Loading...
HomeMy WebLinkAbout112-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 112-24 File Number: 2024-1828 GOINS ENTERPRISES, INC. (CONSTRUCTION CONTRACT): A RESOLUTION TO AWARD BID # 24-24 AND AUTHORIZE A CONTRACT WITH GOINS ENTERPRISES, INC. IN THE AMOUNT OF $3,856,107.50 FOR THE REPLACEMENT OF A WATERLINE FROM MARTIN LUTHER KING JUNIOR BOULEVARD TO SOUTH SCHOOL AVENUE, TO APROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $73,392.50, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 24-24 and authorizes Mayor Jordan to sign a contract with Goins Enterprises, Inc. in the amount of $3,856,107.50 for the construction of an 18-inch waterline to replace the aging 24-inch waterline from Martin Luther King, Jr. Boulevard to South School Avenue, and further approves a project contingency in the amount of $73,392.50. 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. PASSED and APPROVED on April 2, 2024 Page 1 Attest: 0%011T I Nr11�i I.. Re G . �.,: FAYETTEVILL[.; Kara Paxton, City Clerk Treasurer co.� CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 2, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director CITY COUNCIL MEMO 2024-1828 SUBJECT: Bid 24-24 Goins Enterprises, Inc. — Construction, 24-Inch Waterline Replacement RECOMMENDATION: Staff recommends awarding Bid 24-24 and approving a construction contract with Goins Enterprises, Inc. in the amount of $3,856,107.50 for construction of an 18-inch diameter waterline replacing the aged 24-inch waterline from Martin Luther King Blvd. to S. School Ave., approval of a project contingency in the amount of $73,392.50, and approval of a budget adjustment. BACKGROUND: On February 20, 2024, the City of Fayetteville accepted sealed competitive bids for the 24-inch Waterline Replacement project. Goins Enterprises, Inc. submitted the lowest bid. All bids are shown here with deductive alternate pricing indicated: Goins Enterprises, Inc. Brothers Construction, Inc. Base Bid $6,225,520.00 $6,896,545.00 Base Bid Less Deductive 1 $1,271,812.50 $4,953,707.50 $1,573,037.50 $5,323,507.50 Base Bid Less Deductive 2 (includes ded 1) $2,369,412.50 $3,856,107.50 $2,653,320.00 $4,243,225.00 Base Bid Less Deductive 3 includes ded 1 & 2 $3,171,350.00 $3,054,170.00 $3,504,370.00 $3,392,175.00 DISCUSSION: $4,000,000 was budgeted originally and the initial project bidding was significantly over -budget. The project was re -bid with deductive alternates and several value -engineering items. Therefore, the award recommendation is to remove deductive alternates 1 and 2 resulting in Goins contract price of $3,856,107.50. BUDGET/STAFF IMPACT: Funds will be transferred from the General Fund with amounts assigned to this project. Funds being transferred in from the General Fund for this project are funds that were reimbursed for revenue losses that occurred during 2022 due to the COVID pandemic. ATTACHMENTS: SRF (#3), BA (#4), Vicinity Maps (#5), Bid 24-24, Bid Tab - Final (#6), Bid 24-24, Submittal - Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Goins Enterprises Inc - E (#7), Agreement (#8) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-1828 Bid 24-24 Goins Enterprises, Inc. — Construction, 24-Inch Waterline Replacement A RESOLUTION TO AWARD BID # 24-24 AND AUTHORIZE A CONTRACT WITH GOINS ENTERPRISES, INC. IN THE AMOUNT OF $3,856,107.50 FOR THE REPLACEMENT OF A WATERLINE FROM MARTIN LUTHER KING JUNIOR BOULEVARD TO SOUTH SCHOOL AVENUE, TO APROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $73,392.50, 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 No. 24-24 and authorizes Mayor Jordan to sign a contract with Goins Enterprises, Inc. in the amount of $3,856,107.50 for the construction of an 18-inch waterline to replace the aging 24-inch waterline from Martin Luther King, Jr. Boulevard to South School Avenue, and further approves a project contingency in the amount of $73,392.50. 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. Page 1 City of Fayetteville Staff Review Form 2024-1828 Item ID 4/2/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 3/13/2024 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 24-24 and approving a construction contract with Goins Enterprises, Inc. in the amount of $3,856,107.50 for construction of an 18-inch diameter waterline replacing the aged 24- inch waterline from Martin Luther King Blvd. to S. School Ave., approval of a project contingency in the amount of $73,392.50, and approval of a budget adjustment. 5400.720.5600-5808.00 Account Number 12009.2401 Project Number Budgeted Item? Yes Does item have a direct cost? Yes s a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Water and Sewer Fund Water System Rehabilitation & Replacement Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 4,383,263.00 $ 1,562,151.67 Is 2,821,111.33 $ 3,929,500.00 $ 4,000,000.00 $ 2,891,611.33J Previous Ordinance or Resolution Approval Date: V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number WATER SEWER (720) /Org2 2024 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A budget adjustment is needed in the Water System Rehabilitation & Replacement project for engineering costs (Item#2024- 1829) and construction costs of an 18-inch diameter waterline replacing the aged 24-inch waterline from Martin Luther King Blvd to S. Sch000l Ave. Funds will be transferred from the General Fund with amounts assigned to this project. Funds being transferred in from the General Fund for this project are funds that were reimbursed for revenue losses that occurred during 2022 due to the COVID pandemic. RESOLUTION/ORDINANCE COUNCIL DATE: 4/2/2024 ITEM ID#: 2024-1828 Nolly Black 317412024 2:01 PM Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number 8,000,000 8,000,000 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2024222 Account Name 1010.090.6600-7602.40 4,000,000 - 57039 2401 EX Transfers To Funds - Water & Sewer Fund 1010.001.0001-4999.99 5400.720.5600-6602.01 - - 4,000,000 4,000,000 12009 RE 2401 RE Use Fund Balance - Current Transfer from Fund - General 5400.720.5600-5808.00 5400.720.5600-5314.00 3,929,500 70,500 - - 12009 12009 2401 EX 2401 EX Improvements - Water Line Professional Services I of 1 FAYETTEVILLE, AR E O _U O t W O O O z Co > N cn J O Q � N co N O O— :!