,•,•o'kLA,,� SARA ANDERSO#i%,`.{/j .SsSnt Secretary of Mm -CONTINENT. CASUALTY COMPANY do hereby certify that the foregoing extracts of the By -Laws and dt'a'ResdMUon of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. - - This certifies that any facsimile or mechanically -produced. signature of any officer of the Company and Company seal, .wherever appearing upon a power of attorney issued by the Company, shall be valid and binding upon the. Company with the same force and effect as though manually affixed. - - IN WITNESS WFIEREOF, Ihavc hereunto set my hand and affixed the facsimile seal of said. corporation •Io%PIn uliii), - - - .. . _' a `��•�•ASG' Ira, this N day of �PR►c 300. x f yya�t4t �+FtE rGy O -0..-4 c1 , t-'-'— ••. Aim ..•t. ...y• s p? 1 f f �• SARA ANDERSON Assistant Secretary } .,, 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 Project No. EP -1, Noland Wastewater Treatment Plant Wet Weather Improvements. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name License No. Work. Comp. EMR % of Contract Value Pipelaying Excavation/Grading Concrete Geomembrane Lining System C(YIU1leD r i f '0 Dl 0.11 I 'I Mechanical Fencing I(sD o O.'1. ecf rig L eetri tc7°141D LW 1 '1 NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bi Signature Qr&n n t-kOyri5T P"eSidt'TF END OF DOCUMENT 00430 00430 -List of Subcontractors 00430- 1 Project No. 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, and shall submit this 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. 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 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 • Manufacturer 1. Geomembrane Liner £ S F 2. Electric Actuators 2. Gate Valves END OF DOCUMENT 00450 fthIIIt r 00450 -Equipment Questionnaire.doc 00450-1 Project No. 135045 - 1 Similar Completed Contracts 1. Lake Shepherd Springs Road Relocation Lake Fort Smith Dam and Reservoir Enlargement Owner: City of Fort Smith Utilities Department Steve Parke, Director of Utilities 623 Garrison Avenue Fort Smith, AR 72901 Phone: 479.785.2801 Fax: 479.784.2407 Engineer: Mickle Wagner Coleman, Inc. Bobby Aldridge, P.E. P.O. Box 1507 Fort Smith, AR 72902 Phone: 479.649.8484 Fax: 479.649.8486 Contract Amount: $2,783,749.00 Completed By Bidder: 80% Surety: Westfield Insurance Company Date of Completion: September 2003 2. 48`h Street Water and Sewer - Springdale, Arkansas Owner: Springdale Water Utilities 526 Oak Ave Springdale, AR 72765 Phone: 479.751.5752 Engineer: Garver Engineers W.- 3810 Front Street, Ste. 10 Fayetteville, AR 72703 Phone: 479.527.9100 Contract Amount: $319,382.00 Surety: Westfield Insurance Company Fax: 479.527.9101 Completed By Bidder: 100% Date of Completion: May 2005 P.O. Box 580 • Alma, AR 72921 • Office (479) 632-2338 • Fax (479) 632-2331 3. City of Fort Smith Reconstruction/ 03-03-A Fort Smith Street Overlay Owner: City of Fort Smith Utilities Department Steve Parke, Director of Utilities 623 Garrison Avenue Fort Smith, AR 72901 Phone: 479.785.2801 Fax: 479.784.2407 Engineer: City of Fort Smith Contract Amount: $1,245,269.44 Completed By Bidder: 70% Surety: Westfield Insurance Company Date of Completion: August 2004 4. City of Fort Smith Reconstruction/ 03-03-B Fort Smith Street Overlay Owner: City of Fort Smith Utilities Department Steve Parke, Director of Utilities 623 Garrison Avenue Fort Smith, AR 72901 Phone: 479.785.2801 Fax: 479.784.2407 Engineer: City of Fort Smith Contract Amount: $847,068.18 Completed By Bidder: 70% Surety: Westfield Insurance Company Date of Completion: April 2004 5. Sludge Removal at the Fort Smith Airport Owner: City of Fort Smith Utilities Department Steve Parke, Director of Utilities 623 Garrison Avenue Fort Smith, AR 72901 Phone: 479.785.2801 Fax: 479.784.2407 Engineer: City of Fort Smith Contract Amount: $100,000.00 Bonding Agent: Brown Hiller Clark Completed By Bidder: 100% Date of Completion: 1982 6. City of Alma Oxidation Ponds Owner: City of Alma 804 Fayetteville Ave. Alma, AR 72921 Phone: 479.632.4110 \ , Engineer: Hawkins -Weir Engineers, Inc. Brett D. Peters, P.E. 1 P.O. Box 648 Van Buren, AR 72957 Phone: 479.474.1227 Fax: 479.474.8531 Contract Amount: $160,000.00 Bonding Agent: Brown Hiller Clark Completed By Bidder: 100% Date of Completion: December 1998 Current Bonded Projects Mountainburg Waste Water System Improvements Owner: City of Mountainburg Stanley Moore, Mayor P.O. Box 433 Mountainburg, AR 72946 Phone: 479.369.2791 Fax: 479.369.4674 Engineer: Hawkins -Weir Engineers, Inc. Brett D. Peters, P.E. P.O. Box 648 Van Buren, AR 72957 Phone: 479.474.1227 Fax: 479.474.8531 Contract Amount: $357,868.00 Surety: Mid -Continent Casualty Company Estimated Completion Date: June 30, 2007 2. OG & E Sanitary Sewer Relocation Owner: Oklahoma Gas and Electric Company • Paul Davis 1200 E. I-240 Service Road, Bldg. B Oklahoma City, OK 73149 Phone: 405.553.4837 Fax: 405.553.4811 Engineer: Hawkins -Weir Engineers, Inc. Brett D. Peters, P.E. P.O. Box 648 Van Buren, AR 72957 Phone: 479.474.1227 Fax: 479.474.8531 Contract Amount: $79,971.50 Surety: Mid -Continent Casualty Company Estimated Completion Date: March 12, 2007 P.O. Box 580 • Alma, AR.72921 • Office (479) 632-2338 • Fax (479) 632-2331 3. Lake Shepherd Springs Recreation Area — Day Use and Boat Ramp Areas Sitework, Project No. 99-01-C21A Owner: City of Fort Smith Utilities Department Steve Parke, Director of Utilities • 623 Garrison Avenue Fort Smith, AR 72901 Phone: 479.785.2801 Fax: 479.784.2407 Engineer: Mickle Wagner Coleman, Inc. Bobby Aldridge, P.E. P.O. Box 1507 Fort Smith, AR 72902 Phone: 479.649.8484 Fax: 479.649.8486 Contract Amount: $2,131,853.00 Surety: Mid -Continent Casualty Company Estimated Completion Date: June 26, 2007 4. Creekside Phase III Owner: Barber Construction Gary Boyles 2921 South Old Missouri Road, Ste 3 Springdale, AR 72746 Phone: 479.750.3112 Fax: 479.750.2853 Engineer: Crafton, Tull, Sparks and Associates 901 North 7`h Street, Ste. 200 Rogers, AR 72756 Phone: 479.878.2420 Contract Amount: $2,131,853.00 Surety: Mid -Continent Casualty Company Estimated Completion Date: June 15, 2007 5. Legendary Subdivision Owner: Gary Brandon Enterprises P.O. Box 21 Springdale, AR 72765 Phone: 479.751.7254 Fax: 479.751.7624 Engineer: Engineering Services, Inc. P.O. Box 282 1207 South Old Missouri Road Springdale, AR 72764 Phone: 479.751.8733 Fax: 479.751.8746 Contract Amount: $7,601,525.00. Surety: Mid -Continent Casualty Company Estimated Completion Date: June 1, 2007. 