Loading...
HomeMy WebLinkAbout117-14 RESOLUTIONRESOLUTION NO.117-14 A RESOLUTION TO AWARD BID #14-29 AND AUTHORIZE A CONTRACT WITH FORSGREN, INC. IN THE AMOUNT OF $1,242,968.30 FOR IMPROVEMENTS TO THE GREENLAND GRAVITY SEWER MAIN, TO APPROVE A COST SHARE AGREEMENT WITH THE CITY OF GREENLAND IN THE AMOUNT OF $374,806.67, TO APPROVE A PROJECT CONTINGENCY OF $125,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 awards Bid #14-29, authorizes a contract with Forsgren, Inc. in the amount of $1,242,968.30 for improvements to the Greenland Gravity Sewer Main, approves a cost share agreement with the City of Greenland in the amount of $375,806.67, and further approves a project contingency in the amount of $125,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this I It day of July, 2014. A nnn nvPn. RE ATTEST: By: A SONDRA E. SMITH, City Clerk/Treasurer ���tttrtrrr � �`aG • G�� Y pF•;SG�. U� . FAYETTEVILLE ram• City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Utilities Director Adjustment Number 2014 Dept.: Utilities Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A BA is needed within the Sanitary Sewer Rehabilitation Project for the construction costs for the Greenland Sanitary Sewer Rehabilitation project. The Greenland project is for replacement of approzimately 4,600 feet of existing 6-inch and 8-inch gravity sewer lines using 8-inch pipe reaming method. Replacement of existing sewer lines is required to increase the needed capacity and to reduce the infiltration and inflow of storm water into the sewer system. COUNCIL DATE: 7/1 /2014 LEGISTAR FILE ID#: 2014-0270 Xew"vSpri 4� 6/13/2014 4:22 PM Budget Director Date TYPE: DESCRIPTION: RESOLUTION/ORDINANCE I GLDATE: POSTED: TOTAL Account Number 665,807 665,807 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub AT v.20140428 Account Name 5400.5700.5915.00 1,367,969 - 02017 1201 EX Sewer Improvements 5400.0940.4303.00 5400.0940.4309.00 - - 374,807 291,000 02017 02017 1201 RE 1201 RE State Cost Share Federal Grants - Capital 5400.57005815.00 (702,162) - 02017 1 EX Sewer Improvements EXHIBIT -A H:\Budget\BudgetAdjustments\2014-Budget\LEGISTAR\2014_07_01\BA- 2014-0270 Sewer Rehab Greenland.Asm 1 of i Lynn Hyke Submitted By City of Fayetteville Item Review Form 2014-0270 Legistar File Number 7/112014 City Council Meeting Date - Agenda Item Only NIA for Non -Agenda Item Action Required: Water & Sewer Department Staff recommends approval of a construction contract with Forsgren, Inc. of Fort Smith, AR for $1,242,968.30 - Bid 14-29 plus $125,000 contingency to construct gravity sewer improvements in Greenland. A cost share contract with the City of Greenland for $374,807 and STAG grant of $291,000 will be used for this project. Approval of budget adjustment for City portion. Does this item have a cost? YeS $1,367,968.30 Cost of this request 5400.5700.5815.00 Account Number 02017.1201 $3,919,474.00 Category or Project Budget $440,314.52 Funds Used to Date $2,111,191.18 WIS Relocations for Street Bond Program or Project Name Razorback Road WIS Relocates Program or Project Category Water & Sewer Project Number Remaining Balance Fund Name Budgeted Item? Yes Budget Adjustment Attached? Yes Previous Ordinance or Resolution # Original Contract Number: //Comments: plf/H EMTE�E® �J�W ill EII V20130812 CITY OF VRi "FY S To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff Tim Nyander, Acting Utilities Director Fayetteville Water and Sewer Committee From: Lynn Hyke, Construction and Contact Manager Date: June 2, 2014 UTILITIES DEPARTMENT City Council Meeting of July 1, 2014 Subject: Resolution approving a construction contract with Forsgren, Inc. of Fort Smith, AR. For $1,242,968.30, Bid 14- 29, Construction -Gravity Sewer Improvements Greenland. The budget adjustment transfers funds from Sanitary Sewer Rehabilitation fund for City portion that will also cover contingency of $125,000. Approving Cost Share Agreement with City of Greenland for $374,806.67. RECOMMENDATION Fayetteville City Staff recommends approval of a construction contract with Forsgren, Inc. for $1,242,968.30, Bid 14-29, with a contingency of $125,000 to construct Gravity Sewer Improvements Greenland Main Replacement, and a budget adjustment. Approve cost share agreement with City of Greenland for $374,806.67. BACKGROUND Replacement of approximately 4,600 feet of existing 10-inch gravity sewer line with 15-inch and 18-inch gravity sewer line using open cut and approximately 4,400 of existing 6-inch and 8-inch gravity sewer line using 8-inch pipe reaming method. The existing sewer lines replacement is required to increase the needed capacity and to reduce the infiltration and inflow of storm water into the sewer system. A portion of the project will be funded with STAG grant and Greenland cost share contact. DISCUSSION Under this contract, we will replace approximately 9,000 feet of sewer line. The sewer line serves as primary sewer main from Greenland. The City opened bids on May 30, 2014. Forsgren Incorporated $1,242,968.30 Goodwin & Goodwin Inc. $1,544,650.00 TG Excavating Inc. �$1,505,555.00 Staff reviewed the bids and recommends awarding the contract to Forsgren Inc. Construction will begin this summer and will be completed early next year. BUDGET IMPACT Funds are available in the Sanitary Sewer Rehabilitation fund. 2009 STAG grant and Greenland cost share contract will also be utilized for this project. RESOLUTION NO. A RESOLUTION TO AWARD BID #14-29 AND AUTHORIZE A CONTRACT WITH FORSGREN, INC. IN THE AMOUNT OF $1,242,968.30 FOR IMPROVEMENTS TO THE GREENLAND GRAVITY SEWER MAIN, TO APPROVE A COST SHARE AGREEMENT WITH THE CITY OF GREENLAND IN THE AMOUNT OF $374,806.67, TO APPROVE A PROJECT CONTINGENCY OF $125,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 awards Bid 414-29, authorizes a contract with Forsgren, Inc. in the amount of $1,242,968.30 for improvements to the Greenland Gravity Sewer Main, approves a cost share agreement with the City of Greenland in the amount of $375,806.67, and further approves a project contingency in the amount of $125,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 1st day of July, 2014. APPROVED: LIONELD JORDAN, Mayor ATTEST: LON SONDRA E. SMITH, City Clerk/Treasurer ws o.: Date: City Of Fayeffeville 611312014 [Not a Purchase Order] P.0 Number: EMMKIted UARVary Date, Vendor*: Vendor Name: Mail 13030 Forsgren, Inc. Yes: x No: Address: Fob Point: Taxable Quotes Attached PO Box 368 Yes:_ No: 11yes, No - City: State: Zip Code: Ship to code: Vivison Head Approval: Fan Smith AR 72902 Requester: Requesier's Employee A: Extension: Cheryl Pertain 2548 6224 Item De*w Lion Quanfity Unit of Issue Unit Omt Extended Cost Account Numbers Pre c7Sut ect # Inventory # Fixed Asset # Greenland Sewer 1 Rohabtlkation - Per Bid 14-29 1 EA 1,242,688.30 1,242,968.30 5400.5700.S81S.00 0201T.1201 - This is a Grant - 2 $0.00 3 $0.00 4 E0.00 5 E0.00 0 ".00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 ShippinglHandling Lot $0.00 ns ons: Subtotal: E1,24ZO68.30 Tax: $0.00 Total: $1,242,968.30 Approvals! Mayor: Deparbnent Director. Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager. Dispatch Manager: u6Potfes Manager OOier: __ _ J. Randy Young, PE Executive Director 17 July 2014 Arkansas Natural Resources Commission 101 East Capitol, Suite 350 Little Rock, Arkansas 72201 http://www.anrc.arkansas.gov/ Ms. Peggy Bell Contract and Grant Accountant City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Phone: (501) 682-1611 Fax: (501) 682-3991 E-mail: anrc@arkansas.gov RE: EPA SAAP Grant XP-OOF26701-0 — Bid Award Approval -- Fayetteville — Greenland Project Sewer Improvements — City of Fayetteville, Arkansas Dear Ms. Bell: Mike Beebe Governor The ANRC staff has completed its review of the bid tabulations and your award recommendation. The bid award as set out below is approved. Contractor Forsgren, Inc. Bid Amount $1,242,968.30 At a minimum, the Commission will need copies of the insurance and bonding documents from the contractors prior to formal contract signing. Insurance and Bonding Companies must be licensed through the State Insurance Department. Bonding Companies in particular should be listed in the U.S. Treasury Circular 570 and have an "A" rating'from AM Best. The Agents or Power of Attorneys must also be licensed through the State Insurance Department. Once these documents have been reviewed and approved by the Commission, a pre -construction conference may be scheduled to complete the contract signing. At such time that the contracts have been signed, approved, etc., the Commission will need two complete sets of bid documents and plans. Please feel free to contact Mr. Michael Core, P.E., Water Resource Engineer, at (501) 682-0556. Sincerely, J. Randy Young, P.E. Executive Director, ANRC cc: Ms. Peggy Bell, City of Fayetteville An Equal Opportunity Employer APPROVAL OF CONTRACT Approved as to form and content and without liability for any payments thereunder, the Arkansas Natural Resources Commission hereby concurs in the award of the Greenland Gravity Sewer Main Improvements Contract to Forsgren, Inc. of Fort Smith, Arkansas in the amount of $1,242,968.30. This contract is for the Replacement and rehabilitation of various sewer lines as described in the contract documents. ARKANSAS NATURAL RESOURCES COMMISSION Sincerely, J. Randy Young, P.E. Executive Director CITY OF SAS AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND FORSGREN INCORPORATED Reference: Bid 14-29, Construction — Gravity Sewer Improvements, Greenland � ''11 THIS AVGREEMENT is dated as of the I day of in the year 20— yL by and between the CITY OF FAYETTEVILLE and FORS REN INCORPORATED. FORSGREN INCORPORATED shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: GRAVITY SEWER IMPROVEMENTS - GREENLAND 2. FORSGREN INCORPORATED shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. FORSGREN INCORPORATED shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and completed and ready for final payment within 180 calendar days. The FORSGREN INCORPORATED shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $500 for each calendar day thereafter that the WORK is not complete. 4. FORSGREN INCORPORATED agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Information for Bidders 5.3 Supplemental Information for Bidders 5.4 Bid Form 5.5 Bid Bond 5.6 Agreement Between City of Fayetteville and FORSGREN INCORPORATED 5.7 Performance and Payment Bond 5.8 General Conditions 5.9 Prevailing Wage Rates 5.10 Notice of Award 5.11 Notice to Proceed 5.12 Project Manual City of Fayetteville, Arkansas Contract: Bid 14-29, Construction — Gravity Sewer Improvements, Greenland Page 1 of 3 5.13 Addenda Number 01 5.14 Change Orders 6. The CITY OF FAYETTEVILLE shall pay FORSGREN INCORPORATED in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. 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. 8.3. City of Fayetteville and Contractor each binds itself, it 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. 8.4. 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor 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. 