� N 0 CD (B N c Cn ai cc co -i 0 � O � O w 00 >� ON U� 9 (D � Q IL -a U) U �o 0 cE Dw J N adolU- J 24-INCH WATER LINE REPLACEMENT ARKANSAS LOCATION MAP 2049 E. Joyce Blvd. Suite. 400 Fayetteville, AR 72703 (479) 527-9100 CITY OF FAY TT VILLE WASHINGTON COUNTY, ARKANSAS 4 .- d 0 J N K NY, yId S N 0%0 F&&V wqn Ad w lt � � s I 4 i L emmor f Pwr4a tl -- _ —� a y�� T►sr i Notate � I e ---j"yY•1 !.�.�,51—---yy•l s f h'SZ—�.. c yw" tar .•d , _ PROJECT SITE 31 9: • tt VICINITY MAP_ NO SCALE 01� Q Junction Nc.►*wr4&&s r � iv ��ntie+eWe a .4\ •I N 9c/d1n At Lei N I "N St ( 117. 1 "C" :'t w:ws a .r.� 4 4 INDEX OF DRAWINGS SHEET NUMBER DWG. NO. SHEET TITLE 1 G001 COVER 2 G002 GENERAL NOTES 3 G003 NORTH WATER LINE SHEET KEY 4 G004 SOUTH WATER LINE SHEET KEY 5-23 W101-W119 PLAN AND PROFILES 1-19 24 WD501 DETAILS 1 25 WD502 DETAILS II 26 WD503 DETAILS III 27 WD504 DETAILS IV 28 WD505 DETAILS V 29 WD506 DETAILS VI 30 WD507 DETAILS VII 31 WD508 DETAILS VIII 32 ED509 EROSION CONTROL DETAILS 1 33 ED510 EROSION CONTROL DETAILS II CITY OF FAYI=TT VILLE ARKANSAS © 2023 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. OF \G: �•. :GARVER.'� �i LLC % No. 766. } 00 z O o_ U U) w 0 w Q 0 > w IY VLA% LU J Vj Z W U �Y J Q ~ w LL J w LL O� W UQ �} J Z� UILL W N0� COVER JOB NO.: 21 W01161 DATE: DEC. 2023 DESIGNED BY: RAP DRAWN BY: VLS BAR IS ONE INCH ON ORIGINAL DRAWING 0 V. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G001 SHEET NUMBER LEGEND PROPOSED HYDRANTS PROPOSED IN -LINE VALVE EXISTING HYDRANTS EXISTING VALVES u U L Q a- 0 0 D_ I— <O �h >� L J 0 d Q Q M N Co� O O M () N N 0 CO N 04 ~ N 6 c c m � o J d O LO N w o Y CM U co �o Qa- m-0 U) U cy) o c c 3:E ow �Q J N N +_ 0 a- -7 0) N 0 > J u r'0 0 C)) N N O a) N 6 J CL EXISTING 12" WATER LINE UNDER 149 IS NOT IN SERVICE 4 CP #2 CP#1 -- PROPOSED WATER LIN REPLACEMEN 00" I FUTURE WATER LINE RELOCATION (BY OTHERS) © 2023 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a IY U cn w 0 w Q 0 w Ir OF At �Q' �� \G: •. :GARVER.'� �i LLC _7% No. 766. sh� i.2;�AS-EN(�,�% O Lu J vi 7W 7 W U) �Y J Q ~ w LL J 3 J_ w LL O� w UQ �w J ?� U� N� PROPOSED WATER LINE REPLACEMENT CP #3 ISOLATION VALVE CLOSURE ISOLATION VALVE CLOSURE C P #4 18TH ST. ISOLATION VALVE CLOSURE 0 0000400.00 (IN FEET) NORTH WATER LINE SHEET KEY JOB NO.: 21 W01161 DATE: DEC. 2023 DESIGNED BY: RAP DRAWN BY: VLS BAR IS ONE INCH ON ORIGINAL DRAWING 0 1" IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G 003 a� ca U- J SHEET 3 NUMBER LEGEND PROPOSED HYDRANTS PROPOSED IN -LINE VALVE EXISTING HYDRANTS EXISTING VALVES PROPOSED WATER LINE REPLACEMENT )N VALVE CLOSURE U LL �r) I) 0- o o O lif p a� -0 U) m � > L U O L.L J Q Q N O CC) — c•M M N N OC) N N CO N O m� U� �r) �o J d I) �LO N wO Y C) �; U �o Q� 11 -0 U) U O) O C c 3:E ow �Q J N WX_ o a- -7 0) N O O > J O E N (� m— w� c0 O In O m r) N N o a) N 6 J CL ISOLATION VALVE CLOSURE C P #4 ISOLATION VALVE CLOSURE EXISTING 18" HDPE TO REMAIN (PREVIOUS 24" SLIPLINE) IJ\.J Ll1 I ILJI V V I-%L V L CLOSURE CLOSURE ISOLATION VALVE CLOSURE ISOLATION VALVE CLOSURE IV V L/-1I IV 111 V!lL V L CLOSURE 1v 9 11 .vI . V .." V � CLOSURE W 24TH ST. ISOLATION VALVE CLOSURE © 2023 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. OF At 4AN \G: �•. GARVER.