6. Valley View Estates, Highlands Square North Owner: Rausch Coleman VV, Inc. LLC Kim Hessee 308 E. Main Farmington, AR 72730 Phone: 479.267.6008 Fax: 479.267.5241 Engineer: Engineering Design Associates, P.A. 134 West Emma Ave Springdale, AR 72764 Phone: 479.756.1266 Fax: 479.756.2129 Contract Amount: $1,288,167.00 Surety: Mid -Continent Casualty Company Estimated Completion Date: April 1, 2007 7. Springhills Subdivision Phase II Owner: McMahon Brothers Custom Homes, Inc. Tim McMahon P.O. Box 7300 Springdale, AR 72766 Phone: 479.521.2611 Fax: 479.521.2442 Engineer: Engineering Services, Inc. P.O. Box 282 1207 South Old Missouri Road Springdale, AR 72764 Phone: 479.751.8733 Fax: 479.751.8746 Contract Amount: $1,991,159.00 Surety: Mid -Continent Casualty Company Estimated Completion Date: May 15, 2007 Marley T. Phillips Work Experience: Wilson Brothers Construction. Inc./ Alpha Utilities Inc November 2006 - Present Project Manager Responsibilities include: • Client contact • Tracking project budget and schedule • Daily operations of various construction projects including earthwork and utility construction • Preparing material lists and ordering of material ensuring compliance with plans, specifications, and local codes • Recent Projects 36" & 42" Water transmission mains modifications — Fayetteville, AR U of A — Utility tunnel, water, sewer, and drainage construction Fayetteville, AR 25 ac. condominium subdivision including earthwork and utilities — Fayetteville, AR Rogers High School campus addition —Rogers, AR CEI Engineering Associates. Inc.; October 1994 — November 2006 CAD Tech • Responsible for plan revisions and corrections as directed by project manager/engineer. CAD Designer • Responsible for the design and production of commercial site development plans with input from Project Manager and Project Engineer. Program Manager • Managing the design and production team including quality control of commercial site development plans • Represent multiple clients in all permitting activities at local, county, and state levels nationwide. • Manage project schedule and budget, client maintenance and coordination, address contractor requests for • information, change orders and field changes. Department Manager • Develop, implement, and monitor departmental annual budget to ensure business goals and objectives are • accomplished • Oversee program/project management and design activities, including scheduling, technical expertise, design review and approval, permitting, construction monitoring, site investigations and feasibility studies • Write and negotiate client and sub -consultant contracts in reference to scope of work, professional fees, insurance requirements, and ensure liability to company and client is limited. • Personnel responsibilities including: recruiting, interviewing, hiring and training new employees, assigning and directing work, appraising performance, rewarding and disciplinary actions, addressing complaints and resolving employee issues. Conducting regular departmental meetings to discuss workload, work assignments, and client coordination. • Marketing potential clients and business development. Cliff Ellis, Project Superintendent To Whom It May Concern: I began working for the Arkansas Highway and Transportation Department in the construction department in 1946. In 19521 entered the military and upon leaving the military in 1954, 1 returned to the highway department. My experience is in all phases.of construction, including surveying, drafting, dirt, concrete, asphalt and bridges. I have constructed fire pits for training, detention ponds, private ponds, highways, bridges over streets and waterways. My latest detention pond work was at Kensington Hills and Stone Meadow Subdivisions in Benton County.. . My work has involved working on lakes and dams for the Corps of Engineers in Arkansas and Oklahoma. Also, I was in charge of building a 50' high dam while in Germany. 25 years with the AHTD 8 years street superintendent with the City of Fort Smith 25 plus years for various Contractors WILSON BROTHERS CONSTRUCTION CO.. INC. AND AFFILIATE FINANCIAL STATEMENTS OCTOBER 31. 2006 WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE OCTOBER 31, 2006 CONTENTS PAGE INDEPENDENT AUDITOR'S REPORT ................................ I ...... 1 FINANCIAL STATEMENTS Balance Sheet ...................................................:.... 2 Statement of Income ................................................... 3 Statement of Changes in Stockholders' Equity ............................... 4 Statement of Cash Flows ............................................... 5 Notes to the Combined Financial Statements ............................. 6-11 SUPPLEMENTARY INFORMATION Schedule of Earnings from Contracts ..................................... 12 Schedule of Contracts Completed ............................. ......,y... . . . . . . . . . 13 Schedule of Contracts in Progress ....................................... 14 JOHN LANGHAM & CO. CERTIFIED PUBLIC ACCOUNTANTS TO THE BOARD OF DIRECTORS AND STOCKHOLDERS WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE ALMA, ARKANSAS INDEPENDENT AUDITOR'S REPORT We have audited the accompanying combined balance sheet of Wilson. Brothers Construction Co., Inc. and Affiliate (corporations) as of October 31, 2006, and the related combined statements of income, changes in stockholders' equity and cash flows for the year then ended. These financial statements are the responsibility of the company's management. Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with U.S. generally accepted auditing standards. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the combined financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides a reasonable basis for our opinion. In our opinion, the combined financial statements referred to above present fairly, in all material respects, the financial position of Wilson Brothers Construction Co., Inc. and Affiliate as of October 31, 2006, and the results of their operations and their cash flows for the year then ended in conformity with U.S. generally accepted accounting principles. Our audit was made for the purpose of forming an opinion on the basic combined financial statements taken as a whole. The accompanying supplementary information is presented for the purpose of additional analysis and is not a required part of the basic combined financial statements. Such information has been subjected to the auditing procedures applied in the audit of the basic combined financial statements and, in our opinion, is fairly stated in all material respects in relation to the basic combined financial statements taken as a whole. doAJn4 Co. CERTIFIED PUBLIC ACCOUNTANTS FORT SMITH, ARKANSAS JANUARY 7, 2007 WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE BALANCE SHEET OCTOBER 31, 2006 ASSETS CURRENT ASSETS Cash and cash equivalents $ 955,452 Certificates of deposit 724,784 Contract receivables (Note 4) Completed contracts 500,923 .Contracts in progress. 