8.7. This contract must be interpreted under Arkansas Law. City of Fayetteville, Arkansas Contract: Bid 14-29, Construction — Gravity Sewer Improvements, Greenland Page 2 of 3 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and FORSGREN INCORPORATED have signed this Agreement in quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts have been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf. OWNER �C;uKPUKA T�'�ur,�LJ �9cf'9kA N ATTEST Signature 4-- Printed Name & Title Address for giving notices: 7-� 113 W. Mountain Fayetteville, AR 72701 Printed Name & Title [CORPORATE SEAL] ATTEST G[i Signature bit E esrr�� Printed Name & Title Address for giving notices: law doe�_2-0' Sir 6*'s FA(L 7Z14 License No. APSG9 0A-11;_ Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) City of Fayetteville, Arkansas Contract: Bid 14-29, Construction — Gravity Sewer fnprovements, Greenland Page 3 of 3 RESOLUTION We, Stephen V. Forsgren, CEO/President, and Cleve J. McDonald, Jr., Secretary/CFO, of Forsgren, Incorporated, duly organized and existing under the laws of the state of Arkansas, do hereby certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said corporation at a meeting thereof duly called and held on the 8 h day of September, 2011. That said resolution has been duly entered on the Minute Book of this corporation. "RESOLVED, that the Company authorizes and directs the following officers to execute on behalf of the Company any and all documents required to enter into construction agreements or contracts: Stephen V. Forsgren Dallas B. Forsgren Cleve J. McDonald, Jr. Vic Braddy Kevin K. Kelton C. Justin Forsgren President/CEO Chief Operating Officer Secretary/CFO Executive Vice -President Vice -President — Operations Vice -President — Finance" In witness thereof, we have hereunto set our hands this the 8t' day of September, 2011. Stephen V. Fqr CEO/President CITY OF aye le ARKANSAS Bid 14-29, Construction - Gravity Sever improvements Greenland ela SesR AA7�0S-90-1i nex:aztlPM CRtl GFFVRITE UE i Fomgren Incorporated Goodwin & Goodwin Inc TG Excavating Inc ;�;,-r„s.,�:,.��'��•,:<..... -y. ; a,m�:.- ard.. �iiFii�'�r :��. ^� _ is�, ., v,u:�.:: 1 MohlLmian- shag not exceed 5% o7 Wd 1 15 } adp0am ¢ e1A0DA0 S 9S�Oa�Aa S 5Sp0D.W s HADDAD } 75A0000 P T1mtl1 & $efeq 9Fltams 1 IS S IDAW" $ IDAMm $ ra a[aiAo a GDAME0 S 25A" S a Emsionmood 1 IS zk� f zsaooAo f2uma-M S 2SAMM 4 A[c Rctoration 1 Is $ '+SNGtl•a9 S 7s aoom f smmw f s"mm 3 53}1a00 S s�3wAc s 18" PVD CPS il% GradW 9- Pip- 1P17 IF s mr, s U.0925 $ w•eD $ lri 2m= S 17A00 s IUA40AA a 15-SDR-16 PVC, GreNq 54war Ptpa 3399 If S SSAO S 1eLy945A0 S 7o6m S PS'�iPeAe } mm S 39REM 7 Irntatl 30" S[eeI EncdsL515err[ FSpr, lack 8, &re lad 1F $ em,m S 1*,W J00 S s13m } iw ow.m s 40&m s E =Zl) e kntaA 24" stud Encawment Kpe. Dpeo Cut Pe IF F 32540 S 1.9mA0 $ 150A0 $ sdaom S lam } $ 6m as ! hu1a1WStw %m-nt Piim Open Cue 20 IF $ 95M $ 11400A0 $ mm S 2.90M s IWAI S 1.i0aAe 10 Sewer Sella Reinstatement 10 :A S BOOA0 5 &6900.00 S 2A*m S 1000A0 s mom s aAe7Ae 11 Sewer Service Ia kg uh IF S Map $ 'uwm $ 25-00 f ;9mm } 30M S 12e0A0 21 5tandwd Mewthute, 4' Bm OW Pl FA $ 3000 5 73Am.90 } 3,7oae0 $ se,wn99 } snmdtl f I%A00A0 13 Standard Manhaie.4' Ole. Extra 0"th so VF s 220AD S 11AOOA0 S 2S&W S 1$s00A0 S WOAo f 20Aao-oo u Standard Manhole S' ds. W-6' 1 FA f 4"m 5 8,600A0 S 4,9op.00 $ 9A00A0 S faso0A0 f 1ipm90 1s smadardmw*iuj%s'DiaEwa oep[h u VF $ 300A0 S 400 $ imm $ 4,s00.00 f s25ao $ 7,a7sAa 26 sdndard Manhdlr 6'[Iia d-45' 1 os f SAWA) S 5.emop S (D900m S 6AOOA0 3 7,OM S 7.500Ad 17 Standard Mermli4 6' DIa emm Dept 1 VF f 000.00 s 1,1AOA0 s 40510 S 7.e30-0e L eMlhole ConsAfNd Treatnlen[ Pm VF $ 190m $ 10A00A0 S 6.W s eco.m $ 1610o.0e S' lA0 f ... : 20040 14 Manhole, Fdshna, Abandon m Ramwe 21 es, f 415.m f svaee s xs9.ao s SASQL e m [ore DAllirwicwnea to awft OR Station. 1 FA i 5090.00 f apm.eo f 9AOS•Oe S 3/00.00 f BAOOAO S. 9,aoo ao Page 102 Conners to Emsting Sevres at MN-16 r SRR 2G4'V[. Gravity 5a Pipe 1 129 EA LF f 86Ao f 4,515A0 6 ii.ao f lam s ZAmm I S 5o4A�+m s ksaooe S 95m f 1,sa0.00 $ 12,736Aa 8' OR-17 HOPE, Pipe &srsGng 14" U S 7a� 6 417.MM S MM f h dam w-fi? 1 EnaswfukMt Pipe, open Cut 2u IF S 95AP $ 1~emm 3 as.iv s zoom $ 160Ao f 9,1o6Aa scwuservice xalrwtwmme 50 6A f 1z54Ao f �Aao.w S IAu40o s No" f 9P0.90 S 45v6aoA6 Serer servrre Latere0a 40 .lF S 26.sd } 11920.46 3 2�m S 3I,W0.0u f 10.6o S ►, Standard Manhole-4'Rin O'{a' i FA S . 1.9iu-00 S 15AG0m } 3.1" S 16A" f 1A60.do S mouoL6 Standard Manhole, 4' O}a EAtr UePth 9a VF S 11Sm S 476o-m S S 11660.9V S tm f sm Remove and Replace Manhole Frarna and Dover 22 s•A S =am S vyaam $ 27sm S 19aso.ou S tA9oAa S 12A66m Ma Qje. Psyft Abandon ar F-A lo" 1 EA S AZSAS S a5D-0o } eDe pn S 1.Emm f 250M Asphalt PavemerR WOir 1rN is S 6tm S gyppom } 119-ao S 11fa6dR 3 100.d6 s pp,7oam Conuete Pavement Repdr 10o SY f 39M $ 9.svaau 6 asm S %MAV S 40m 3 '4AMO GrdMPavarnertaepAr 9W LF 3 65f f 1Asp.00 S 20M 5 Samix 3 SOAa $ sAeum ~tien Ram, As directed M onsi r s rs S 92M $ 1Fum f eoo.Rb S aA66.66 f 666m s m AddMonal Trench Bedding sm Cv f Ism S usa6.a6 $ MM } 9srd6.Ed f 1.a6 3 rb6.m Ac pt9lnce InWatton by CM 9160 1F S 4" f 1'461p+o6 } io0 S 45,66B.do S am •S 1AA4dAo r..Misucow Phdt*raphs 1 is 6 1j6am f 1.50" 3 9L07uA0 3 9AWMIF S 59u.W S BOa.OR TOTAL BIO AMOLWT f 1,2-02.A6836 -NoT CE Rid swrl lsordn es minimum sp"cirtions and k tidn tmo otir iels. 7 tRFF➢ER: Y -_ P. VICE PURCR MGR tarRNLSsI IpA7! P Je 2of2 RESOLUTION NO. (ACC- 0'R -(9O) q_ A RESOLUTION TO APPROVE THE COST -SHARE AGREEMENT WITH THE CITY OF FAYETTEVILLE FOR THE REPLACEMENT OF THE SEWER MAIN INTERCEPTOR FROM THE EXISTING LIFT STATION TO LETITA AVENUE WHEREAS, the City of Fayetteville caused an assessment of critical capital needs for the Greenland Sewer System to be performed by RJN Group; and WHEREAS, RJN Group determined that replacement of the gravity sewer interceptor from the existing lift station to Letita Avenue was necessary to increase the total capacity of Greenland Sewer Collection System; and WHEREAS, the City of Fayetteville has requested Greenland to consider cost -sharing of this project with Fayetteville in the amount of $374,806.67 at the time of invoicing; and WHEREAS, the City of Greenland has agreed to cost share $374,806.67 with the City of Fayetteville for its share of the estimated cost of $1,242,986.30 to construct the replacement Sewer Main Interceptor. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GREENLAND, ARKANSAS: Section 1: That the City Council of the City of Greenland, Arkansas hereby approves the Cost Share Agreement with the City of Fayetteville to pay Fayetteville $374,806.67 at the time of invoicing for the replacement of the gravity sewer interceptor from the existing lift station to Letita Avenue conditioned on Fayetteville performing the work to replace the sewer main interceptor and authorizes Mayor Bill Groom to sign the attached Cost -Share Agreement. PASSED and APPROVED this 9h day of June 2014. APPROVED: By: Ys' , , BLU GROOM, Mayor ATTEST: By: P NIE SHARP, Recor Treasurer COST -SHARE AGREEMENT Between City of Greenland and City of Fayetteville to Replace the Sewer Main Interceptor from the existing Sewer Lift Station to Letita Avenue The City of Greenland, Arkansas and the City of Fayetteville, Arkansas in order to finance and construct the necessary replacement for thexs� p se Lefi� Avenue er main with a new Sewer Main Interceptor from the existing sewer lift mutually agree, promise and covenant as follows: (1) Pursuant to Resolution No. 03-10-2014 and Resolution No. the City of Greenland promises to promptly pay to the City of Fayetteville, upon Fayetteville's written invoice for work done, the sum of anand sixty seven tints ed Seventy Four Thousand Eight Hundred and Six Dollar ($374,806.67) as Greenland's share of this Greenland Sewer Rehab Project which is estimated to cost One Million Two Hundred Forty o 'Thousand Nine Hundred Sixty Eight Dollars and thirty cents ($1,=, .) (2) The City of Fayetteville agrees to bill the City of Greenland for invoiced work and to accept the $374,806.67 payment from the City of Greenland and to use sufficient amounts of Fayetteville's own funds and grant funds to pay for the construction of the necessary Sewer Mainpart of theceptor from the existing Greenland Sewer Rehab sewer lift station to Letita Avenue Project. (3) Both Cities agree to do all thing necessary Interceptor for Construction Project, accomplish the and successful completion of the Sewer Main p CITY OF Mayor ATTF,ST: By:.,..�Rze-corcdler/�/Treiurer Stephanie Sharp, CITY OF F*YETTEVILLE AN, Mayor ATTEST: Sondra E. Smith, City ClerkJ� FAYFTj"Fvf! l.f . / ♦ �i: S r�t�iifiu�i►t��►`� Date: L� ji b 4 Date: RESOLUTION NO.209-09 A RESOLUTION AUTHORIZING THE MAYOR TO ACCEPT A STATE AND TRIBAL ASSISTANCE GRANT (STAG) IN THE AMOUNT OF $291,000.00 FROM THE U. S. ENVIRONMENTAL PROTECTION AGENCY FOR SANITARY SEWER SYSTEM IMPROVEMENTS; AND APPROVING A BUDGET ADJUSTMENT RECOGNIZING THE GRANT REVENUE' 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 authorizes the Mayor to accept a State and Tribal Assistance Grant (STAG) in the amount of $291,000.00 from the U. S. Environmental Protection Agency for sanitary sewer system improvements. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a. budget adjustment recognizing the grant revenue. PASSED and APPROVED this a day of October, 2009. APPROVED: ATTEST: LZ City of Fayetteville Staff Review Form City Council Agenda hems and Contracts, Leases or Agreements 10/6/2009 City Council Meeting Date Agenda Items Only David Jurgen Utilities water/Wastewater Submitted By Division Department Action Required: tesolution authorizing the Mayor to accept a $291,000 State and Tribal Assistance Grant (STAG) from the US Environmental Protection Agency for sanitary sewer system improvements and approving a budget adjustment Effective upon receipt of the grant funds. $ (291,000.00� Cast of this request 5400.5700.5815.00 Account Number 02017 Wt Project Number Budgeted Item Q n w City Attorney $ 3,470,013.00 Category / Project Budget $ 640,774.09 Funds Used to Date $ 2,829,238.91 Remaining Balance Budget Adjustment Attached Sanitary Sewer Rehabilitation Program Category f Project Name Sewer Main Construction Program / Project Category Name Water/Sewer Fund Name DaI Previous Ordinance or Resolution 0 1 09 fe Original Contract Date: 7R� /2009 Original Contract Number.. N/A Date 7/ D0- Received i City Clerics vi Date � Received in Mayor's Once Date Revised January 15, 2009 Sy'e-"ne City Council Meeting of October d, 2009 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff F'rom: David Jurgens, Utilities Director Water and Sewer Committee Date: September 18, 2009 f Subject: Resolution authorizing the Mayor to accept a $291,000 State and Tribal Assistance Grant (STAG) from the US Environmental Protection Agency for sanitary sewer system improvements and approving a budget adjustment effective upon receipt of the grant funds RECOMMENDATION Fayetteville City Administration recommends approval of a resolution authorizing the Mayor to accept a $291,000 State and Tribal Assistance Grant (STAG) from the US Environmental Protection Agency for sanitary sewer system improvements and approving a budget adjustment effective upon receipt of the grant fiends. RACKGROUND Fayetteville has been notified by Arkansas Natural Resources Commission that it is the recipient of $291,000 in USEPA Grant Assistance from the STAG Program for 2009. This is the sixth of seven years that the City has received similar grants. This EPA grant funding was requested for sanitary sewer rehabilitation and is proposed to be merged into the City's ongoing sewer rehabilitation funding to accelerate the program. The EPA grant provides a maximum of 55% of the costs, with the remaining 45% ($238,090) being the required local. match. By Resolution 144-09 on 7 July 09 the City Council approved application for this grant and