�'� �i LLC y,.No. 766. R. z O a IY U cn w w Q 0 w IY fL,4% W J J W vi z_ W U �Y J wQ F-w LL J J_ w O� W UQ �} J Z� UILL W N� SOUTH WATER LINE SHEET KEY JOB NO.: 21 W01161 DATE: DEC. 2023 DESIGNED BY: RAP DRAWN BY: VLS BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER 1 1 11 .11 !11 (IN FEET) SHEET t 2 222 Icroso t Corporatio NUMBER w ARKANS FAYET EiVILLE E BID TABULATION Bid 24-24, Construction - 24-Inch Water Line Replacement Rebid DEADLINE Toodday, February 20, 2024 at 210 PM Cdol not Funds :$4,001GO lss.Dw.lwaw cars dA 1) Goins Enterprises Inc Brothers Construction Inc DeOlde. An'x1 $4,953,707.50 $5,323,507.50 ureR oeavlpupn ran LsaM Unit E ndN uNt ptagtl.a 1 Tnlal Base Bid I EA $6,3Es,szD.CO Sqe%.sas.09 11 Mablyanon(Norte Exceed 5% orease Bid, not including bone[ and lnsoonoe) 1 Is $IW,W].OG $203ems. 1.2 Bonds and Insurance IS $I. CWW Se50o0m 1.3 Clearing and Grubbing and Site Restoration ] Ls $9),CWW $3W,0]000 1.4 Tramccontrol 1 Ls $2B,W3.0O $25,00CM IS Trenm Determine and$arety A'sRm 1 L5 S13,000. 51... 00 LAS Em[lan[onGol 1 LS $30,03JW Struhs)W 1] Construction Slaking 1 LS $20,01 545,00000 1.8 Materiel and ancestor n ce Testing 1 _ - LS $9.005.N siducces. 1.9 Dewaterin8 1 A S19,WB.. $ES,.. 1 ll1_ ad' MIT HOPE Waterline SGplinelnstallatlon - Igo] IF S3)S.N $S..w 1.11 lB"AWAMOODDRISWIVater Line -Open Cut 40 LF $245d0 $%saw 113 10"AWWA C9D]ORIB PV[-Remweantl Replace 6600 IF $255W $17gG0 1. lB"AWWAC9W ORIBPVC . IF $195.W $NO.. - III 13"AW OWDR1BPVCWaIe,Llne-Opera Cut 3. IF 5E45.00 $15000 1.15 8"AWWAC9WDR18PKC Mr_Une-Open [m 300 LF - $2MW $I2000 116 Replace faucets 5ervlce Line 30 LF S150.00 _ sled. _ Ill 3fi' Steel Encalmord(B.) _ _ - fi. IF $1,5... jLacks. 1.18 24"x Is-Tpping Sleeve and Valve 1_ EA $57,00003 1.19 12-A13" Tap ping Sleeve and Valve EA $131500.. ]ln _ 8" v B' Tapping Lease antl War _5 5 EA $10,0"I SIS,.J. 121 SD' ONIeltly Val. _ 1 EA $12. ... 524,0... inUramterny Valw 14 EA $]5,3... I,.".On _ ] 23 12".Hardy.1w 0 EA $9,SWW $]B4O... 2.24 Remove and Dim and Existing Ouryerlly Valve ) EA $3'6(l $,,I,,. Its Ran Ball 24"B utlef, V01ve mad Is-ButleMy Valve I EA 51Bj... $18,500.Up 1.26 B"Gate Whit _ 4 FA 5"... $ds00.. 121 PC graerla Velw 1 EA $.,..m jfG"I. L.. Instill 3" Air Release Valve 3 EA 512,600.00 $11,330.DO 1.29 Remove and Replace Air Release Valw 2 EA $f40 .W SII,4.. 1.30 24" Water Line Cut antl Cap _ 1 EA $15,000.. $%jell 1.31 I2" Water Line Cut and Cap 5 EA $7,200.00 $4,70100 1.32 g"Water Unix On and Cap 5 EA $61703.. suktabW 1.33 Anchor Collar for l8"Lima 2 EA $B,BID.m $IB550. 1.34 Anchor Collar for ae and IT tines 10 CA $4,000.00 $4,70100 IRS _Fbwable Elll . C, $,0). $235.. 1.36 Ductile Iron FlNings 3. LB $12,00 Ill 1.37_ Install Fire Hydrant Assembly 10 CA $I4,000.00 $81875.00 1.38 Remove antl Replace lubmg He Hydrant A[semhly S EA $Is,"... 