2,964,740 .Retainage 2,016,401 Related party (Note 2) 68,562 Costs and estimated earnings in excess of billings on uncompleted contracts (Note 3) 284,700 Accounts receivable • Employee 2,004 Related party (Note 2) 139,542 Prepaid expenses 40.462 TOTAL CURRENT ASSETS 7,697,570 PROPERTY AND EQUIPMENT, at cost (Notes I and 5) Buildings and improvements 86,918 Machinery and equipment 3,434,640 Vehicles 1,293,675 Furniture and fixtures 61,709 4,876,942 Less: Accumulated depreciation 1,598,302 NET PROPERTY AND EQUIPMENT 3,278,640 OTHER ASSETS Deferred tax asset (Note 8) •28,968 TOTAL OTHER ASSETS 28,968 TOTAL ASSETS • $11,005,178 The accompanying notes to the financial statements are an integral part of this report. -2- LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable Trade Related party (Note 2) Subcontractors Retainage Billings in excess of costs and estimated earnings on uncompleted contracts (Note 3) Accrued expenses Current portion of long-term debt (Note 5) Income taxes payable Note payable - Line of credit (Note 4) TOTAL CURRENT LIABILITIES LONG-TERM LIABILITIES Deferred tax liability (Note 8) Notes payable - Related parties (Note 6) Long-term debt (Note 5) TOTAL LONG-TERM LIABILITIES STOCKHOLDERS' EQUITY Common stock; No par value; $175 stated value; 2,000 shares authorized, 200 shares issued and outstanding Additional paid -in capital Retained earnings TOTAL STOCKHOLDERS' EQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 2,782,465 8,519 99,447 84,574 1,419,416 240,250 927,178 180,954 5,742,803 • 247,566 750,000 1,422,147 2,419,713 35,000 56,000 2,751,662 2,842,662 $11,005,178 WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE STATEMENT OF INCOME FOR THE YEAR ENDED OCTOBER 31, 2006 CONTRACT REVENUES EARNED $28,645,301 COST OF REVENUES EARNED 25,466,423 GROSS PROFIT 3,178,878 GENERAL AND ADMINISTRATIVE EXPENSES Officers' salaries 179,803 Office and clerical salaries 216,884 Office burden 26,883 Employee benefits (Note 9) 55,569 Advertising 6,038 Bank and late fees 1,658 Contributions 229,259 Officers' life insurance 2,589 Miscellaneous 12,732 Legal and accounting 36,044' Meals and entertainment 3,632 Travel 17,621 Computer support 10,359 Dues and subscriptions 1,964 Postage 6,859 Office rent (Note 2) 42,000 Office expense 42,838 Taxes and licenses 18,932 Telephone and utilities 17,276 Depreciation expense 11,737 Bad.debt 618,340 TOTAL GENERAL AND ADMINISTRATIVE EXPENSES 1,559,017 INCOME FROM OPERATIONS. 1,619,861 OTHER INCOME (EXPENSE) Interest income 17,228 Gain/(Loss) on disposal of fixed assets 19,387 Miscellaneous income 49,672 TOTAL OTHER INCOME (EXPENSE) 86,287 NET INCOME BEFORE INCOME TAXES 1,706,148 PROVISION FOR INCOME TAXES (Note 8) 393,978 NET INCOME $ 1,312,170 The accompanying notes to the financial statements are an integral part of this report. -3- WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE STATEMENT OF CHANGES IN STOCKHOLDERS' EQUITY FOR THE YEAR ENDED OCTOBER 31, 2006 COMMON STOCK Beginning balance - October 31, 2005 $ 35,000 No activity 0 Ending balance - October 31, 2006 35,000 ADDITIONAL PAID -IN CAPITAL Beginning balance - October 31, 2005 56,000 No activity 0 Ending balance - October 31, 2006 56,000 RETAINED EARNINGS Beginning balance - October 31, 2005 1,439,492 Net income 1,312,170 Ending balance - October 31, 2006 2,751,662 TOTAL STOCKHOLDERS' EQUITY $2,842,662 The accompanying notes to the financial statements are an integral part of this report. -4- WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE STATEMENT OF CASH FLOWS FOR THE YEAR ENDED OCTOBER 31, 2006 CASH FLOWS FROM OPERATING ACTIVITIES Net income Adjustments to reconcile net income to net cash provided by operating activities: Depreciation expense. (Gain)/Loss on sale of equipment (Increase) decrease in assets Certificates of deposit Contract receivables Costs and estimated earnings in excess of billings on uncompleted contracts Accounts receivable - Other Prepaid expenses Deferred tax asset Increase (decrease) in liabilities Accounts payable Income tax payable Billings in excess of costs and estimated earnings on uncompleted contracts Deferred tax liability Accrued expenses NET CASH PROVIDED(USED) BY OPERATING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Purchase of equipment Purchase of certificate of deposit NET CASH PROVIDED(USED) BY INVESTING ACTIVITIES CASH FLOWS FROM FINANCING ACTIVITIES New borrowings - short term New borrowings - long term New borrowings - related party Debt reduction - short term Debt reduction - long term NET CASH PROVIDED(USED) BY FINANCING ACTIVITIES NET INCREASE(DECREASE) IN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, BEGINNING OF. PERIOD CASH AND CASH EQUIVALENTS, END OF PERIOD SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION Interest paid Income taxes paid $1,312,170 589,274 (19,387) (7,859) 1,569,932 (168,403) 10,216 1,621 (17,021) (1,095,750) 143,115 350,792 66,401 77.949 2.813.050 (1,556,571) (500.000)_ (2,056.571) 2,250,486 1,184,730 500,000 (3,250,000) (721.572)_ (36.356) 720,123 235.329 $ 955,452 $ 188.004 $ 138.500 The accompanying notes to the financial statements are an integral part of this report. WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE NOTES TO THE FINANCIAL STATEMENTS OCTOBER 31, 2006 NOTE 1: SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES NATURE OF BUSINESS Wilson Brothers Construction Co., Inc. is a corporation engaged primarily as a general contractor specializing in highway, road and utility construction. The company generally operates in western and northwestern Arkansas and eastern Oklahoma. Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Actual results could vary from the estimates that were used. The following is a summary of significant accounting policies used in the preparation of the accompanying financial statements. Such policies are in accordance with accounting principles generally accepted in the United States of America and have been consistently applied. BASIS OF PRESENTATION The combined financial statements consist of two affiliated corporations that operate under shared management and common ownership, collectively referred to in these combined financial statements as Wilson Brothers Construction Co., Inc. and Affiliate. The corporations included are Wilson Brothers Construction Co., Inc. and Titan Construction, Inc. All material intercompany transactions and balances are eliminated in the combination. Profit on construction contracts is recorded on the basis of the company's estimates of the percentage -of -completion of individual contracts, commencing when progress reaches a point where experience is sufficient to estimate final results with reasonable accuracy. A portion of the total estimated profit is recognized in the ratio that contract expenditures incurred and work performed to date bear to total estimated contract costs. Contract costs include all direct material and labor costs, and subcontract costs, and those indirect costs related to contract performance, such as indirect labor, supplies, tools and repair costs. General operating costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income and are recognized in the period in which the revisions are determined. -6- • WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE" NOTES TO THE FINANCIAL STATEMENTS OCTOBER 31, 2006 NOTE 1: SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (continued') The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts", represents revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on uncompleted contracts" represents billings in excess of revenues recognized. PROPERTY AND EQUIPMENT Property and equipment are stated at cost. Depreciation is computed using the straight-line method over the following estimated useful lives: Buildings and improvements 20 - 39 years Machinery and equipment 5-. 10 years Vehicles 5 - 10 years Furniture and fixtures 3 - 7 years Expenditures for maintenance and repairs are charged against operations. Renewals and bettermentsthat materially extend the life of the assets are capitalized. Depreciation expense for the year ended October 31, 2006, was $589,274. CASH EQUIVALENTS For purposes of the statement of cash flows, the company considers all highly liquid debt instruments purchased with an original maturity of three months or less to be cash equivalents. At October 31, 2006, the company had no cash equivalents. , CONCENTRATION OF CREDIT RISK AND CONTRACT RECEIVABLES The company maintains its cash balances at two financial institutions located in Fort Smith, Arkansas and Alma, Arkansas. Accounts at the institutions are insured by the Federal Deposit Insurance Corporation. up to $100,000. Amounts per the banks' records at October 31, 2006, before deducting outstanding items; exceed the FDIC insurance coverage by $1,835,095. The company earned 5% of its contract revenue from related party projects. At October 31, 2006, contract receivables were 1% related party. Uncollectible contracts receivable are charged directly against income in the year they are determined to be uncollectible. Therefore, no allowance for doubtful accounts is maintained by the company. Use of this method does not result in a material difference from the valuation method required by accounting principles generally accepted in the United States of America. WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE • NOTES TO THE FINANCIAL STATEMENTS • OCTOBER 31, 2006 NOTE 1: SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (continued) The amount of bad debt charge -off for the year ended October 31, 2006 is $618,340. NOTE 2: RELATED PARTY TRANSACTIONS The company rents an office building, workshop and warehouse from a related party, Wilson Brothers Rentals, which is owned by minority stockholders of the company. $42,000 in rent was paid by the company to Wilson Brothers Rentals for the year ended October 31, 2006. Additionally, the company contracts with another company owned by the majority stockholder for staking services. For the year ended October 31, 2006, the company's contract revenues earned included $1,564,081 with related costs of $1,640,454 from construction projects for companies in which the majority stockholder has an interest. Receivables from related parties consist of the following at October 31, 2006: Contract receivables from majority stockholder and related companies Completed contracts $ 0 Contracts in progress 0 Retainage 68.562 $ 68,562 Accounts payable arising from construction activities, due to related parties, at October 31, 2006 was $8,519. NOTE 3: COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Costs and estimated earnings on uncompleted contracts for the year ended October 31, 2006 is as follows: Costs incurred on uncompleted contracts $14,030,332 Estimated earnings 1.946,427 15,976,759 Less billings to date 17.111,475 $ (1,134,716) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 284,700 Billings in excess of costs and estimated earnings on uncompleted contracts (1,419,416) $ (1 1 WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE NOTES TO THE FINANCIAL STATEMENTS OCTOBER 31, 2006 NOTE 4: NOTE PAYABLE - LINE OF CREDIT The company maintains a $1,000,000 line of credit at First National Bank with a balance of $0 at October 31, 2006. The current interest rate on this line of credit is 8.25% and the line renews in February 2007. The debt is collateralized by the company's receivables and by the personal guarantees of the stockholders. Interest expense for the year ended October 31, 2006 amounted to $47,607. NOTE 5: LONG-TERM DEBT Long-term debt at October 31, 2006 consists of the following: Various vehicle notes payable with First National Bank in monthly installments totaling $2,985, including interest ranging from 5.47% to 8.00%, and collateralized by vehicles with a book value of $28,247 at October 31, 2006. $ 32,186 Various vehicle notes payable with GE Commercial Finance in monthly installments totaling $14,424, including interest ranging from 0.00% to 8.99%, and collateralized by vehicles with a book value of $435,065 at October 31, 2006. 436,338 Various equipment notes payable with John Deere Credit in monthly installments totaling $4,313, including interest of 5.08%, and collateralized by equipment with a book book value of $125,920 at October 31, 2006. 