designating the Mayor as the City's Authorized Representative in all matters relating thereto. DISCUSSION A sanitary sewer evaluation study (SSES) was completed in 2009 in the southern portions of Fayetteville and in Greenland. These grant funds will be used for the rehabilitation design and construction based on the results of the 2009 SSES as well as for system wide cured in place pipe lining. BUDGET IMPACT Sanitary sewer rehabilitation is a budgeted project. The 2009 EPA Grant proceeds will be combined with the City's budgeted funds. A budget adjustment recognizing $291,000 in grant revenue is attached and will be finalized when the actual grant approval is received. STA009 AOGW CCM=00009 Page 1 of 2 David Jurgens - FW: Fayetteville FY 2009 grant - correction to the application Form424 From: Jayne Dooley <Jayne.Dooley@arkansas.gov> To: David Jurgens <djurgens@ci.fayetteville.ar.us> Date: 9/18/2009 7:21 AM Subject: FW: Fayetteville FY 2009 grant - correction to the application Forrn424 David, it looks like the are about to award your grant and that it will be added to the 08 money. See below. Jayne K. Dooley Arkansas Natural Resources 101 East Capitol, Suite 350 L.R., AR 72201 501-682-0550 501-682-0561 fax 'a e: oley_@ar� kansas.gov From: Patel.Rajen@epamaii.epa.govfmailtn:Patel.Rajen@epamail.epa,govI Sent: Thursday, September 17, 2009 5:33 PM To: Beets.Sharon@epamail.epa.gov Cc: Jayne Dooley Subjed: Fayetteville FY 2009 grant - correction to the application Form 424 Sharon, As per our conversation today, please call it a "continuum" of the existing grant XP 96673701-0. As we add this FY 2009 earmark money to the existing award, it will become XP-96673701-1. For now, we have coded it 2D. Please enter it In IGMS early October, so that I can prepafe the FRION for this grant. Here is one correction in the grant amount. For item 18(a) and 18(g) on the 424, the amount should be $291,060. On the application it says $300,000. Fayetteville did not deduct the $9000 for the ANRC grant oversight (3% of each SAAP earmark given to state for oversight). So, as per the attached image >> Please change it accordingly and attach this email as the basis for such correction. Thank you. Rajen Patel, CHMM, EIT Water Infrastructure Project Engineer USEPA Region VI, Dallas, TX 214-665-2788 fileWCADocutnents and Settings\djurgens.CITy\Local Settinngs\Temp\XPGzpWise\4AB334FC... 9/18/2009 `., . UNITED STATES ENV}RONWIENTAL PROTEC tIONAGENCY 'WAWNGTON, O.C. 20400 +c ' JUL t7 - OFFiCEOF ti WA•rt3R EMORANDWUMM SUMCT- A of Special &V rapnati�s Act Prrij eat Chants Authorized by the Agency's FY 20M A7W, abons-�► FROM' James A. I- , D of Ofrwe of WM t 201N1) TO: Water Manti l)ivi Directors Regions 1- X PX OSE This nsemorandum provixles Infornaatipn apd gaidelines on how the gnvironmental Pcott tion Agency (EPA) will award add administer Speciai.4ppropd;ttions Act Project ,(S,AAP) gtahts dettlifi - in the St and Tribal Assist we Grants{S't'At r} a000tt�#t of the Age's Ysr (FY) 2009. Appropriations Act. BACKGROUND TheIaPA section of P,'L.' li 3-8, ft."Omm'bus,Apptopriations Act, 20D ." also re£ 40. So:as the Agcncy's.1'"Y 2009 Appr iatian$'Act, incl es•$W. 000.ft00,in the STAG ac00unt,foT 361 ddiftg. water, wastewaterand's ormvrates i st ►Gt .s ld vi►atsr qw* put projects. Also included in the STAG aeconnt as a sepataW ytcm is $2Q,40%W— fot the United States -Mexico Border program 'lire Joint ExplanaW4. Sit h• the FY 20A9 - ed Appropriations Act identifies.two p4ects to be funded diracti ►. °m the lire iterq for or &w. - 'motes -Mexico Border FrogRram ' Rom rn� Wn fit.•a omt p1vi�d for ►e M�ciraa The . program, $Z500,000 is dimowd tp El Paso and Bm'vir aan"ll�r'l'e3cas �•�priot yeas."' The FY. . 2009 Approprla#ions Act also co>iitains.a mscissian cif $10,009,W0 STAG p tinn ' account: TJre Joint explanatory Statemput:diftr* the n0-'ta a 1 crFtlie-rsscissi . . fiom "[bj:t�ances frcrrri special project'grants appiropriabed itc•fiscal year 20�2 Qr earlier chat:liav not been obligated on an approved grant as o£July 1, 20W. The specific requents goVernit�g theuvard of me special'projeetscnd progam contained in the following docuMegb: theFY 200} Appropda40ns 1 Est grid the faint 1✓acplanat0ry Statement for Divasion E of thc'FY 2009 Appropriations Act—•PDparlment of ' • in�mefAddreas(DRL}.http'JJwww.apagnv ' AeWdedlReaydetde. Rimed with Vepatsbie CH Bawd 10b"RegOW Pener,Ifdlnimttm 5t� Pyetoers�omercan6rti 143 Mf The City of MMIM, WaterTreatmenl. MO. qorut $500.000 $485,000�� , rcnr x?. fl 144 MI The City of Part Huron for a combined sewer overflow control project $300,000 5291,000 146 MI Office of the Oahtand County Drain Commissioner, Evergreen•Farmhaton $500,600 ' S465.00D w Sanitary Sewer tmprovemerits 146 MI Wayne Courlr. Rouge River National Wet WM(her Demonstration Project $5001000 $485.000 147 MN The City of Nmwapolls for combined sewer overflow -Improvements $100.000 $291,000 148 MN The City of w,"tmar for wastewater treatment plant relocallon project $300,00'0 $291.000 f49 'Grand Rapids Pubrrc Utilities Coramission, Grand Rapids Wastewater $750,000 $72$,000 Treatment Plant 29$• OH The City oi firrr Intaken, Wolf Crbek Dam Valve and Enclosure $400,000 $388,Q00 r R oemerlt f 210 OH The City of Deflanee for a combined sewer overflow elimination project $3W.060 $2911,000 211 OH 66Courty, Wastewaterfmprovemenis MAW $485,00Q ' 212 OH Metropolitan Sewer District of Greater Cirvtiorhatl, EasternfDefta Sewer $500,000 $485.000 Saparatlan Project 213 OH Northeast Ohio Regional Sewer Pistirlct fora wastewater improvements proms - $300,000 $291.OD0 214 OH The Community Improvement Corporation of Springfield and Clash County, $500,000 $435.000 Prime Otto II Industrial Park 216 OH The Vgkge of Cadiz, Wastewater inkwtruotrve Improvements $3%M $940,000 • . 299 -OH Ohio River Sanitation Commission for organic detention system $1,000,OQD $970,000 improvements 267 Wl The City of Madison drinking water system improv8ments t+300.000 $201,000 l 288 W! The City afNlekoose. VQstewaW TwalmertFacilitr $1226.000 $1,189.000 2B9 W1 The City of Watftsha ter ddnMiV water system improvements $300,000 . $291.000 299' WI Cumberland Municipal Utility, Water Infrastructure ImproWmerhis - $500.000• $485.WD 291 Head of the Valley Metropolitan Sewage District for wastewater system $300,000 S291,000 - improvements - 202 WI Metropolitan whVaukee tHwer District far Central Sevier System kttproverneh>te $3o0,Q0o W1.000 293 Wf The Village of Bfron, Water and Sanitary SeWBrinfrasiructfrre $1.2?5.000 $1,189 00 $7 Y50,000 $17 707,000 j r• - j' 13 AR. •The City of.Fayettevtle wastewatersystem improvements 1.066, 14 AR The y er p-n n-9-9.1 YN rmwm w arm $336.000 , 1 S" AR The City of Warren, Water and Sewer Ead@nsM eking Northeast Bypass S33o;000 5321,000 1$ AR' 'Ozark Mountain Regional Public WraterAuOsohity In Marshal for drinking 5300,000 b291,000 watersystern imprcvemerhte 119 LA • The M of East BalontrRWje r WaOr SVSWM Improvements 53(10,000 $291,000 120 LA The City'of Houma for construction of water disj<Won system 0".000, $291,000 • 121 LA The City of L eerAle for a sewer syslam expansion project . $400,000_ $38810W 122 IA The City of Mame, Monroe Wastewater Teatment System $500.000 $485.000, 123. LA The Torn, of Golden Meadow for slarm water system, Improvements $400;000 S31�$,0D0 19D NM BemalilloCounty for the VafiayOtfieswastewater project: $1,100.000 $1A67,000 191' f4M The City of Aztec for wastewater treatment plant improvemeft pr4cl $500,000 $485.000 192 NM The City of Bloomfield for water system-imptovwwrits $3QD,000 •$291,000 193 NM The City of Espanola, DrfnWmg Water Improvements $70D,000 $679,000 216 OK Ada Public Works Aufhorfty, Wastewater Lift Station $50D.000 $485.000. 217 OK Tile Clt f of McAlester for water treataFent plant retubitation projed $300,000 $291.000. 263 TX The ChIly of Alvarado, Sanhaty Sewer imlxavements $250;000 $243.000 254 TX The City of Alustin for' ge^wer rehabftUon project _ ' sM,000 $291.000 2$5 'TX The ChYy of Bryan, West Bryan Wastfta w Trpahent Plant S50p,000 $485.000 256 TX The City of Coiuila, Cotuta Wastewater lmfr *uc lure System Repairs $506,000 $465,000 257 TX The City of Goltad, WaastewaterTrealment Facility improvamerds $200,000 5194,000 2"r TX The City of rondo, Sanitary Sewer bverSow Init We $Y53,000 $240,000 City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Operations D to Re ested Division: Water & Sewer Maintenance 2009 program: Sewer Mains Construction Project or Item Added/Increased: $291,000 is requested In the Sewer Improvements account for Sanitary Sewer Rehabilitation. Justification of this Increase: Recognize the State and Tribal Assistance Grant (STAG) from the Environmental Protection Agency. Funding will be used for sanitary sewer rehabilitation to include repairs to sanitary sewer mains and manholes. a qu 9/18/2009 Adjustment Number Project or Item Deleted/Reduced: Done. This action is required to recognize receipt of $291,000 State and Tribal Assistance Grant (STAG) from the Environmental Protection Agency. Justification of this Decrease: Recognize the State and Tribal Assistance Grant (STAG) from the Environmental Protection Agency for the purpose of sanitary sewer rehabilitation. Increase Budget Account Name Account Number Amount Project Number Sewer Improvements 5400 5700 5815 00 291,000 02017 0910 Account Name Federal Grants Capital 5400 0940 Division Head ff��T Date a ate —0 Wa- 17 _i& Date Decrease Budget Account Number 4309 00 Amount Project Number 291,000 02017 0910 V.004W Budget & Research Use Only Type: A B C E Requested By I General Ledger Date Posted to General hedger t Posted to Project Accounting initial Date initial Date S-TA C, Oq XP-00F26701-0 PaQO.i�. ASSISTANCE ID—PR'NO. �''� U.S. ENVIRONMENTAL .DATE D oslzorz0`10io Do AiWEND# - D�F26707 - 4 XP 67 . PROTECTION AGENCY MA(LfNG DATE TYPE OF ACT[tNl New 09(27l2010 PAYMENT -METHOD: 86tH9© . Coopemov'e:Agreemettt RECIpiENT TYPE., serofayment.Requestto:, Mud I Las Vegas Finance Center REC)PIENT: PAYF.S Ciky. afFayatteviGe City 9f Fayetteville 1 f 3 WestMountaln Street 113 West Mountatrx Street Fay�ttgiiille;, Alt 72701 Fayettev9le, AR' 7,.2761. EIN::71-i101.$462 PROJECT NKMAGER. EPA. PRO;IECT ;OFFICER EI'A :ORANT SPECIALIST i)avld Jurilerls Crgo... ossum Sharon i "16 113 West IVlouotftfri Street 1445 Rdss.AvBnue, &uft' 12�; (SWQ,AP) Grant ProgramsSectior►, (SAD G ) Fayettevr�fe:AR 72701 Dalias,.TX 752022T.3-iNail: Beets:S}iaron�spanlait.apa.gav Mail; d]urgenai�a:fat7etidviila;arus �-Mail: 1Nossum.Gene�epamaii:epa.gav Phone: 1""' 5-2207 Phone: 47"7"31$. J.p :.244-40-7.373-- PRO,II_CT 71TLE.AND'0E0t 1 RlP-nlvN: City, of Fayettviga FY2009•SAAP (�airdary Sewar RbV Rehabilitation of aar&� sorer manboles_and sewer Lines:Itlentif19d-in.tWe.Sanitar7. Smer Evaluation. Surveil (SSES) that is currently underway in south. central Fayettev111e:and Greenland. BUbGET PERIOD P tQ.iEGi PERtOO 7 TAi..8U17GE1' PERIOD COST TOTAL PROJI=CT PERIOD COST id10112{110 - 12i31Y201d 10101120t0 - 12Y3-1/2044 $528;08].00 . $529,091.00 NOTICE .OF AWARD -Based on-yourapphcation:dated 1213�i120141 includ'irtg ali'modifications and`aitMdmen%,, the bfiW.410fes aEting ^by and through the US 1=nvirenmental '�tlon_Pigarscy -t .cptwi �aro.�.of approved i?�ulget.per ci ccists ii yrrerl� uR.W �nd:not exceedEng Prot (EPA�;`l ret Y awards :$297,QQQ. i'A . elf total:fedtaralfundry.of;$�T;1>0. Suraward:inaybeNrtiiiiated;jrl~PAivsouCiuhsr.