5B,B50pe 1.39 Remove and Dispose Existing Fire Hydrant Assembly E EA $5,5... $1,130.0d 1.40 Remove and Replace Existing Water Mawr E EA $2,00IM $s,3... 1,41 Remove and Dispose of Existing Blow ON Valve Assembly 1 EA $L.00000 $SSOW 1.42 Round Blow OH Assembly 2 EA $2,800.00 $2,4GL. 143 Remove a nd Dispose Existing Valve Box 11 EA $l,.]. $2..m 1All Remove and Dls po le Existing Tee 11 EA $3100000 $S.he 1A5 Water Line Marker and Tracer Wire Port 15 EA $E50.00 $33000 1.96 --1A) Groundwater Mitigation Dam _ g EA $l,.JN s1150. Tracer Wire add, --._ --- -S EA $310C.00 $23000 IJB Marker Ann Water Llne clod $iae(Relmad Combine) 2 EA $25000 $460.00 _ 1.49 _ Temporary Access Road(W 24th Sheet) - 4. SV $53. $33,W 1.10 Rock E xcavatlon Am CY 52.. $I... _ 1.51 Undercut and Ball 3. Cy $.W $.. _ 1.5E Cla[[) formadetl Base Course 1. Cy $3500 $.. 1.53 Bedding and Mate Hal FI LF S35.00cker. Snagais 155 vulf,Zone _ and Vd ELocations $3 - - 1 Ll $59,C..W octal S39,D.tl. 15 5 existg Rig tof Rightof and 1 - LS $I,mO. j3,9..m vse Re myForrmH Rome,, Feria Re move and Replace ilo Lf $1G. 5u. 15] Grout In Annular Slo 1gW LF $66. $B3. I58 CCTV Inspection antl Clea ning and cannot, lA. IF 1 $1350 517.00 DeducnW Mee exl $L373,B12.. $1,513,037.50 2.1 ISP"WA CAN DRIB PVC Remove and Replace Lou LF $255GO $171b. E.E IS- AWWA CM DRIB PVC 475 LF S195.. 524000 3.3 B"AWWAC9.DRIBPVCW2ter Llne-Open Cut 30 LF SCA5.. $I.. 24 36" Steel Encasement (Here) 475 LF $I.. $2,E00.. _ 2.5 B" A IT Tax ppineSleeve and Valve 1 EA $101000.00 $IS'.O.. LB Il Bmterlly Valve 3 CA $IS,3W. $105... 2.7 Remoue and Dispose Edsdng mile My Valve 1 EA $3,691.m $1,225.0 2.8 ar Gate WAre 1 EA $SIM..W U.J. 21 Install 3" Air Reeds. We. I EA 512,600,0) $SL330.00 2.IG 8" Water Line Cut and CA p - - 1 EA $6,7.W $A.150. 2,11 Anador CWlarbra'amll2"Lines 1 EA $dDep. 50,700,. 2.12 Durdle lmn rhadr, 47W LB $.Ab SEE.. 2,13 Remove and Olipme Existing Valve Box 2 EA $],mJW $SRO. 2.14 war,,care Line Marker and Tracer re Pon S EA $E5000 $33000 E.16 Tracer Wire Pon - - - A - EA $$SA. $so. 2,17 Undercut AS $... $.. 2,17 Hudsn, and PipFale Hudson, Zone Material 101 IF 11 $35. SIB so zae and Cl eerylnspemm� aria Clearing ms IF SSRSD 517 . DBdY[tlVe AlhrNh 92-hot Used U.,.A3350 $L653,32003 3.1 SO"OR II HOPE Water Line- lard,. ad Insinuation I. IF $"'Au $SW. 3.3 CA a'. PVC- Remove antl Replan ILIA Sz55.od $1]Rm 3.3 1B" AWWAC9W0RIBPVC LF $195.. $390m 3A 11."AWWA 1E" AWWAC9W DRIB PVCWater Line -Open Cut 120 IF 524S. 5150. 3.5 8"AWWAC9.DRIBPVCWaa Une Open Cut 65 IF $2E0.. $,,a. 3.fi Replace Elating Yrvke Lane 20 LF $]S0. 516400 33 On Steal Encasement lBorel 475 LF $S,SW.W $,..W 3.11 13"x 13" Tapping Sleeve and Valve 3 EA $]3,SW.CO f19,5C0.00 3.9 B" x P. Tapping Sleeve and Vahe E EA $101000.00 $15,OYJ.00 3.10 IB"BYtlErfly Valve _ 5 EA $15,30ar. SHES ]W 3.11 1E"Butterfly Valve 3 EA !