102,103 Various equipment notes payable with CNH Capital in monthly installments totaling $14,257, including interest ranging from 0.0% to 6.25% and collateralized by equipment with a book value of $535,297 at October 31, 2006. 509,603 Various equipment notes payable with Financial Federal Credit, Inc. in monthly installments totaling $44,310, including interest ranging from 6.08% to 7.96%, and collateralized by equipment with a book value of $902,556 at October 31, 2006. 996,376 The company has two notes payable with CIT Group requiring monthly payments of $1,988 with interest of 6.85% and 7.50%, and collateralized by a vehicle and a backhoe with a book value totaling $65,982 at October 31, 2006. 54,332 The company has a note payable with Caterpillar Financial requiring monthly payments of $4,947 with interest at 0.00%, and collateralized by a skid steer with a book value of $107,255 at October 31, 2006. 89,212 The company has a note payable with Komatsu Financial requiring monthly payments of $3,048 with interest at 0.00%, collateralized by equipment with a book value of $104,267 at October 31, 2006. 103,658 WILSON BROTHERS CONSTRUCTION CO., INC. AND AFFILIATE NOTES TO THE FINANCIAL STATEMENTS OCTOBER 31, 2006 NOTE 5 LONG TERM DEBT (continued) The company has a note payable with FCC Equipment Finance, Inc. requiring monthly payments of $1,249 with interest at 7.85%, and collateralized by an excavator with a book value of $32,816 at October 31, 2006. Less current maturities Maturities of long-term debt for each of the next five years and in the aggregate are as follows: PERIOD ENDED October 31, 2007 October 31, 2008 October 31, 2009 October 31, 2010 October 31, 2011 25,517 2,349,325 927,178 $ 1.422.147 AMOUNT $ 927,178 859,461 436,962 92,993 32.731 $ 2,349,325 Interest expense for the year ended October 31, 2006 amounted to $109,811. NOTE 6: NOTES PAYABLE - RELATED PARTIES The company has a $250,000 note with the majority stockholder's grandmother which matures November 1, 2007. The company makes monthly interest only payments. Interest rate at October 31, 2006 was 7.5%. $• 250,000 The company has a $500,000 note with the majority stockholder which matures November 1, 2007. The company makes monthly interest only payments. Interest rate at October 31, 2006 was 7.5%. 500,000 $ 750,000 Interest expense for the year ended October 31, 2006 amounted to $30,586. NOTE 7: OPERATING LEASES The company leases various pieces of machinery and equipment under non - cancellable operating leases. Lease expense on these leases for the year ending October 31, 2006 was $1,834,761. WILSON BROTHERS CONSTRUCTION CO., INC. AND•AFFILIATE • NOTES TO THE FINANCIAL STATEMENTS • OCTOBER 31, 2006 NOTE 7: OPERATING LEASES (continued) The minimum monthly lease payments for these leases for the years ending October 31 for the next five years are as follows: PERIOD ENDED AMOUNT October 31, 2007 $1,442,882 October 31, 2008 935,524 October 31, 2009. 386,024 October 31, 2010 183,053 October 31, 2011 7,266 $ 2,954,749 NOTE 8: PROVISION FOR INCOME TAXES Income tax expense for the year ended October 31, 2006 consists of the following: AMOUNT Current expense (benefit) Federal $ 282,552 State 54,712 Deferred expense 56.714 $ 393,978 Deferred income taxes (benefits) reflect the impact of "temporary differences" between amounts of assets and liabilities for financial reporting purposes and such amounts are measured by tax laws. These temporary differences are determined in accordance with SFAS No. 109. . NOTE 9: PENSION PLAN The company sponsors a 401(k) profit sharing plan where employees can contribute to their own account on a pretax basis. Matching contributions and employer contributions are discretionary on the part of management. Contributions to the plan for plan costs committed to by management for the year ended October 31, 2006 was $44,151. WILSON BROTHERS CONSTRUCTION CO:, INC. AND AFFILIATE SCHEDULE OF EARNINGS FROM CONTRACTS FOR THE YEAR ENDED OCTOBER 31, 2006 If If Contracts completed during the period Contracts in progress at end of period REVENUE EARNED $14,366,303 14,278,998 $28,645,301 COST OF GROSS REVENUES PROFIT $12,768,319 $ 1,597,984 12,698,104 1,580,894 $25,466,423 $ 3,178,878 See accountants' report on supplementary information. .41 0 W 0 Z cc QW } W S F cc O LL Ti f LL Q W ZWo Q .114 N U Jr C9 a row OU yO I- I - coo ZLLW 00� owy KJ 0 W = W F- 000 m O LL Z N J 3 N N M M O r A N W �0 Ol A Q N O O O r M M W O O N A O O m W m N O m O r N m M N M W O b Ifl O O d' W N W MPOmmO NOOrr OO W O NJ cD `"OPAA p `-' .- N 't iO N "`-' (N N u 0 V � a m r W O o r W O o V) r W W O O) N O f O m A M A O N O O P A O O O N O W W Q N N O M m W M W M W W M m W W N O A W Q W N O m M N N A M ANmON rfA W QM W rMlDArnOOr f71 N W W M M M N O Q r W A W O O O M N m W M r r M N r O M O M O r N N O r r C r r M r N O > Ow O O O N O N N m W O O O M Q O M N P A m r O C A W NN O r O O M m W N Q OnY W r N O O P W m OO A M O NN r W M VP N W M A A O O m hrO1 M O O ONO A O O Q W W d0 N O ONO W r A ao P M n dam P O W N N m M Ovariro m M O m W W m N r M M M r > N m W r r w r 0O nAm WO OOOOOOOOOO Or fmrl W O M O O Q W o O r M m W O N W O OO M.P O r M W 03O1 Q m M O O W O V! J " 1O .r r. O a u O a O M A m O P r r A O O O O O O O O O O O O o M O W m A m O A r A P N O c0 O O O O W m O W O O m d Omr m(On P mMOO O O J Mr A W M W O M M N O O O too d p > r r w -W W A M P r n m N M P m O O O O O O O O O O O W P W N O W M O m W m N W -N M Q r r O O A N W r W d a P M P Q V P N m o V V o d m M O O Q r N fO O M N m W r r r M P A m > N r N KW O 0 mN fl N P m M O O N O A N O P O O r M M W M W A W N M m P O)OO3.O(O W Or N W M N M W W O H N M O O r P M P W O M W O O O O r r O O O O P N O N A W A A W O A r W P A A m M r M r O fA A m N N Or J m fO m ANNA W r W M m Q W -r O N N r A vvM N M N W `' N M Y w P O t7 O O O O r r O A W W o W N m W (p m A r A N N N P M N m n N P W O W W Q N N O M W O M m M P O O O A O m N M O at W N N m M N N A A N Ol fl C) h O O tU Q h A P V r t7 o N r N O N r O)'t W N M O A W W N m P A P W O O O M N O O M r m O= O N N W P r A W A M O r N NO r r N u yt C r r N r r In r r r O> Co K w rNAnn NfWO IAOn NOCnomonNC00OOClffIP O W M m A O O O O O O O O W ONO W M m m M r go A N P P r W A fV fA A O N W W O m P N O P m (O A C d m M A W O r m O A M O P N O W Q Q N m W N M O O r r N A r r M W m P N r M N M r r M m r r (f) N P lV r r W M N � ry d W m m O A m O N M N O m M P m A W r M A m O" C E O N O r N N N N N N O O O O O r N 0 f7<NNm W Ntt) in NNt0 t0 to tp to tb fbOO ch0 O z OOOOOOOOOOOOOOOOOOOOOO_ N N K K 4 C O W C Co C m m a a N M O O O a Y C Ct C W O 6 Pondor'Li. NcyS�n n.'n no $ N 2-�„mPNmV- piig N y» m__nOP1I�Pxn�an O OC)-r- r1Om-el -m mbnflOnQmg$NflCVY1 m ° pn >4Nm:n-Pr1N�Onmma b G Y4 -N $ W N �NP<�Vm�Namr10 P n Nnp mnf,nC• •0 OP P W UYVjmmrvN00nnMmQQwNOA m n-�nN-VNOVrS- N - - a x ONN-P-On^aoPOn0 11 NO �$ .G „.