�auIfiheracipislit.fadstoprgVida.fnelr.atfirtneti4nofthe.award t7y slgnMg:uWv ttie;dfftfmaticft afAwaKl:secilan:andreoming a1l:pages of this agreemer+t to the :a,sts NtanagemRnt Offi�.listed below �vithln 21 days after receipt ar anytension•oflEme, °as may bs: grafited'hy EPA Thts-agreemer issu5jeci to.appilCable EPA statutory provisions. The: applicable r sguiatory provisions Bre40 GFR.Cliapter`1,u6chaPfar B. and'atl:tsans Bred sniditiQns,of thia.agteinent.and aiiY aktaahi»enis.. lssuiRiMCFF: CE 9i ANT8;11 ANACEMENT BFFICE) AWARD APPROVAL OFFICE ORGANIZAT'IONtADDRES$ ,0. GA i�A�ION fIIDDRESS' Grant Prog r►s. Seaton,. emct Cii 1445 Rost -Avenue, 5ude.1200 U:S.'EPA, Raglan $ Water Qual ty'Proteii0an D141on (BWQ) Dallas, TX. 70202 753 194 . FtosBAvitn .'Suite 120 fialiae. TX 75202=2733 7Cii;:tI9ITED TATES:OF,AIIIERICX 6Y THE li:S. I:NYIRONMENTAL PROTFGTtON AGENCY S[G1JATt1RE OF AWARD OFFICfAL D�itals �akureappbed.tiy.EPA:Awardfcial .7 YPO D NAME ANO TITLiH- DATE Donna:Miller;chierc�an"tT+roo'ramsSecfioii 09I20J2f?it} AF'FIRMATIO.N'OF AWARD AY AND ON BEHALF OF IHI =DES1Gt4AA'[ED-RECIP1WORGANIZATION SIGNATURE '# YPEq NAME AND TITLE DATE. % .1.iorield Jordar!. Mayor UA2,dsnn gk,ci� @ � f �~ EPA Funding Information xP-00F26701-0 Page FUNDS FORMER AWARD THIS ACTION AMENDED TOTAL EPA Amount This Action $ $ 291,000 $ 291.000 EPA 1n4Qnd Amount $ $ $ 0 Unexpended PriorYear Balance $ $ $ 0 Other Federal Funds $ $ $ 0 Recipient Contribution $ $ $ 0 State Contribution $ $ $ o Local Contribution $ $ $ o other Contribution $ $ 238.091 $ 238.091 Allowable ProJect Cost $ 0 $ 829,091 $ 629.091 Assistance Program (CFDA) Siatulory Authority Regulatory Authority 66.202 - Congressionally Mandated Projecfs FY 2009 Omnibus Appropdatfons Act (PL 111-8) 40 OM PART 31 Fiscal Site Name Raq No FY Approp. Coda i Budget Organization PRC Object Class SHO/Project Cost organization Obligation 1 Deobligation - WO WA0024 IC 64C 0800009 202B51 419 291,00 2Si3O XP - 0026701- 0 Page 3 Approve Budget Program Element Classification (construction) Approved Allowable Budget Period Cost 1. Administration Expanse $0 2. Preliminary Expense $0 3. Land Structure, Right'Of Way $0 4. Architectural Engineering Basic Fees $0 a. OtherArchitectural Engineering Fees $0 6. Project Inspection Fees $0 7. Land Development $0 S. Relocation Expenses $0 9. Relocation Payments to Indiv€duals & Bus. $0 10. Demltlon and Removal dl $0 11. Construction and Project Improvement $529,091 12. Equipment $0 13, Miscellaneous $0 14. Total (Lines 1 thru 13) $529,091 15 Estimate income $0 16,Not ProjectAmount(Line 14minus l5) $529,091 17. Less: Ineligible Exaiusions $0 10. Add: Contingencies $0 19. Total (Share: Recip 4§S0% Fed 55.0€ %) $529,091 20. TOTAL APPROVED ASSISTANCE AMOUNT $291,000 CITY OF S Yliq PVAR KANS To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff Tim Nyander, Acting Utilities Director Fayetteville Water and Sewer Committee From: Lynn Hyke, Construction and Contact Manager Date: June 2, 2014 UTILITIES DEPARTMENT Subject: Resolution approving a construction contract with Forsgren, Inc. of Fort Smith, AR. For $1,242,968.30, Bid 14- 29, Construction -Gravity Sewer Improvements Greenland. The budget adjustment transfers funds from Sanitary Sewer Rehabilitation fund for City portion that will also cover contingency of $125,000. Approving Cost Share Agreement with City of Greenland for $374,806.67. RECOMMENDATION Fayetteville City Staff recommends approval of a construction contract with Forsgren, Inc. for $1,242,968.30, Bid 14-29, with a contingency of $125,000 to construct Gravity Sewer Improvements Greenland Main Replacement, and a budget adjustment. Approve cost share agreement with City of Greenland for $374,806.67. BACKGROUND Replacement of approximately 4,600 feet of existing 10-inch gravity sewer line with 15-inch and 18-inch gravity sewer line using open cut and approximately 4,400 of existing 6-inch and 8-inch gravity sewer line using 8-inch pipe reaming method. The existing sewer lines replacement is required to increase the needed capacity and to reduce the infiltration and inflow of storm water into the sewer system. A portion of the project will be funded with STAG grant and Greenland cost share contact. DISCUSSION Under this contract, we will replace approximately 9,000 feet of sewer line. The sewer line serves as primary sewer main from Greenland. The City opened bids on May 30, 2014. Forsgren Incorporated $1,242,968.30 Goodwin & Goodwin Inc. $1,544,650.00 TG Excavating Inc. $1.505,555.00 Staff reviewed the bids and recommends awarding the contract to Forsgren Inc. Construction will begin this summer and will be completed early next year. BUDGET IMPACT Funds are available in the Sanitary Sewer Rehabilitation fund. 2009 STAG grant and Greenland cost share contract will also be utilized for this project. l IIIIIII IIIIII111 Illll IIIII IIIII Illil Illll IIIII111II IIIII IIIII IIIII IIllI1111 IIII Doc ID: 015800240002 Type: LIE Kind: PERFORMANCE BOND Recorded: 07/09/2014 at 02:19:14 PM Fee Amt: $20.00 Paste 1 of 2 Washington County, AR Kyle Sylvester Circuit Clerk FileB032-00000596 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Given in compliance with Act 351 of 1953, amended. KNOW ALL BY THESE PRESENTS, That we, Forsgren, Incorporated Bond No.: 83B109344 as Principal, hereinafter called Principal, and Liberty Mutual_ Insurance Company. , a Massachusetts Corporation, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas _ as Obligee, hereinafter called Owner, in the amount of One Million Two HundredForty-two Thousand Nine Hundred Sixty-eight And 30/100THS Dollars {$1,242,958.30 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. PRINCIPAL HAS, by written agreement dated entered into a contract with Owner for Construction of Gravity Sewer Improvements - Greenland which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING SHALL BE BROUGHT on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract fails due. ANY ALTERATIONS WHICH MAY BE MADE in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. IN NO EVENT SHALL the aggregate liability of the Surety exceed the sum set out herein. Executed on this uD day of _ sJ—U LY I IIIIIII (IIIII III IIIII (IIII IIIII IIIII IIIII IIIII IIIII IIIII hill IIIII IIIII IIII IIII Doc ID: 015811620002 Type: LIE Kind: PERFORMANCE BOND Recorded: 07/17/2014 at 09:12:20 AM Fee Amt: $20.00 Page 1 of 2 Washington County, AR Kyle Sylvester Circuit Clerk FLleB032-00000614 Forsgren.Incorporated V�'6 Principal iCG Lib utual Insurance Corr! an By Pamela K. Hays rney-in-Fact THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No. 647$010 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duty organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized underthe laws of the State of Indiana (herein collectively called the "Companies*), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Benson A. Cashion; Cynthia L. Trickev: James R. Ramsay: Judy Schoggen: Matthew K. Cashion, Jr.: Nick W. Peters; Pamela K._Hays;__ William H. Griffin all of the city of Little Rock state. of AR each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and:oMer surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by president and attested by secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of March 2014 7; American Fire and Casualty Company V uF o ,� i ,gip rF F u The Ohio Casualty Insurance Company aKE Liberty Mutual Insurance Company 0 [ 19")" a 1919 J 19t West merican Insurance Company = �ti`�,,, ��� � �''r;ht � •°�si�'1q. q,}4,J��c ����ry;'°�yV - � 41 ! 4+ By - David M. Care ; Assistant secretary STATE OF PENNSYLVANIA ss 03 r COUNTY OF MONTGOMERY _ s= ` _ p r On this 5th day of March , 2014 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and r-"az Casualty Company, Liberty Mutual Insurance Company, The.Ohio Casualty. Insurance Company, and WestAmerican Insurance Company, and that he, as such, being authorized so to do, >,LUL)l i, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.to i s 1N WITNESS WHEREOF, I have hereunto subs cr and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O t PA cslr�lfavva Trl rF I?rasTr�aat ao Mo.-My:>,,Mc By: i m, ca p;o ffi Twig Mlo,:W. n ry 0:_,,; ty Teresa PasteAa .Notary Public ' C L OF My worn Ssion. i x a i � ^it 28 2C1 ti ... _.. r0 d E. tV This PowerofAttomey is made and execute ority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance _ o e. Company, Liberty Mutual Insurance Company, Insurance Company which resolutions are now in full force and effect reading as follows: c vs ; L ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject p 4:.to such limitation as the Chairman or the.President may prescribe, shall appoint such attorneys -in -fact, as may necessary to actin behalf of the Corporation to make, execute, seal, +>%4) r . C acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such, attorneys-in4act, subject to the limitations setforth in their respective ,70 �y powers of attorney; shall have full power to bind.the Corporation by their signature and, execution of any such instruments and to attach thereto the seal of the Corporation. When so co Z — :m i executed, such instruments shall be as binding as. if signed by the President and:attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article maybe revoked at any time by the Board, the Chairman, the President or by officer officers granting such power or authority. 41 ram+ 04 ARTICLE1111— Exeoution.of Contracts --SECTION 5.-Surety, Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, "E a? L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys4n-fact; as may be necessary to actin behalf of the Company to make, -execute, CO seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such aftameys in -fact subject to. the limitations set forth in their : V. respective.powers of attorney, shalt have full powerto bind the Company by their signature and::execution of a' such, instruments and to attach thereto the seal of the Company. When so 0 executed such instruments shall be as binding as if signed by the president and attested by the, secretary, p Certificate of Designation —The Presidentof the Company, acting pursuant,to the Bylaws of the Company, authorizes David. M. Carey, Assistant Secretary to appoint such attomeys-in- r fact as maybe necessary to act on behalf of.the Company to make, execute, seal, acknowledge and:deliver as surety any.:and;all undertakings,' bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the'Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of anyassistant secretary of the Company, wherever appearing upon a certified.copy of any power of attorney, issued by the Company,M connection with surety. bonds, shall be valid and binding upon the. Company with the same force and effect as though manually affixed.," I, GregoryW. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty: Company; The Ohlo,Casualty Insurance Company, Liberty Mutual insurance Company, and West Americaninsurance Company do hereby certify that the original power of attomeyof which the foregoing, is a full, true'and correct copy of the Power of Attomeyexecuted bysaid Companies, is in full force and effect and, f has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I day of MAW 20 . ��ns a�t'4 J�4K�yia�9�r �VA�ta�2'p"a,,.. ��'��a+�✓rn �! � �`�� C t <47�3�i� a-1 ii11? i i991 3: _ - . € 1 Gregory W. Davenport, Assistant Secretary LMS 12873 MO13 78 Of 350 FORSING-05 JHUDSON '4coRo CERTIFICATE OF LIABILITY INSURANCE DATE (MMroomm) 7/2/2014 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(tes) 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 endorsemen s). PRODUCER Brown -Hiller --Clark & Associates 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 CONTACT NAME: PHONE aCc4No): (479) 4845185 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC i! INSURER A: United Fire & Casualty Company 13021 INSURED Forsgren, Inc. C.F. Stocks Excavating, Inc. INSURERB:Accident Fund National Ins Co 12305 INSURER C Gastony Directional Boring, Inc. INSURER D : INSURER E: P.O. Box 368 Fort Smith, AR 72902 INSURER F n,-N1CMAf-c& f1C0TICIf1ATC NI INIRFA- RF_VI;iIUN NUMI3C11' Y 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 L WVDUBR POLICY NUMBER MMIDDYIYYW MMIDONYYY LLI IMITS A X COMMERCIAL GENERAL LIABILITY CLaIMS-MADE � OCCUR 60397541 11101/2013 11/01/2014 EACH OCCURRENCE $ 1,000,00 P�MISES Faareurrewe $ 100,00 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY JECT LOC OTHER GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMPlOPAGG $ 2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HREDAUTOS Amp WNED 60397541 11/01/2013 111fl112014 COMI"$ Ea wcid iSINGLE LIMIT $ 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB X EXCESS LIAB OCCUR CLAIMS -MADE 60397541 11101/2013 11/01/2014 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 1 O,Oao,000 DED I RETENTIONS $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERXECUTIVE YINIE OFFICERIMEMBEREXCLUDED? (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below NIA WCV6069791 11/0112013 11101/2014 H X STA UTE ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: Construction of Gravity Sewer Improvements - Greenland u.-�e nco !`ANr`CI I ATInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville, Arkansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Utilities Department 113 West Mountain AUTTHORR17EED REPRESENTATIVE HOwwz I - Fayetteville, AR 72701 I - U 1RUU-ZU14 AL:UKU wKruKAI1VIV. Aii rign[s reservea. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD FORSINC-05 JHUDSON ACORL]" CERTIFICATE OF LIABILITY INSURANCE D E {MMIDIY DATEIY YYY) 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 Brown -Hiller -Clark & Associates 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 CONTACT NAME: PHONE E%!, (479 452-4000 AIc No ; 479 484.5185 EMAIL ADDRESS: INSURE S AFFORDING COVERAGE NAIC p INSURER A: United Fire & Casualty/ Company 13021 INSURED INSURER a, Accident Fund National Ins Co 12305 Forsgren, Inc. C.F. Stocks Excavating, Inc. INSURERC: INSURER D : Gastony Directional Boring, Inc. INSURER E : P.O. Box 368 Fort Smith, AR 72902 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. ILTR TYPE. OF INSURANCE POLICY NUMBER MMIDD YY MMIDD� LIMITS A X COMMERCIAL GENERAL LIABILITY CLAJMS-MADE FRI OCCUR 60397541 1110112013 11/01/2014 EACH OCCURRENCE $ 1,000,00 ENTED PREMISES E8 occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL. & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY T J� 7 LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY X ANY ALTO ALL OWNED SCHEDULED AUTOS NON -OWNED HIREDAUTOS AUTOS 60397541 11/01/2013 11101/2014 FO 84NED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILYINJURY (Pat accident) $ PROPERTY DAMAGE Peraccitlen! $ A X UMBRELLA LIAB EXCESS LIAR rd OCCUR CLAIMS -MADE 60397541 11/01/2013 1110112014 EACH OCCURRENCE $ 10,000,00 AGGREGATE $ 10,000,00 DED I I RETENTION$ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y❑ OFFICERIMEMSER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WCV6069791 11/01/2013 11101/2014 XPER TH STATUTE ER _ EL. EACH ACCIDENT $ 1,000,00 E.L. DISEASE- EA EMPLOYEE $ 11000,00 E.L. DISEASE -POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Re: Construction of Gravity Sewer improvements - Greenland r 5=RTIFICATF 1-IAI r1FR CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville, Arkansas y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Utilities Department 113 West Mountain AUTHORIZED REPRESENTATIVE k0sexell Fayetteville, AR 72701 ACORD 25 (2014101) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD flame and logo are registered marks of ACORD FORSINC-05 JHUDSON ACOR,L7" `„� CERTIFICATE 4F LIABILITY INSURANCE (MNUD DlYYYY) FDATE 7,(MM/D1a 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(les) 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 Brown-Hi[ter-Clark &Associates 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 729133529 CONTACT NAME: AALX PHOVE (479} 452-4000G No : (479) 484-5185 No Exf ADDRESS: INSURER(S)AFFORDiNG COVERAGE NAIC # INSURER A. United Fire & Casualty Company 13021 INSURED INSURER B : Accident Fund National Ins Co 12305 Forsgren, Inc. C.F. Stocks Excavating, Inc. INSURER INSURER D : Gastony Directional Boring, Inc. INSURER E : P.O. Box 368 Fort Smith, AR 72902 INSURER F COVF_RAGES CERTIFICATE NUMBER- REVISION NUMBER: 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 ADDL SUBR POLICY NUMBER POLICY EFF MM/VD1YYYY POLICY EXP MMMDNYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-IuIADE OCCUR 60397541 11/01/2013 11/0112014 EACH OCCURRENCE $ 1,000,00 DAM E T R N PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,00 PERSONAL& ADV INJURY $ 11000100 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO-- LOC JECTOTHER GENERAL AGGREGATE $ 2,000,00 PRODUCTS-COMPIOPAGO $ 2,000,00 $ A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS AUTOS 60397541 11/0112013 11/01/2014 COMEaaBINED SINGLE LIMIT ccident $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY(Per accident) $ PROPERTY DAMAGE Par aoadenE $ $ A X UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE 60397541 1110112013 11101/2014 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,00 DED I I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA CV6069791 11/0112013 11101/2014 x PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE- POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Construction of Gravity Sewer Improvements - Greenland CFRTIFIRATF Nr]I nF'R CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville, Arkansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Utilities Department 113 West Mountain AUTHORIZED REPRESENTATIVE /40�?O/ Fayetteville, AR 72701 O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Toqren lnc O Drde' gi� City of Fayetteville Staff Review Form 2015-0090 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Lynn Hyke 2/20/2015 Utilities Director / Utilities Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order 1 with Forsgren, Inc. for a deduction of $68,903.22 for the completion of Gravity Sewer Imporvements- Greenland, Bid 14-29 Budget Impact: 5400.5700.5815.00 Water/Sewer Account Number 02017.1201 Project Number Fund Sanitary Sewer Rehabilitation Project Title Budgeted Item? Yes Current Budget $ 3,900,366.01 Funds Obligated $ 1,444,433.15 Current Balance $ 2,455,932.86 Does item have a cost? Yes Item Cost $ (68,903.22) Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 2,524,836.08 V20140710 Previous Ordinance or Resolution # 117-14 Original Contract Number: 2328 Comments: Approval Date: 9 -a l — lLo E• aye ,*4*tevle �ARKANSAS To: Thru: From: Date: Mayor Lioneld Jordan Fayetteville Water and Sewer Committee Don Marr, Chief of Staff Lynn Hyke, Construction & Contract Manager February 12, 2015 CONTRACT REVIEWMEMO MAYOR'S APPROVAL THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Approval of Change Order 1 with Forsgren, Inc. for a deduction of $68,903.22 for the completion of Gravity Sewer Improvements -Greenland. RECOMMENDATION Staff recommends approval of Change Order 1 with Forsgren, Inc. for a deduction of $68,903.22 for the completion of Gravity Sewer Improvements - Greenland, Bid 14-29.. BACKGROUND Replacement of approximately 4,600 feet of existing 10-inch gravity sewer line with 15-inch and 18-inch gravity sewer line using open cut and approximately 4,400 of existing 6-inch' and 8-inch gravity sewer line using 8-inch pipe reaming method. The existing sewer lines replacement is required to increase the capacity and to reduce the infiltration and inflow of storm water into the sewer system. A portion of the project will be funded with STAG grant and Greenland cost share contact. DISCUSSION This change order reconciles all project quantities as installed. The project was completed for $1,174,065.09 which was $68,903.22 below the original bid of $1,242,968.30. BUDGET IMPACT This change order is deductive, and therefore does not negatively impact the project budget. ATTACHED Staff Review Form Contract Change Order Cost Breakdown Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Greenland-CCMemo- I Nebruary2015 yia e _Ville Change Order No. I Page I all' 2 CONTRACT CHANGE ORDER City Contract 0 2328 Schedule lCilyRr-solutionO 117-14 Date V312015 Cily Project No.: 2017.1201 Noico Name: Gravity Sewer Improvements -Greenland Location: Fewitevitle. Arkansas owlicr. City of Fayetteville_ Contractor: Vnrs r.n Inc. Add{c+-: 113 West Mountain Address: PO Box 369 Fayetteville, AR 72701 Fort Smith. AR. 72903 THE FOLLOWING CHANGES ARE HERE13Y AMENDED INTO THI: CONTRACT PLANS AND SPECIFICATIONS: ITEM 0 DESCRIPTION DECREASE INCREASE I Reconcile contract quantities. See attached breakdown. 468,903.22 TOTAL DECREASE AMOUNT -568.9D3.22 Sl1.oO TOTAL INCREASE AMOUNT -$68,903.22 NET CHANGE ORDER ENGINEERS FINAL •O TOTAL AMOUNT ELIGIBLE AMOUNT Original Contract Amount S 1.242.968.34 , 1,242,268.3 Total Previous Change Orders) I= im Not Amount This Change Order -S68.903.22 468.903.22 TOTAL CONTRACT AMOUNT TO DATE $1,174,065,09 SI.174,W,09 A ) Original Completion Date Ianuary 24a 2015 Previous Adjusted Completion Date No Change This Change Order Calendar Days NEW CONTRACT COMPLETION DATE: January 24 2015 RECOMMF.NDF.D: CITY OFFAYETTEVILLE Conamtetion do Cootmcl Manager BY: `Alk L 1 c0 nature Titln Date ACCEPTW); O >� -N.I onf 2 (1 By: ' r Title Date APPROVED: ITY OF AYEfT VILLE 1 er BY; ^ I n{l It 1 l' Date Cost Breakdown for Change Order Item Description Contract Contract Adjusted Unit Estimated Actual Adjust Contract Unit Cost Quantity Quantity+/- Amount 1 Mobilization LS $62,000.00 1 1.00 0.00 $ 2 Trench & Safety Systems LS $10,000.00 1 1,00 0.00 S 3 Erosion Control LS $25,006.00 1 1.00 0.00 $ 4 Site Restoration LS $75,000.00 1 1.00 0.00 $ 5a 18-Inch PVC, P.S. 115, Gravity Sewer Pipe (75%) LF $70.25 1,237 1238.00 1.00 $ 52.69 5b 18-Inch PVC, P.S. 115, Gravity Sewer Pipe (100%) LF $70.25 1,237 1238.00 1.00 $ 17.56 6a 15-inch PVC, SDR-26, Gravity Sewer Pipe (75%) LF $55.00 3,399 3401.00 2.00 $ 82.50 6b 15-inch PVC, SDR-26, Gravity Sewer Pipe -(I 00%) LF $55.00 3,399 3401.00 2.00 S 27.50 7 30-Inch Steel Casing, Jack & Bore LF $650.00 200 140.00 -60.00 $ (39,000.00) 8 24-Inch Steel Casing, Open Cut LF $125.00 20 0.00 -20.00 $ (2,500.00) 9 16-Inch Steel Casing, Open Cut LF $95.00 20 0.00 -20.00 $ (1,900,00) 10 Sewer Service.Reinstatemcnt EA $800.00 10 6.00 -4.00 $ (3,200.00) 11 Sewer Service Laterals LF $25.00 120 5.00 -115.00 $ (2,875.00) 12 Standard Manhole, 4' Dia. 0'-6' EA $3,500:00 21 21.00 0.00 $ - 13 Standard Manhole, 4' Dia. Extra Depth VF $220.00 50 38.28 -11.72 $ (2,578.40) 14 Standard Manhole, 5' Dia. 0'-6' EA $4,800.00 2 2.00 0.00 $ - 15 Standard Manhole, 5' Dia. Extra Depth VF $300.00 15 11.15 -3.85 S (1,155.00) 16 Standard Manhole, 6' Dia. 0'-6' EA $5,600.00 1 1.00 0.00 $ - 17 Standard Manhole, 6' Dia. Extra Depth VF $400.00 3 2.82 -0.18 S (72.00) 18 Manhole ConShield Treatment VF $100.00 200 200.00 0.00 $ - 19 Manhole, Existing, Abandon or Remove EA $425.00 21 21.00 0.00 $ - 20 Core Drill and Connect to Existing Lft station EA $4,000.00 1 1.00 0.00 $ - 21 Connect to Existing Sewer at MH-16 EA $2,500.00 1 