$tl$ -c. m^l. nn -I, •Nyp j$UMq .-nnn-N gQ�aO t N II ru N WI mII 0 aE- Nooeeoea000moneN IU mEnna UO 9Ece m n e $$ a 6ui�urymw w n000000000000000 n npnm n an Nn m pe n S » N • - pPoee000OOOOQeee N w ON N W 0 OUjmm N F �+pa 8i n VV pa N yy w °y, 0 rvae00000e0ee00o - NP § 1wL n- n On m Evry m a K �w no g S?K N N �' E smn?SmSBR:�m� 1 U E8G4„=$ni'iw vi nFS 2�pG& a r ui 9PS a m ° w CY s a oam mo�cs $mo-ns c 9 n gp-nN 2 0 • - a K M N 0 [g x nmm.-ry Mo ei; gina •�nn p nanaamttPn-P a N „ z pe O 6 a x x ii- maoNan=ne7P.nSinxaa S _nO_eq_�.Oq -P1rVli n S Oma rgc,emoRNXSnnanap a p Semam N N a'eq rvmn*im=m�'.a�P.nn P mm� nnmtP n Pn_ n S ryn1nOPPn n0 b N 0 E-n.n-mO Ot, - - EO._mnn-. N- na n�nni - � n • mw N x [ennN.tl�0mf1 �1�n�n1p�nnNq�$N ^ x N 8 nmm�Nm4N,���m�=mm o o -m -r o� - rc N a I 0. II ar aN 9N--ePnn rv'niNn Zi 0000000000000000 b • 4P4.44444T44Q°YYY3� MM NNNN++ +++OLJN++ d O V 0, a N I° °f N a N Ol OI 1O N A W . I w a N N + N V +• + W W N C + + V+ N N A+ W W N W N (D W A OI j W mOO W W+ONaaM W OCO V mC W + O N N N O! O+ W N W W+ O W V ry o tO O+ OT O N 4f N J OW O V .+ O+ o N W [n ae+m O+000 JOONtT W V o o A O N o+ O) a m o o W f° a fO W m' a 4ic W N V N N tlJ N+ N O W+ o, O W OI + O N N W A+ N N V Vp N A W W f0 A H V y°j m S ao iOr G-11DOo W W Oi>lrio%e a W wcn OIAN VAA NweJtoaN W V W ONO) W 10 W l m + N + N W N N 0 + + W T A G N + N V f J 0 =0 Mw V oow(rf �OOOir(Ou.ON[NMNao + W fO O (n O) N O) A O• V N V fD N O) N O A O Ol V A P A Oe V W N P V O O a ++ + N N N< 0 p O +W NON W++ W Ja ,,O0 m O W W o V A++ o A OI O -O N o N O O W N A Ol W W Cl W tO W W O W V O) V m (a (4 iO+ a a N>++WNON ,Oy Z W W N W+ A C W N V+ Ot N W O W W n W N N A W O (O W OI V f0 OI J+ O A •m W_ O + a Z a + N NI W.f O+aNJa Oi co O O) O f W W �INNOn t O J b A m O N NO N O a V A V fA A 0WN+O++V V WOOmm�O�tO+OPi+A W i O •a p r f W O O m + Q z N J + N + N W+ Q N W + N N 0 W N N A N N t O U J A W N A ° C + V oMO+fn V+f�OOf W O 1 t O W OI N N+ N J O W f0 W O fO P N O) O) A V W m O W A W V N N O O) Oo V O OO111 OI N N P W O A Vt N+ N 0 0 A A W W •Z C p " w w �mv v n' m moo. �v a ° + t0 N O)NIDO N N V V lT OI V N{{nn IO + NOIOJ O A V A OI V N "'N AI +L N N O) J N C N O C I p fT P p� tO W o N P W+ W OJ + N M N On w a W O N L W O (ON + N t0 J (O NOI N O Of 41 O+0i + W J+ W O O OO! W - -IOO 3 m N Z N "I Ip0 m Q m X Z O V m w O O (5.16.07) Clarice Pearman -Wilson Bros. Page 1 From: Clarice Pearman To: Jurgens, David Date: 5.16.07 12:12 PM Subject: Wilson Bros. David, The City Council passed your agenda item for 5.15.07. I don't have signed original agreements for this item. Please let me know the status of the signed original agreements to finish processing this resolution. Have a good day. Thanks. Clarice Clarice Buffalohead-Pearman, CMC City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 coea rm a n(a?ci.fayettevil le.a r. us (5.16.07) Clarice Pearman - Re: Wilson Bros. _ Page 1 From: David Jurgens To: Pearman, Clarice Date: 5.16.07 12:31 PM Subject: Re: Wilson Bros. They should arrive today. -----Original Message ----- From: Clarice Pearman To: Jurgens, David <djurgens@ci.fayetteville.ar.us> Creation Date: 5/16 12:12 pm Subject: Wilson Bros. David, The City Council passed your agenda item for 5.15.07. I don't have signed original agreements for this item. Please let me know the status of the signed original agreements to finish processing this resolution. Have a good day. Thanks. Clarice Clarice Buffalohead-Pearman, CMC City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearman@ci.fayetteville.ar.us From: Clarice Pearman To: Jurgens, David Date:. 5.23.07 1:43 PM Subject: Res. 86-07 Attachments: 86-07 Wilson Brothers Construction.pdf CC: Audit David, Attached is a copy of the above resolution passed by City Council, May 15, 2007. 1 am forwarding to you three of four original agreements via interoffice mail. If anything else is needed please let me know. Have a good day. Thanks. Clarice Clarice Buffalohead-Pearman, CMC City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearmanra)ci favetteville ar us David Jurgens Submitted By to City of Fayetteville Staff Review Form City Council Agenda Items or Contracts N/A- Mayor's Approval City Council Meeting Date Wastewater System Improv Proj Division Water/Wastewater Department in the amount $9,091.98, for Noland WWTP renovations, WSIP Subproject EP -1. Funds are available within the approved contract contingency of $65,000.00. $9,091.98 65,000.00 Wastewater System Imp Project Cost of this request Category/Project Contingency Program Category / Project Name 4480-9480-5315.00 Account Number 02133.0313 Project Number Budgeted Item City Attorne t• Funds Used to Date ( $ 65,000.00 Remaining Balance Budget Adjustment Attached Date Finance and Internal Service Director Date Mayor Date Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 86-07 Original Contract Date: 15 -May -07 Original Contract Number: 1090 Received in i er 's ffice IA 0 Received in Mayor's Office yev:le , . CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee City Council Meeting of N/A- Mayor's Approval From: David Jurgens, Water and Wastewater Director Date: February 11, 2008 Subject: Approval of change order # I to the construction c�intract with Wilson Brothers Construction, in the amount of $9,091.98, for Noland WWTP renovations, WSIP Subproject EP- 1. Funds are available within the approved contract contingency of $65,000.00. RECOMMENDATION City Administration recommends approval of change order # I to the construction contract with Wilson Brothers Construction, in the amount of $9,091.98, for Noland WWTP renovations, WSIP Subproject EP -1. Funds are available within the approved contract contingency of $65,000.00. BACKGROUND The project involves lining the 17 million gallon Noland Wastewater Treatment Plant primary storage pond, allowing it to be used for untreated wet weather flows before they enter the treatment process. Currently, the storage pond can only be used for treated or partially treated water. Specifically, it provides for the installation of a concrete liner, geomembrane liner, a nonpotable water high pressure washdown system and other miscellaneous improvements at the site. This project will significantly reduce overflows, as peak flows in excess of short term treatment plant capacity will be stored until the peak flow drops. It will also prevent the biological treatment system from being inundated during the significant variations from normal flow to storm -related flow. DISCUSSION This change order is required to add additional reinforcement for the pond drive at the liner connection by increasing the amount of rebar and concrete thickness. An additional concrete approach is to be installed at the entrance to the Primary Pond drive, and the elevation of the pond entrance will be raised 4 inches. These actions will decrease the potential run off into the Primary Pond and provide operators with an easier transition from the gravel road to the concrete drive. This change order has been reviewed by Black & Veatch, the Engineer; they recommend approval. BUDGET IMPACT Funds are available within the approved contract contingency of $65,000.00. EP -1 Wilson Bros Chg Ordr I CCMcmoFeb08a rayretel1p e CHANGE ORDER Project Number. EP -1 ARKANSAS Contract Title: Noland WWTPWet Weather Improvements Change Order No I Date of Issuance February 11.2008 TO CONTRACTOR: Wilson Brothers Construction. Inc. ORDINANCE NO: / RESOLUTION NO: The Contract is changed as follows: EFFECIIVE Item CO1-1. Additional Reber in the Concrete Drive into the Primary Pond. Initiated by: Engineer In order to provide additional reinforcing at the liner connection on the north side of the drive, the amount of rebar and concrete thickness was increased on the pond drive. The additional rebar and concrete results in an increase of $2,896.92 in Contract Price. The change results in no change in Contract Time. Item COI -2. Additional Concrete Amon at Primary Pond Entrance. Initiated by: Operator (OMI) :. . 1 Y - • . - . :1, 1 1 1 ..: .. 1 1 :.. .: 1 . . .4 .: 11111 1 1 1 l • 11. ' . I . .. .. 1 IN,'tT'4t1__,JJUIt 1 I _ 1 r 111111 1 - .. N I 1 : 11 . 1 . 1 ' 111: ' . I N :11 1 . . . - 11 • 1 . .1 .. 1 - 1' .1 1 - diti.$6,195.06 1 . 1 . I - IrJ Y:• 4 1 1.. 1: I• • 11 1 1 1 Not valid until signed by the Owner. The original Contract Price was....................................:..................................................... $ 1.327.793.62 Net change by previously authorized Change Orders.......................................................... $ 0 The Contract Price prior to this Change Order was............................................................. $ 1.327.793.62 The Contract Price will be (X increased) (O decreased) (O unchanged) by ...................... $ 9.091.98 The new Contract Price including this Change Order will be .......................................... $ 1.336.885.60 The Contract Times will be (O increased) (O decreased) (X unchanged) by ..................... ( 0 1 days Required date of Substantial Completion as of the date of this Change Order therefore is. January 19.2008 • . 1 1 • w. 1 1. . 1 1 • . . 1 1 .. n 1 1 .: - . > - 1 11 •. 1 .)IIu 1 .t • . 1 .c • a to tit/I �lll 00940 change order I EP l.doc Project No. 135045 SECTION 00940 - CHANGE ORDER FORM (continued) I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable, and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. Distribution: O Owner (4) O Contractor U Engineer 00940 -CHANGE ORDER FORM 00940 -2 Paul R. Noland WWTP Improvements WSIP Contract EP -1 Change Order Number 1 Summary of Changes Item Change In Change in Number Description Contract Amount Contract Time CO1-1 Additional Rebar in the Concrete Drive $2,896.92 0 into the Primary Pond CO1-2 Additional Concrete Apron at Primary $6,195.06 0 Pond Entrance TOTAL $9,091.98 0 EP1 Change Orda No I Summary ofChanges.doc ri a \ a g 3 C 4.1 U K !*\)-.N.— C. 2 ; ; -- - ■�,�� |!§ntOo1 000 COW f== ----- -/ §®§§fff7!!§§4§ »aGeea0G& !§dd;;;;;;Mdd� ! � q -\§} - $7!! N no. d m w •4 a o 3 Vt � M a. p. IN I IN C gO n 0114 m O NC b a0 p b N Or o N O �p m o WOO O N N b ti b C O n (fl �rOO P N ON N b O n m b P N n O N Or b b m d N O� .-i 1p N m pp�� I- ti N ti N OJ Ol N P rp P O) m N H N .-r P b P m P N N ♦! N N N^ N N V1 a NN N 4'- M e N N M ,jG( N N M ..i —I I N N ,C N b o o o% m m O O N b O O o ry b 0 0 O N b O O m O N N rOO N P N m O N N b N V N N O 9 P N Q1 b -r m .-r O N O N b N N P N m + b O N P N b Or P Ol r0 ai N I N N N N N N N N I �r N N N N N N M N N CY N ri tttj1.jjtrrrrr L a m m m p g p c c o O o c p n p p b P P P P O O N N N N N N O n n N N LO lO VOf N O n N qO O O O O NN N N N N fV ry m, bm b rp b N N !V N N N N rG b J m N ru Q N a C O n o N L O� t g o ( O O N O S Q LL ` C S c R r C o I- '2 _ L o q Zi '^j N f V F N IQ` g C c f1' '" ' y C V O O r E g O C br n 18 ¢ 9 0 S) '5 � �%film c 3 O U c 0 a L S '$U m o o r1 6 In o In in o .8 yCnpi {�`;j N 0 6 0 0. a. �!)/2)j)-.,_,r M 'I ..Z ; ' _ .,.6c6gd6 27m;3: ;-;:=�N--- °; fl=--.,,;� § §§§ & lm;gmm;a°mama; �G����a:'too 3 . In - \ k�W0' }6 % 4. 000 000 I. C 2{/ §6 \ k § ni 3 ag 8 I c c J a 0 IA N b P1 V IOJ m 11 O pN1 ryb m PP S N0 1/1 W N N 0 F M N PN p 10 « M M M N .r N a In 1On Q It) I 0 N m rl S Of Ni1 1D On .Y o c n a P V b 1n O P ti b P C m f0 m_ rJ m N N .-i -- P 11 N N w N - - .l 4.0 N N 4._mm N N M M N M N N N N N N 2 2 x 2 a y to to x x x x x S m li l7 K g g g g p o 0 0 0$ o 0 o m n n b O O O O O O O O O ^1 ti P O 'a ^ 1'1 N N III N Ifl N N O N O O 10 N N m N a a O N m P 0. O ID (NOON O m n M N m n P ry N p ti --4. N -9 N '1 N h U) P mP Np b N N N N N N O O N b O O O 1p 10 O1 O O ry f0 O O rl HI O P N b N P N YI N P O Of N b %6 P ry O 10 P P O io T 0IPZ N ewoe O 10 m w em N b N N N N N N .1 --i t N H N .-i - .-1 N N NN N N N M J 2 2 x 2 S x Juurrrrrrm $o O o U9 o 2 O N N N O o 0 0 0 0 0 N 111 1n v1 O N N N O o o O o O O In In' I, tn C O 9 i F o a N ho (0 10 H 0 N e O N I. -I N N Is 00 N P vdv LA n m H N N 1�1 M 0 N P N N r1 0O O N 1/f m th r N 4.0' N N N N N m Go r N P O O N W O N Vt a' b P P - N N N N oniI N (h O S P VNi '0 N V T N P O P n O O O� r cO N 'O pi P S N b N ,q N M P N.I- -. N N N N 4 N �- P P m N— — - N N M r N r 1'f r �n N N- M N M N N N N N it-- N N N M N M N q M u I2 L J x x x x x x W N N 0p o 00 •0000 O m Q) — r r N r r r In N r x x x x x i i= L 0000000000 S S O S G W r- H N- — -1 N- N OJ J 4 b O O N p O v1 O U U ti b O O N C N O h O C N N O O p O y O O O �y`J1 � ti iO m 1 b N O O O O In O t0 S n b O o Vi G • G T C Q! ti N N O\ N N m P b P x'OOO t N C � N W N N N Q s YUJ I W W E C O L-, L From: Clarice Pearman To: Jurgens, David Date: 2.21.08 5:51 PM Subject: Wilson Brothers CO1 Attachments: 02.20.08 Wilson Brothers Constr CO1.pdf CC: Audit David: Attached is a copy of the above change order. Please let me know if there is anything else needed for this item. I will forward to you via interoffice mail 5 of 6 original change orders. Have a good day. Thanks. Clarice Ifl\ Mid -Continent Grou Pth-- ,l7 w186' -a7 SMRECEIVED 0 MAR 17 2008 MID-CONTINENT CASUALTY • MID-CONTINENT INSURANCE • OK�.