1.00 0.00 S - 22a 8-Inch PVC, SDR-26, Gravity Sewer Pipe (75%) LF $35.00 129 320.00 191.00 S 5,013.75 22b 8-Inch PVC, SDR-26, Gravity Sewer Pipe (100%) LF $35.00 129 320.00 191.00 S 1,671.25 23a 8-Inch HDPE, DR-17, Pipe Bursting (750/6) LF $74.55 4,391 4279.30 -111.70 S (6,245.43) 23b 8-Inch HDPE, DR-17, Pipe Bursting (100%) LF $74.65 4,391 4279.30 -111.70 S (2,081.81) 24 16-Inch Steel Casing, Open Cut LF $95.00 20 0.00 -20.00 $ (1,900.00) 25 Sewer Servi ce. Reinstatement EA $1,250.00 50 42.00 -8.00 S (10,000.00) 26 Sewer Service Laterals LF $26.50 480 2.00 -478.00 S (12,667.00) 27 Standard Manhole, 4' Dia. 0'-6' E4 $2,500.00 6 5.00 -1.00 $ (2,500.00) 28 Standard Manhole, 4' Dia. Extra Depth VF $135.00 50 3.25 46.75 S (6,311,25) 29 Remove and Replace Manhole frame & Cover EA $800.00 22 23,00 1.00 S 800.00 30 Manhole, Existing, Abandon or Remove EA $425.00 2 3.00 1,00 S 425.00 31 Asphalt Pavement Repair LF $40.00 100 50.00 -50.00 $ (2,000.00) 32 Concrete Pavement Repair SY $35.00 100 50.00 -50.00 S (1,750.00) 32 Gravel Pavement Repair LF $6.50 300 81.00 -219.00 $ (1,423.50) 33 Mitigation Dam as Directed By Engineer EA $325.00 5 3.00 -2.00 S (650,00) 34 Additional Trench bedding CY $25.00 500 214.54 -285.46 S (7,136.50) 35 Acceptance Inspection by CCTV LF $4.00 9,160 9238.3 78.30 $ 313.20 37 Construction Photographs LS $1.500.00 1 1.00 0.00 $ - 38 30-Inch Steel Casing, Open Cut LF $350.00 0 77,00 7T00 $ 26,950.00 39 Streambank Restoration (Rip Rap, Filter Fabric) LS $1,689.22 0 1.00 1.00 $ 1,689.22 40 _Drop In Manhole EA $1,000.00 0 2.00 2.00 $ 2,000.00 Total Chanize order -$68,903.22 SECTION 0640 Bond #83B109344 WARRANTY BOND We, Forsgren, Incorporated as principal ("Principal'), and Liberty Mutual Insurance Company as surety ("Surety"), are hereby jointly and severally held and firmly bound unto the City of Fayettevillefor-the payment of Five Hundred Eighty Seven Thousand Thirty Two and 55/100 Dollars ($ 587,032.55 ), subject to the terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement with City of Fayetteville for GRAVITY SEWER IMPROVEMENT" - GREENL.AND dated July 1 2014 (the "Contract"), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to City of Fayetteville in compliance with Article 22 of the General Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in full force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Article 29 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of Final Acceptance or such longer period of time as may be prescribed therein(the "Warranty Period'), all of which includes without limitation either correcting the defective Work, or removing and replacing it with nondefective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) City of Fayetteville shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. 4640.doc 1 FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part of either City of Fayetteville or Principal to the other, shall not in any way release the Principal or. Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, City of Fayetteville and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. Date of project final completion is January 24, 2015 . The bond shall be 50% of the final project value and shall effective for a period of two years. Executed on the day of February 2015 By Forsgren, Incorporated (Seal) Wiliness: ) Attest: /� GIr1 Gf. AA l L ) Liberty Mutual Insurance Company By: Pamela K. Hays, Attorney -in -Fact (Seal) Surety END OF SECTION 0640 0640.doc *THIS PbWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. " This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to fhe extent herein stated. Certificate No. e4n1e2 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmedcan Fire S Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Benson A. Cashion: Cynthia L. Trickev: James R. Ramsay: Judy Schoaaem Matthew K. Cashion, Jr.; Nick W. Peters: Pamela K. Hays: William H. Griffin all of the city of Little Rock state of AS each individually if there be more than one named, its true and lawful altomey-in-fact to make, execute, seat, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 51h day of March , 2014 AND C.A$ ¢�11 INS, *�tiNSUg.s��^"r;American Fire and Casualty Company The Ohio Casualty Insurance Company 1406 o a 1419 1912 1991 Liberty Mutual Insurance Company a op e �r t West merican Insurance Company & * } * a By: STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary COUNTY OF MONTGOMERY On this 5th day of March 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto sub na and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �. p� S COr:lMONWEALTrt OF PENNSYLYRiVtA �. �flNby{c� ,(� � Notarial Seal to O 1 Teresa Pastaila, W!ery Public By: u 7 i Prymeuth T".. Montgomery Cdvnty Teresa Pasterla , Notary Public OF i hey comrniseon Expires Mardi 28, 2017 ��. Seomtstv.?annsyEvrtnin Attsoc:aiMn or NM:rrke This Power of Attomey is made and execute t1' ority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, st AZ`ne n Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obllgations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any poweror authority granted to any representative or altomey-in-fact under the provtsions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XII1- Execution of Contracts - SECTION 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -In -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and ail undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this `_- day of _rQ_�f IkCo-.CZ.I CqsP�YY IiVSrj J*t Wsupq M1 .,A V45 UR. 190ti n 1919 n 1912 o a 3947 v $y'. ^� Gregory W. Davenport, Assistant Secretary LMS 12873 122013 350 of 350 01/20/2015 NED Si56 FAX 1@002/002 FORSGREN INCORPORATED lam,General Contractors "1 FINAL 4�� �. . D1Qdr-rA c r- afNe (Hereinafter referred to as "Subcontractor') has been a subcontractor/supplier sden Incorporated and has furnished materials, equipment and/or labor for the construction of improvements known as CsoJ which is located in the City of County of and is owned by v' I IV Upon the rcccipt of S- Rf . , Subcontractor waives and releases Forsgren Incorporated, its' insurance and bonding company, and the owner of and from any and all liens or claims of liens it has been upon the improved property and from any payment bond claims through 1-Q9.acgj5 , Subcontractor hereby certifies and represents under oath that all obligations owed to any subcontractor, supplier of material and equipment, and supplier of labor have been fully paid through - and that it hereby agrees to indemnify and hold harmless Forsgmn Incorporated, its' bonding company, and the owner from all loss and expenses, including ,court costs and attorney's fees in the event any subcontractor or supplier to Subcontractor asserts a claim for money owed. Executed this V day of , 2015 Signature: `Print:, cart&— --Pve9-L &'l Title:. 11,50(1 I `� c y (� Y do hereby certify that I Bin the e , 24 .JC` of W1a r, ("Subcontractor) and am authorized to execute tho foregoing Interim Waiver and eleam of Lien. I further certify that all statements contained in the foregoing release are true and correct. Signature Slate of e A County SWORN TO AND SUBSCRIBED TO ME ON THIS 3 0 DAY OF j 1, 12015. My Cw>rmdsslo>z Expires; 7 o I� Notary �� -publfc r FERN CHANNEL NOTARY PUBLIC ZL' � .WASpjr4C:TON COl1NTY ARK �,t wm, EXP.10M5124 3000 NORTH 23'to STREET • P.O. BOX 368 • FORT SMITH, ARKANSAS 729o7 TELEPHONE (479) 782-1061 • FAX (479) 783-7909 I FQRSGREN INC. �' rerresa� �� co:reacraxsFORSGREN INCORPORATED v�,,General Contractors FINAL WAIVER AND RELEASE OF LIEN & ., Dire tiar,, t (fir'+ ,�nc_(Hereinafter referred to as "Subcontractor") has bech a subcontractor/supplier'io Forsgren Incorporated and has furnished materials, equipment and/or labor for the construction of improvements known as Nmu*,-j\ve t _ which is located in the City of r,; f,.trlre ,County of and is owned by l le - - - Upon the receipt of $ 2q , Subcontractor waives and releases Forsgren Incorporated, its' insurance and bonding company, and the owner of and from any and all liens or claims of liens it has been upon the improved property and from any payment bond claims through Subcontractor hereby certifies and represents under oath that all obligations owed to any subcontractor, supplier of material and equipment, and supplier of labor have been fully paid through 15 and that it hereby agrees to indemnify and hold harmless Forsgren Incorporated, its' bonding company, and the owner from all loss and expenses, including court costs and attorney's fees in the event any subcontractor or supplier to Subcontractor asserts a claim for money owed. Executed this aday of 2015. Signature: Print: ust;n F'oc-s oen Title:c/'t res do hereby certify that I am the SeVTr-, s of ("Subcontractor) and am authorized to execute the foregoing Interim Waiver and leclease of Lien. I further certify that all statements contained in the foregoing release are true and correct. Signature• State of. A. Ckanna S County of MFOIIN TO, AND SUBSC IBED TO ME ON THIS � AY OF Obruo ry, 201,T My Commission Expires: 3000 NORTH 23RD STREET • - P.O. BOX 368 • FORT SMITH, ARKANSAS 72902 TELEPHONE (479) 782-1061 • FAX (479) 783-7909 JAN-29-2015 09:58 From:MAIN CONSTRUCTION 14794745154 To':7837909 P.1/1 TED IV. r� if� - RELEASEFINAL WAIVIER AND a n _(Kcroinafter referred to as "Subcontractor") has b=n a subcontractor/Applior to porsgren Incorporated and hn fumishod materials, equipment and/or labor for the const:ucdon of improvements known es which is located is the City of County and is owned by ' Upon the receipt of S 13 , Subcontractor waives and releases F'orsgren Incorporated, its' insurance and bonding company, end the owner of and from any and all liens or claims of liens it has been upon the Improved property and from any payment bond claims through • e-jt� Subbcontractor hereby cemif'es and represents under oath that all obligations owed to any subcontractor, supplier of material and equips mt, and supplier of labor have been fully paid through _� �3-aral� and that it hereby agrccs to indemnify and hold harmless Forsgren Incorporated, its' bonding eorupany, and the owner from Fill loss and expenses, including cotut costs and attorney' a fees in i e event any subcontractor or supplier to Subcontractor asserts a claim for money owed. Fxecuied this 0 day of 2011 TWC:Ser 1, . __&iql gY1n,^lkk� do hereby certify that i am the jesi� of SDa_("Subcontractor) and am authorized to oxecute the foregoing Interim Waiver and Rclease of Lien. I further certify that all statemonts contained in. the foregoing release are true and correct. 5lgnatrrre:= �����a� State of County b, f0 ,rnLL tC& SWORN TO AND SUBSCRMF-D TO ME ON THIS My Commission Expires: ���b� L) Notary publi Ir 3000 NORTH z�� sMFET • P.O. BOX 36a •''`'-F( TELEPHONE (479) 762-1061 • FAX 205. 