�ThOA Si9�EtY Lo,2I' DtiI CITY OF FAYETTEVILLE C Cn ra _ f PUB WRKS J - 113W MOUNTAIN STREET ja f FAYETTEVILLE, AR 72701 pt -'4 -�A'--'�.�� L fS-f -- �... RIDER TO BE ATTACHED TO AND FORM PART OF BOND NO. ABD- 0021452 issued by MID—CONTINENT CASUALTY COMPANY of Tulsa, Oklahoma. In favor of: CITY OF FAYETTEVILLE On behalf of: WILSON BROTHERS CONSTRUCTION CO INC Dated: SEPTEMBER 24, 2007— .; In consideration of the premium charged for the attached bond, it is hereby agreed that the Bond is amended as follows: THIS RIDER IS TO AMEND THE DATES TO READ 9/24/07 TO 9/24/09 IN LIEU OF 9/24/07 TO 9/24/08 _The attached bond -shall be.subject to all. its agreements limitations and conditions except herein expressly modified. This rider shall become effective September 24, 2007. Signed, sealed and dated March 14, 2008. MID-CONTINENT CASUAL Attorney —in —Fact OBLIGEE COPY P.O. Box 1409 Tulsa, Oklahoma 74101-1409 918-587-7221 800-722-4994 FAX: 866-652-3918 MID-CONTINENT CASUALTY COMPANY Tulsa, Oklahoma Know all Men by these presents: That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit: "Article IV, Section:7.' -- The Executive Officers of the Companyshall have power and authority to appoint, forpurposes only of executing and attesting bonds and undertakings and other writings obligatory in.the nature thereof, one more Resident Vice President, Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President, Resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authority given him. None of such appointees need be Directors of the Company." The Company does hereby constitute and appoint Todd Bazata, Lana S. Collier, Suzi Dean; Donald L McQuay, Celeste Neel, Melanie Pancoast, Gary S. Salzyn, Jason M. Telford and Jodi Torix, individually of TULSA, OK its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, .z Any and all bonds and undertakings of Suretyship And the execution of such instr ument(s) in -pursuance of these presents, shall be as binding upon the said MTh-CORTINENTtASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WHEREOF, MID-CONTINENT CASUALTY COMPANY ; has executed and attested these presents this 06 day of March , 2008 ATTEST: .....r SARA ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 06 day of March - , 2008 before me, a Notary Public of the State of Oklahoma in and for the County of Tulsa, came the individual to me personally known to be the officer described in, and who executed the preceding instrument, and he' acknowledged the execution of the same, and being by me duly sworn, said that he is the therein described and autharized officer of the -- MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said Company, and that Article IV, Section 7, of the By -Laws of said Company, referred to in the preceding instrument, is now in force. - - - IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and yearfirst above written ogry VoMb S of tJktahetna Commission # 05000936 STATE- A FAY SSEE .My Commission expires 01-26-09 - couN1 T Corn Ex .01•Mr2009 Notary Public I SARA ANDERSON Assistant Secretary of MID-CONTINENT CASUALTY COMP o hereby certify thatthe foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are ` true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. This certifies that any facsimile or mechanically -produced signature of any officer of the Company and Company seat, wherever appearing upon a power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed -- IN WITNESS WHEREOF, I hIvrf hereunto set my hand and affixed the facsimile seal of said corporation lit rt Up `r td1G 'yam 'thy^` j1�/(j .r`'���'r:..w.... k1el*r'' this day of ..4 t 1Q � iy.!?l►7 } x SARA ANDERSON Assistant Secretary '.: BBa88-MC "7 Q�l �v � � 9NPA0mm PI i(- W f tir of OP ID: TZ '`%C Lfl"" CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 09/30 09/30/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER -- 479-785-2912 JMR/PFP Insurance 479-424-4902 PO BOX 1747 Fort Smith, AR 72902 James C. Russell CONTACT NAME: PHONE NC No Ext • FAX A/C No); E-MAIL ADDRESS: PRODUCER ILSO11 CUSTOMERI 'W INSURERS AFFORDING COVE p p INSURED Wilson Brothers Construction Co., Inc. Bransen Harris PO Box 580 '� ! Alma, AR 72921 INSURERA:State Auto Insurance Com INSURER B INSURERC: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: RFVI-cInM MI IMRFD. THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POUCY EFF MM/DD/YYYY POUCY EXP MM/DD/YYYY UMITS A A A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I X OCCUR Per project agg PBP2507790 01/05110 01/05/11 EACH OCCURRENCE $ 1,000,00 X DAMAGE To RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,00 XCU GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT PRO LOC PRODUCTS - COMP/OP AGG $ 2,000,00 $ A A A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWWED AUTOS BAP2239568 BAP2239568 BAP2239568 01105110 01105/10 01/05/10 01/05/11 01/05/11 01/05111 COMBINED SINGLE LIMIT (Ee accident) S 1,000,00 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Peraccident) $ X X $ A UMBRELLALIAB EXCESS UAB X OCCUR CLAIMS -MADE BPB2507790 - 01/05/10 01105111 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DEDUCTIBLE RETENTION $ 10,000 $ X - $ A WORKERS COMPENSATION AND EMPLOYERSLIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN IM OFFICEREMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WCP2139870 01/05/10 01/05111 XI Vrc STATU- I 0TH - E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE- POLICY LIMIT $ 1,000,00 A Leased Equipment 8PS2507790 01/05110 01105/11 Per Item 200,00 Per Occur 400,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addltonal Remarks Schedule, If mom space Is required) Re: Wastewater System Improvement Project -Noland Wastewater Treatment Plant Wet Weather Improvements EP -1 REVISED CERTIFICATE EFFECTIVE 10/1/10 CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville AR ACCORDANCE WITH THE POLICY PROVISIONS. 113 W Mountain Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE @1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORDname and logo are registered marks of ACORD