72 902 FORS�RI;N INC: General Contractors �` , � , ru irsnc aFla 1� - FINAL WAIVER AND RELEASE OF LIEN - (Hereinafter referred to as "Subcontractor") has been a s Won actorlsupplier to Forsgren Incorporated and has fimushed materials, equipment and/or labor for the construction of improvements known as which is located in the City of , County of and is owned Upon the receipt of S ' k oOz , Subcontractor waives and releases Forsgren Incorporated, its' insurance and bonding company, and the owner of and from any and all lions or claims of liens it has been upon the improved property and from any payment bond claims through Subcontractor hereby certifies and represents under oath that all obligations owed to any subcontractor, supplier of material and equipment, and supplier of labor have been fully paid through _ ;;is-. S and that it hereby agrees to indemnify and hold harmless Forsgren Incorporated, its' bonding company, and the owner from all loss and expenses, including court costs and attorney's fees in the event any subcontractor or supplier to Subcontractor asserts a claim for money owed. Executed this day of _ q,���k�.y , 20I6. Signature: Print: Title: _ I, p 13 T,2y LLFW 1 I, Lcd-- Q,6h , do hereby certify that I am the Co► r"tZiZ— of _'ri K g _STD +a6. !Nt' ("Subcontractor) and am authorized to execute the foregoing Interim Waiver and R e of Lien. I further certify that all statements contained in the foregoing release are true and correct. Signature: Stale of 4 2-r-Ar'5r1S County SWORN TO AND SUBSCRIBED TOME ON THIS S0 RY OF My Commission Farpires: j�—%�2 Q r-�d ublic rl Q.0d NOTARV ::0 3000 NORTH 23RD STREET • P.O. SOX TELEPHONE (479) 782-1061 72902 FORSI I C-05 JHUDSON CERTIFICATE 4F LIABILITY INSURANCE DATE (MM1DDNYYY) 11/4/2014 _F 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 Brown -Hiller -Clark $Associates 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 CONTACT NAME: PHONE (FAX EA No): (479) 484-5185 E-MAIL DRESS: INSURER(S) AFFORDING COVERAGE NAIC p INSURERA:United Fire & Casualty Company 13021 INSURED INSURER B: Accident Fund National Ins Co 12305 FDrsgren, Inc. G.F. Stocks Excavating, Inc. INSURERC: INSURERD: Gastony Directional Boring, Inc. P.O. Box 368 Fort Smith, AR 72902 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING 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 D SIIE�R POLICY NUMBER MMfDD1YYYY MM DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FRI OCCUR 60397541 11101/2014 11101/2015 EACH OCCURRENCE $ 1,000,00 -DAMAGE-TO RERTED__ PREMISES Ea occurrence $ 100,00 ME EXP (Any one person) $ 5,00 PERSONAL& ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER; POLICY 1-1PE0 LOC OTHER: GENERAL AGGREGATE $ 2,000,00 PRODUCTS - COMPIOP AGG $ 2,000,00 Is A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS 60397541 1110112014 11/01/2015 CEa accOMBINED SINGLE LIMITident $ 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 60397541 11/0112014 11/01/2015 EACH OCCURRENCE $ 10,000,00 AGGREGATE $ DIED RETENTION$ Aggregate $ 10,000,00 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERlEXECUTIVE Y! N OF€ICERIMEMBER EXCLUDED? (Mandatory in NH) It Yes, describe under DySCRIPTIDN OF OPERATIONS below N 1 A I WCV6069791 11/01/2014 - 11/01/2015 STATUTE OTH ER E.L. EACH ACCIDENT $ 1,000,00 E.L DISEASE - EA EMPLOYEE $ 1,000,00 E.L DISEASE -POLICY LIMIT � $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: Construction of Gravity Sewer Improvements - Greenland CERTIFICATE HOLDER CANCELLATION City of Fayetteville, Arkansas Utilities Department 113 West Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Awlexel" ©1988-2014 ACORD CORPORATION. All rights ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD VILt GUY OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS (See instructions on back) OMB APPROVAL NO. 0348-W2 Page 1 Of Pages I TYPE OF REQUEST []FINAL EPARTIAL 2, BASIS OF REQUEST ❑'CASH ❑ACCRUAL 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED: United States Environmental Protection Agency 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY: XP-DOF26701-0 5 ARTIAL PAYMENT REQUEST NO, , 6, EMPLOYER IDENTIFICATION 7. RECIPIENT'S ACCOUNT NUMBER OR NUMBER: IDENTIFYING NUMBER: 71-6018462 71-6018462 PERIOD COVERED BY THIS REQUEST FROM (Month, day. year) wVM14 TO (Month, day, year) sj=14 9. RECIPIENT ORGANIZATION Name: City of Fayetteville No. and Street: 113 W. Mountain Street ziV' a`and Fayetteville, AR 72701 10. PAYEE (Where check is to be sent ifdifrerent than item 9) Na11e: City of Fayetteville No. and Street: 113 W. Mountain Street zY-Co'd`and Fayetteville, AR 72701 I I, STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES TOTAL (a) (b) (c) a. Administrative expense S S S S b. Preliminary expense c. land, sttuctttres, right-of-way d. Architectural engineering basic fees e. Other architectural engineering fee f Project inspection fees g. Land development h. Relocation expense i. Relocati0n payments to individuals and businesses j. Demolition and removal k. Construction and project improvement cost 506,892.00 506,892.00 I. Equipmetu in. Miscellancousoost ' n, Total cumulative to date (sum of lines a thin m) 506,892.00 506,892.00 o. Deductions for program income p. Net cumulative to date (line n minus line o) 506,892.00 506,892.00 q. Federal share to date 278,791.00 278, 791.00 r. Rehabilitation grams (100%reimbursement) a. Total Federal sham (sum of lines q and r) 278, 791.00 278, 791.00 t. Federal payments previously requested 137, 751.00 1 137, 7 51.00 u. Amount requested for reimbursement s 141,040.00 a Is s 141,040.00 V. Percentage of physical completion of project 5 0 % % % 95.80 % 12.CERTIFICATION I certify that to the bet of my knowlc.r and belief the billed costs or disbursements re in accordance wilfi the terms of the project and that the reimbursement represents the Federal share due which has not been previously mquestod and that an inspe m has been performed and [I work s in accordance with the terms of the award. a. RECIPIENT S AWRIZE RTl NGOFFICIAL DATE jR RT BMrITED: / � TYPED OR PRINTA NAME AND Cheryl Pa in, Bill 9 7co,114 ions M ager TELEPHONE (Am code, mamba); 479-575-8224 b. REPRESENTATIVE CERTIFYING TO LINE I tv [GN (1! Al1TH0 RTIFY FFlC DATE REPORT SUBMITTED MTLE; TYPED OLldlo:rr]�X, LionMayor TELEPHONE (Amm erode, —Wm . 479-575-8330 AUTHORIZED FOR LMAL KEFRODU 17UN^^� ��^ �� r PREVIOUS EDITION USABLE Prescribed by OMB Circular A-1 114211-103 d p a Szl H Z d Q W a � a V W W 0Z O o 0 0 00 Z Ici C/] W Ya v � C o v O N o� pro y ai CL p F � � b O II p cu 'Cd d O U y Q N °O ao Forsgren, Inc., Inc. Stag 2009 --- Form 271 EPA EPA EPA Pay Req Pay Req Pay Req ql #2 q3 Total Construction Cost 259,008 271,416 0 530,424 Less: Retainage (8,552) (14,980) 0 (23,532) Total Construction Cost Paid to Contractor 250,456 256,436 0 506,892 Federal Share to date (55%) 137,751 141,040 0 278,791 Federal Payments previously requested 0 0 0 0 Amount Requested 137,751 141,040 0 278,791 Percentage ofCompletion 47.34% 95.80% 95.80% 95.80% 2009 STAG AWARD Previous Balance Balance Stag Balance Before after Award - Amount Request Request 52091 0 278,635 22,199 291,000 0 153,249 12,209 ',- ARKANSAS [PURCHASE (ORDER a D �ER . VENDOR NO. 13830 Q� Forsgren Inc .,rrpVF Each Package Must Be Marked PURCHASE ORDER # Exactly As Shawn Here `icy of Fayetteville, Arkansas 14-0000345-00 1 Z - PO Box 368 Fort Smith AR 72902 p ACCOUNTING Unit Qtyty Description and Qty. of Aecelved Accourrt Number Issue 0 8/08/14 N FOB Fyv NET 30 DAY Unit Price TOTALS 1.00 EA —/-- a) Greenland Sewer Rehabilitation GS.30 10 Per Bid ##14-29 Res #117-14 � Contract #2328 THIS IS A GRANT 5400.5700.5815.00 020171201 ' . GRANTsvvo, 104 0.0 qgo, `f � SHIP TO: Water & Wastewater Diredor CITY OF FAYEITEVILLE 113 W MOUNTAIN FAVETTEVff LE AR 72701 Partab; C .=k «S�'J' A/PvmFTCA-nON . ' HASING VERIFICATION PRICE CHANGE VERIFICATION RETURN CHECK TO SEND COPY To Sales Tax Total: v Purchase Order Total: 12AMS;9 ADDiTIONALAMMAL DOES NOT MEET PURCHASING POLICY CONTIV CTPAYMENT O APPROVED BY O PRQIECT # THIS PAYMENTS 7 PREVIOUS PAYMENTS) S S 0017+ U TOTAL PYMT(S) $ BALANCE a DEPT COPY CITY of FAYETT MUE, ARKANSAS DUPLICATE CHECK NO. 421048 DATE INVOICE NO. DESCRIPTION AMOUNT 9/30/2014 2 Cont #2328; GRANT Greenland Sewer Rehab 256,435.84 CHEc Kmouw $256,435.84 ,2 Sy� e A v ,A= e si-s7pR9 II flllllllllf III III 11 IIIIIIIIIIIIIIIIIIIIIIIIII Ill 0ETAJWHM2FM'0MAECXX= CITY of FAYETTEVILLE CHECK NO: 421 048 FAYETTEVIIJ-E. ARKANSJIS '> . � a` 1: GENERAL. FUND :.: >:.::: ..........:......... VOID IF NOT 10/13/2014 660 DAYS IN ** *256,435 DOLLARS AND 84 CENTS PAY TO THE ORDER OF Forsgren Inc PO Box 368 G�]TIABLE Ta'yvete-.y1i I e ESTIMATE FOR CONSTRUCTION PAYMENT Estimate Number 2 Gravity S"-tr ltmpmvements - Greenland Factlteriile, AR City of Fayetttvilk Project Number02017.1201 CuRe and Addmss of Om Fier Name and Address of ComracVr City of F.5,Mw0le Fnasgren. Inc. 113 %Yea Mountain PO 003 368 Faycor, illc, AR 72701 Fat Smith, AR 72902 PEMD BEGINNING: September 1,2014 PERIOD ENDING: Septelnbe30-1014 Contract Mooth io Date CaFipkted to Date Coo 9f portent Item Description Uncompleted Comldncd L'ait Quanity Unit Ca Total Cog Qty. Total Cost Oly. Total Con Kroh I Mubitizatlom LS $ S62,000D0 S62.ODD.00 0.50 $31000,00 IOD S62.000.00 $0.00 100:: _ Trench & Wily Syslerns LS I $Io,000D0 SIO.000.00 025 $2_300.00 037 53.70000 S6300.00 37% 3 Erosion Cam01 LS 1 S'.5.000.00 S25.00000 023 S5.750,00 037 S9.250 00 S I S.150.00 37% 4 Site Rraaoration LS I $75.1=410 S75.000DD 023 $1725000 037 537.750,00 S47250.00 37% �i` 1 < -J-lea35YYi�,uwt�.15�'.v;'..2 -:. tt �},�' i�����'.,.. s �" X. i.ShT M ✓ %SSW , ..a" S140308.75 �.'^ "" M. .: .,i" - S 4 _ K;:. h""' j. 6a _{j. 1S•tediPVC,SOR-?6,Gnvity5e.rrsPipc{TSX)InrtaOcd/feptd LF 3,399 454A0 $11,T_7,50 58600 S14,173.50 $I16.036?517% 6b I5-ioAPVC,SDR-?6,GratitySercrPipciIW.',IAoccpted LF 3,399 $5500 S46,73625 0.00 SOAO SO.00 S46,736,25 0% 7 A-hkhSteel C"s I;.Jacl:&Bore LF 200 S650OD SI30.000DO 60D0 $19,000.00 14000 S91,00000 $39.000.00 705: 6 24•lnt1;Simi Casing. Open Cut LF 20 S125.00 S2,500D0 ODD S0.00 $0.00 S?,S00.00 MK 9 16-Inch Steel casiv, 0yen Cut LF ?0 MAD S1,90000 0.00 SO.00 S0.00 $1.90000 0!: 10 SernimReinstattmenl EA 10 S800.00 S$,11D000 0.00 SO.00 100 S800D0 $7.200.00 t(M II ;tmrrS- imLarerals LF 120 S_500 ' $3.0D000 0.00 SO.00 500 $12500 S2.975.00 4:: 12 51an4;u,l Manhole, 4'Dia. 0=6' EA 21 $3,5MOD S73,5W 00 5.00 S17.500.00 TOO S24,50000 549,000.00 33% 13 Mnhe4e,4'Dia.EvsraDepth VF 50 f220.00 SI1,000.00 20.74 S4362.11D 2704 S5,948$0 S$0120 54;: 14 SLru:,a.1Manhole. S'Dia.OW EA _ S4.800.00 59.600.00 0.0D SO.00 200 $9,60000 $0.00 1W.. 15 m,-Imd Manhole, 5'Oia. Emm Depth VF IS MOM S4,50000 6.15 SW5.00 11.15 $3,345.00 S1,155.00 74% 16 St;md'.d Manhole, 6' Dia-(Y-6' EA I 15.600.OD S5,600Do 0.00 $0A) SO.00 S5.6m.00 0:: 17 Stanma.l Manhole,6' Via. Extra Depth VF 3 MOM $I,_'t01)00 0.00 S0.00 S000 S1,?00.00 07: .18 Xl.mlok•CouShieldTreahTww VF -M 5100.00 S10,000.0D 61,19 $6.919.00 $8.49 $8,849.00 S11,151.00 445: 19 S1;mlude,Exislirp,Abandw9,Remose EA 21 $425.00 56,92500 4.00 S1,7O000 6.OD S2,55000 S6,375.00 29t: 20 'te Drill wW C9nnM to Existing L/t statim EA I S4,0=00 S4Dp0.00 0.00 SA.00 1.00 S4,000.00 SO.00 100% 21 t eunttoi:xiuiwSe cratMH-16 FA I S'_,500.00 S23W00 000 $000 f000 S'SOD00 OSS �u TIT rT pi L t' F -j.� s JyS�'��.>j 4! ;a ( a' �'11 „a - 23a 84nch HDPE,DR- 17, Pipe Bursting(75':) Insialle&iested LF 091 S74M SMS,S11.79 1412DD $105_164.60 1412.00 S78,9484S S166,S6334 3?% 23b 8-IrKh l3DPE, DR-17, Pipe Rwsting 00(11,4) Accepted LF 4091 $74.55 S81,837.26 0.00 S0100 s0.00 S81,837_16 M.' 24 16-Inch SIM Casing, OPM CIA - LF 20 $95.00 S 1,900.00 coo S0 00 50.00 S 1,900DO 01.: 25 Senor Sen ice.Reirulaternent EA 50 11_'50.00 S62,S00.00 I?.00 S1500000 1100 S15.000.00 S47,S00.00 24% 26 Sewer 5enice Utemis LF 490 S2630 S12,720.00 1.00 S53D0 2.00 S53.00 $12,667.00 0:: 27 SlamdardManhole, 4'Dia.01-F FA 6 S2,500.00 S15,000.00 100 SSA00.00 2_00 S5,000.00 S10,000.00 33% 28 Startdard Manhok, 4' Dia. Feira Depth VF 5o St35.00 $6.750.00 L75 $236-23 1.75 S236 25 $6.513.73 4:: 19 R."m and Replace 161-hole homeA Cm-e EA 22 SM0.00 S17'fw.00 5DO S4.0W.00 5.00 $4,00000 $11 00.00 23% 30 Manhok-Exiomg, Ab&donorRemote EA 2 5425.00 $85000 IDO $425,00 1,00 S4'_5.00 S42500 SO:: 31 Asphall Paiernenl Repair SY 100 $0.00 $4,000.00 0.00 S0.00 $0.00 S4=01) MA 3? CoweieFit arm Repair SY 100 S35.00 S3,500.00 000 SO.00 10.00 S3,500.00 OS: 33 Grascl Par esmenl Repair SY 300 S6.50 S1,950130 1-0.00 1130:00 20.00 $130.00 S1,8'0.00 7% 34 MitiptionDann asDirected ByEnginca EA 5 S325.00 $1,05.0C O.00 f000 50.00 Slb''-500 0!: 35 AddilionalTrench bedding CY 500 S'_5D0 Sl?,SOODO MM 52.620.50 104.8' S1,6'-0.50 S9,87950 21% 36 AceeptancelnspectiontryMV LF 9,160 $4.00 SM,64000 1650-W $10.600,00 '1650.00 S10,60000 S26,04000 29!: 11 Consirvction Photographs L.S [ 51,50000 SLS00.00 0.0D S0.00 $0,00 SI,500.00 0% ['muatl T9Ws $I?42,968.30 1325,047AGI 5t60J98.13 S78?.770,18 3744 Adi ilimnnl S ;4lndtncaitoo IIcnK 3$ 1.104nch Simi Cating, Open Cut LF 77 S350.00 S_6,950.00 0.00 SO.00 27,00 S9,450.00 SI7 00 35% 39 Streambank Restoration (Rip Rap, Filter Fabric) 1 S 1 5125.00 $I21.00 0.00 50.00 S0,00 $ I25 00 0% 40 Drop In Manhole EA I 1 51,000,00I SIpM.00 I.00 SI,000.00 IA0 $1,000.OD S000 10016 Notice to Proceed Date 7/28/2014 Resolution Number 117-14 Total Days for Contract 180 Contract Number 2328 Contract Completion Date 1/24/2015 Contract Date 7/28/2014 Contract Days Used 64 Contract Days Remaining 116 Contract Additions SCHEDULE OF CONTRACT CHANGE ORDERS By Change Order Deductions Change Order Total Cost Cost of Items Contract BY Change Order Description of Change added by No. Date Change Order Completed $6.00 $0.00 $a.00 ADJUSTED CONTRACT AMOUNT Contract Amount.............................................................. $1,242,968.30 Plus Contract Additions By Change Order ....... - ...:.. . . ......................... $0.00 Less Contract Deductions By Change Order . ........................ . Adjusted Contract Amount ................. . . . .... - ... ........ . WORK PERFORMED $0.00 ....... $1,242,968.30 Cost of contract work performed ................................................ . .. $470,648-13 Cost of Change Order work performed ........... . .............. _ ................... $0.00 Total Cost of Work Performed .................................................. $470,648.13 Less Amount Retained.......................................................... $23,532.41 Net Amount Earned .................. $447,115.72 Add Material Stored........................................................... $59.776.20 Total Amount Due............................................................... $506,991.92 Less Amount of Previous Payments ................... .............................. $250A56.08 Balance Due ............................................ $256,435.84 Recommended By: 46.0 I(JL .. _ 111?1a V..-a-0Lq CONS7 i(-TK)N&CONTRACTMANAGER DATE 1 hereby certify that all labor standards and4oRuaizueoulrements have been complied with by Forsgren, Inc. as prime contractor and by each subcontractor employing mechani r or a sit the work. Certified By: - - ---. _—-- ---------- -- . .. R 'ATE Approved By: DIRECTOR OF UrIUT1ES DATE MATERIAL STORED: 0 aye .yl:le STORED MATERIALS WORKSHEET Gravity Server Improvements - Greenland Fayetteville, AR City of Fayetteville Project Number 2017.1I01 Name and AddaFuM ner Name and Address of�p-r rgr City of Fayeneville Fomgfe* Inc. 113 West Mountain PO Box 368 Fayetteville, AR 72701 Fort Smith, AR 72902 PERIOD BEGINNING: September I, 2014 PERIOD ENDING: Septembeg 30,2014 Contract Invoice Completed to Dale Stored Material Item Description Unit Qty' Line Items Quantity Unit Cast Total Cost Qty. Total Cost I Mobilization LS I S 1.00 $0.00 SQ491 2 Trench & Safety Systems LS 1 $ 0.37 $0.00 S4 49) 3 Erasion Control LS I S 0.37 S0.00 Sttlxi 4 Site Restoration LS I S 0.37 $0.00 Si? 4x1 3 1246 S21.10 S 26.290.60 1239.00 S26,121.80 Ut,40 i = p C F4Sf1J1I5Vt3 v Prpc 3. In4a Ied ;237 0.00 $0.00 Stttltt 6a 154rtch PVC, SDR-26, Gravily Sewer Pipe (75%) InstalledlTested LF 3.399 3402 S13.88 $ 47.219.76 596.00 S8,133.68 S39'086 (19 6b ) 54mb PVC, SDP-26, Gravity Sewer Pipe{ 100Y•) Restored LF 3,399 S - 0.00 $0.00 St),Ih) 7 30-Inch Steel Casing, Jack & Bore LF 200 S 140.00 $O 00 8 24-Inch Steel Casing, Open Cut LF 20 S 0.00 $0.00 SO lot 9 1 &Inch Steel Casing, Open Cut IF 20 S 0.00 $0.00 S9 do 10 Sewer Service,Reinstalemenl EA 10 S 1.00 $0 00 SO 1x0 I I Sewer Service Laterals LF 120 S 5,00 50.00 S0.00 12 Standard Manhole, 4' Dia 0'-6 F 4 21 S 7.00 SO.00 SO.00 13 Standard Manhole, 4' Din. Extra Depth VF 50 S 27.04 $0,00 S0.00 14 Standard Manhole, 5' Dia. 0.6 EA 2 S 2.00 SO.00 SO.00 15 Standard Manhole, 5' Dia_ Extra Depth VF 15 S 11.15 $0.00 $0.00 16 Standard Manhole, 6' Dia.O.6' EA I S 0.00 $0,00 S0,00, 17 Standard Manhole, 6' Dia, Extra Depth VF 3 $ 000 SO.DO SO.00 18 Manhole ConShieldTma(ment VF 20D S 88.49 $0.00 $0.00. 19 Manhole, Existing, Abandon or Remove EA 21 5 6,00 $0.00 $0.00 20 Core Drill and Conrwel to Existing Lfl station EA I S 1.00 S0.00 $0.00 21 Connect to Existina Sewer at MH-16 -2QQ Vi S e)d ect EA 1 29 S $ 0,00 14.00 SO.00 S0.00 $0.00 $0,00 4.600 S6,49 S S 29,854.00 0.00 1412.00 $0.D0 $9,163.89 SO.00 S20,690.12 23a 8-Inch HDPE, DRA 7, Pipe Bursting (75%) )nslalledfTested LF 4.391 23b 8-inch HDPE, DR-1 7. Pipe Bursting (100%) Tested LF 4,391 S - 0.00 S0.00 $0 00 24 16dnch Steel Casing Open Cut LF 20 S 000 $0,00 50.00 25 Sewer Servioe.Reinststement EA 50 S 12,00 $0.00 S0,00 26 Sewer Service Laterals LF 490 S 200 $000 SO.DO 27 Standard Manhole, 4' Dia. 01-6 EA 6 S 2.00 $0 00 SO.00 28 Standard Manhole, 4' Dia. Extra Depth VF 50 S 1.75 $0.00 SO.00 29 Remove and Replace Manhole frame & Cover EA 22 S 5.00 $O 00 SO.00 30 Manhole, Existing, Abandon or Remove FA 2 S 1.00 $0.00 $0 00 31 Asphalt Pavement Repair SY 100 $ 0.00 $0,00 SO.00 32 Cuuctetg Pavement Repair SY 100 S 0.00 SO.00 SO 00 32 Gravel Pavemenn Repair SY 300 S 20.00 SO.00 S0,00 33 Mhigatiun Dam as Directed By Engineer CA 5 S 0.00 $0.00 S0.00 34 Additional Trench bedding CY 500 S 104,92 SO.00 S0,00 35 Accrpwnce Inspection by CCTV LF 9.160 S 2(150.1it) SO.00 $0.00 37 Consinaetion Photographs LS 1 S 0.0(k S0.00 50.00 38 304nob Steel Casing, Open Cat LF 77 S 27.00 $0.00 $0.00 39 Suramb ank Restoration (Rip Rap. Filter Fabric) 1S I S ON) $0.00 SO.00 40 Wop In Manhole EA I S I.M01 50.00 $0.00 ao (L) CO O O O ti y G O O O Was (D CD d4 H9 69 61i to fH tfa tal to 6% Q C �+ O O O O �? ��, 0 O C C O O O 0 E Eco E v, w 0 0 F 8 m o rn LU y u, 0 a 0 CD 0 LL N 3cr d. m N •L - ~ .� a ~ W r �; X ~ a 0 C !- ❑ a o p Z �0 LU cm O C1 O �U c v O O O O CD O O 0 p 0 a. CD Uo 8 E r .- E'er CD m m 8 w w ca E (n 0Q cn �� m �fO w La @ V �W 4 m vJ C CL C 0 LU C /� W 0. Q C r N CL D E O ❑ 3 _M � o °� w ' 0 � 0 0 Z6 m -a c M U. tV N V = Mm W Z Ncl 0 y 0 O H N N U C a (D �C a L- ua z ni Z W N t Em a ' a o m E a E U m Q ~ CD Z W W GEi = ~ o 0 o Z c U Account Transactions: First National Bank Page I of I FORSOFICH,INC. rmfom P92756 -L *�Res Onebundmd Skly-One ItsOvIond three hundrtd&FXV47v9 and 481100D.H.— FAK. ;"I PAY lo- L 0. 1 F https://cm.nettcl1er.com/login2008N ic",s,'Rettil/AccouiitTransactions,,ispx 9/29/2014 FORSGRi=N, INC. 092758 • �0Rf S VNEWFEW819M 92758 714 155 0435259 07/01/1 JOB 1403 2,067.4: 0.00 0.00 O.001II 0.00 2,067.42 714 156 0435265 07/01/14 JOB 1412 402.4 0.00 0.00 O.OIi 0.00 102.18 71,1157 0435268 107/01/1� 30B 1414 9(m.74 0.00� 0.00 O.OD 0.00 904.75 714 158 D435326 07/01/14�j 9916, JOB 1403 150.5 0.00 D-00 O.00111 0.00 150.55 714 159 CM041227 07/01/14II JOB 1412 -295.1 0.00 0.00l 0.00" 0.00-295.11 714 160 D435427 07/02/141 JOB 1414 124.26 0.00 0.00 0.001 0.00 124.26 714 161 0435919 07/08/14 UNIT 2159 456.84 0.00 0.00 0.00� 0.00 456.84 714 229 0435842 07/08/14 JOB 1414 24.27 0.00 0.00 0.00� 0.00 24.27 714 230 0435872 07/08/14 308 1411 44.56 0.00 0.00 0.00! 0.00 44.56 714 231 0435877 07/08/14 308 1401 216.18 0.00 0.001 0.001 0.00 216.18 714 232 0435922 07/08/14 JOB 1414 80.72 0.00 0.00I 0.00 0.00 80.72 714 233 0436042 07/09/14 3081114 1,025.363 0.00 0.00 0.00 0.00 1,025.36 714 300 D435749 07/07/14 JOB 1414 1,106.63 0.00 0.00 0.00 0.00 1,106.63 714 301 0436040 07/09/14 JOB 1414 1,720.52 0.00 0.00 0.00 0.00 1,720.52 714 312 CMD4I285 07/09/14 JOB 1414-987.29 0.00 0.00 0.00 0.00-987.29 714 313 CM041294 07/10/14 JOB 1414-1,334.56 0.00 0.00 0.00 0.00-1,334.56 714314 0436449 07/14/14 UNff 2159 196.48 0.00 0.00 0.00 0.00 196.48 714 315 0436570 07/15114 UNIT 2159 5,36 0.00 0.00 0.00 0100 5.36 714 348 D436976 07/18/14 JOB 1401 9,414.96 0.00 0.00 0.00 0.00 9,414,96 714 383 D435621 07/03/11 JOB 1401 719.54 0.00 0.00 0.00 0.00 719.54 714 384 3436675 07/15/14 3081324 28.25 0.00 0.00 0.00 0.00 28.25 714 385 3436902 07/17/14 JOB 1404 15.37, 0.00 0.00 0.00 0.00 15.37 714 548 >437160 07/21/14 JOB 1401 2,729.22 0.00 0.00 0.00 0.00 2,729.22 714 549 37329 07/23/14 JOB 1403 52.98 0.00 0100 0.00 0.00 52.98 714 550 437625 07/24/14 JOB 1324 20.85 040 0.00 I 0.00 0.00 20.85 '* emaining Raymen Detail on Overflow Sub'* 100026 161,365.48 0.00 0.00 0.00 0.00 161,365.48 THE FIRST NATIONAL BANK 092758 FORSGREN, INC. FORT SMITH. AR 72902 8T-3u82s GENERAL CONTRACTORS DATE CHECK NO. =$161,365.48 P.O.80X 368 FORT SMITH. AR 72902 08/15114 92758 ***One hundred sixty-one thousand three hundred sixty-five and 48 / 100 Dollars*** FERGUSON ENTERPRISES 1895 P.O. SOX 847411 PAY TO THE DALLAS TX 75284-7411 ORDER - n OF AUTHONZE❑ SIGNATURE II'09 2758II' 1:08 2-9003 191: 1103 01,611, AP Check Overflow Stub FERGUSON ENTERPRISES 1895 Check No: 927M Discount Previous Net 07114 551 0437804 07125114 JOB 1416 126.18 0.00 0.00 0.00 0.00 t26.18 07114 656 0438055 07129114 JOB 1401 1,125.90 0.00 0.00 0.00 0.00 l.125.90 07114 657 . 0438068 07129/14 JOB 1416 2,336.60 0.00 0.00 0.00 0.00 2,336.60 07114 683 042SM-7 07/28/14 JOB 1401 23,389.04 0,00 0.00 0.00 0.00 23.389,04 07114 684 0425322-8 07130114 JOB 1401 29,632.50 0.00 0.00 0.00 0.00 29,632.50 07114 6B5 0436958 07/30114 JOB 1401 4.609.50 0.00 0.00 0.00 0.00 4,609.50 07114 686 0436226 07131114 3081422 80,677.62 0.00 0.00 0,00 0.00 80,677.62 07114 753 0438339 07131/14 JOB 1416 577.54 0.00 0.00 0,00 0.00 577.54 Vendor No 100026 Totals 161,365.48 0.00 0.00 0.00 0.00 161.365.48 Page 1 Account Transactions: First National Bank Page I of I OAWONY INRECT1OXALSORING,WC. s p 4NHl AJ4 /J�{hA ..- •_ I•`-01179;{�..�I, _-1,]i � 47lTM31 �. �rnuywo uwuf�lld•Iw.fl wr>r+na •li}tr./OVf1�ii�,da ii0OG/.�- •.. •. .IiI IuawwcTluEs . f� tar�aowrw{acF�rrert .IAA Ct�fiaOd �a67r.Hfq' .. �. a ,r 1��t��71� t�t � •I � 8 �t t•tt { � i1 R 4 �e{ i � � s b8 xF t e �vrsA o p a lhttps:!/cm.netteller.comAogin2008/V iews/Retail/AccountTransactions.aspx 9/29/2014 G!�b DIRECTIONAL BORING, INC- 100205 ISCO INDUSTRIES 814 7 J1051831 1 08/06/14 4" DR17 BLK PIPE (4600 ft) I 32,764.77 7831 0.00 �Si rh-ok1 s Il 'IC rsi f {i�'�1 ��� a: , r J 1 1� f 1 •� I�s'��rf� f '��5[ Y- t a`[ [ •+ r F N _ 1 s- 1 1 tll4l }y/n:' y.i is r�?.�• �� „• ''� s � r r - k S r ^ r _ �'Z 1 �!1 s y^� d3 r tr '� ��,,,;-����t n"i �!�i �Itit,. ]P.j+ 1_:�• ' �kr� _ •s -I' l�.z.- i �' i•' �� ; .- ter...- _rJ ... �i rh..,: re..C,'_fi..•,,... C •�. ,�l}M � r� s 'fRi!<•5S u •r T..i._ N4.-. S. .?- . S ., r p O0 [ s t'0 Q0 r� 32,74 rwu:111.1- w ry 41y-` O.DO, 'rt1.L .'l�.'�.� iRY,r il�[s r ... IY L-'y ..S', i`� 'i :[,• _ 5 THE FIRST NATIONAL BANK O`O•'] �j•. ,_.....,.. .. 8131 f-oJ FORT SMITH,R 72902 1829 GASTONY'DIRECTION.AL BORING; INC. P.O. BOX 368 DATE CHECK NO. 1 AMOUNT _ FORT SMITH, AR.72902 ! 09/12114 7831 - ^�32;764.77 ***Thirty two• thousand seven hundred sixty-four and 77 / 900 Dollars*** ,. PAY. 7O THE.. ORDER .. 4F ISCO INDUSTRIES' 1974 SOLUTIONS CENTER CHICAGO IL 60671-1009 IIL00 ?B 3 1ii, I:08�2900 3 191. i. U AUTHORiZEDSIGNATUAC 2512 ?471I•