%500.00 $18,000.00 3.13 Remwe antl 01spme.11111, OYtleMy Valve 3 EA $3,6W.N $1,E3300 313 B"Gate V.11d 1 EA 51,000,00 54,SWW 3,16 h Release Valve 3 $$1,6W.W $11,33000 3.11 12A Water line a Cut antl Cap E U, EA $J,EO].W S4.70000 3.18 M Were, B"Water Line Cutand Cap 3 EA $6,J0].W $4,150CU 3.1E qn [hat B"and 13"Llwz _ 4 _ EA 54,W].W 54pP1BU 3.19 DILI burn Ilan an ryi 14EW $Il 0] SUZON85000 3.30 Remove Re Remove and Replace Hydrant Assembly _ EAday EA $S"Gra W 58,BSOW 3.3E Remove and 015pWe Blow OR Valve Assembly of Printing B O 1 I EA $1,CU]W $55000 3.24 ExIal, V Valve Box S EA $$2.CJ $E800] 3.E4 Watweantlenot ao Trace Water Line Marker and Tracer Wlre Port 3 EA $ESOW $33000 3.36 _ Tracer Wlre Part 4 EA 5200.00 $a.. 3RJ Marker wan Water One Depih/Sla (Ra ll mad [rasslryl 3 EA $E50.00 $$6pW Under[ut andcresp BadRll SM Cry S50,0SUBLET $6J,CU S. S. a BW CY f6p.CU 3.31 Mul and n, ZoneECOYne Beddingantl Pipe Zone Mated al 3150 Lf Sat.. 535.. 3,31 o dripace Entry Permll IS $4, NO.W $3, WOOO 3.3E G [In Annular Glenn In Annularof E50 LF $ad GO Spa. $". 3.33 ,a[e1511plln CCTV In ip e[Yon and Clea nin JES IF $1350 $1J CU Oedw Jhwx Nterrlete tl3-Hat Used $3,171ndki grysca ]000 4.1 20^CUT HOPE WaterLose5llpnnelostalladon 2s0 11 $315.W 5'.. 4.3 18"AWWAC90JOR18PVC- Removeand Replace 4x50 LF $355.. 5".. 4.3 18" AWWAC90]ORIBPVC 60] LF $195d0 $340CU 4.4 13" AWWAC9WORIBPVCWdxrLine-Open Cut L65 LF $345.00 5150.CO 4.1 8"AWWAC...IBPV1W..,Line-Open Cut 65 LF _ $310.W 51J0,CU 4.6 Rapla[e.1111nRSsrvimline 30 _ LF $15000 516400 4J 36"Steelfnusemen[(Borel don lF 51,S00.W 5E,300.00 A. 1E"x1E"Tappnalleaveamd Valve 3 EA $13,SN.80 $19,SBl 49 8"x8"Tapping Sleeveand Valve E EA $SO,OLO.W $IS,IXON 4.10 -4.11 18" Bultedly Vahe 8 EA _ _ _ $15,3C000 - - $145BOW IT IsmarOy Vahe _ 4__ EA $91MOOO $181000.00 4,13 Remove and Dispose Ev150ng Butterfly Valve 4 EA $3,69J.00 $1,335.W 4.14 B"Gate Valve 1 EA $S,OLO.CO $4,... HAS Instal13' Air Release Valve 3 _ EA $1E,64,000 $11,3311,00 4.16 Remove antl Replace Air Release Valve 3 EA $ ZOOUGG $1E,400.OJ 4.17 13" Waler line Cut a no Cap 3 EA $7,E0y[0 $4,300.03 4.18_ B" Water Line Cut and Cap 3 EA 561I00.00 $4,15000 4,19 Anchor Colter Far 8"and 12"Lines _ 5 EA $4,00JC0 gal 430 0u[Yla Iron Fi ln$s NEW SB $1300 $32,00 _ 4.31 Install floe Hydrant Assembly 1 EA $]4,O]0.00 $B,B35O] 4.3E _ Remove EAd Reple[e adding Fha mumant Assembly 1 _ EA - $UGOOGOO $8.811 433 Rmmweand.1muld of Existing Blaw OH Va. Assemhly 1 EA $1... $SSO.W 4.E4 Residua tl DI, paae of EvIond, Valve 8as _ 6 EA _ $U.. $3W.W 435 Wate r line Marks r a no Tracer Wire Pon ]0 EA _ Safri $33000 4.E6 Tracer Wire Port _ - _ EA _ SEOOW _ $E30,00 4.37 Marker wllh Water One OEpffirl(Ralimad Gassing) _S 3 EA $ESOOJ Sell 418 _ Undercut and Ba[kflll 165 a $l Sio. 4.39 Class J Compal Gaze Caurse BW LT $35 O] beet. 4.30 Red tling and Pipe Zone Material W50 _ 1F $35.0J "U"m 4.32 5;900 AaI1mad Right of Entry Permit 1 _ LS $4,K0.0] $3,909.00 4.33 _ Gmut In Annular5 ace 511 Il ne _ ISO 1f $6fi.W $83 C0 4.33 [CN lose eetlon antl Cleaning B50 1F $I350 $t][0 61i�� L 1 Nanny F( ,, PUrt ngA m I[�.�IN 2� r CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-24 Addendum 3 Goins Enterprises Inc Supplier Response Event Information Number: Bid 24-24 Addendum 3 Title: Construction - 24-Inch Water Line Replacement Rebid Type: Invitation to Bid Issue Date: 1 /21 /2024 Deadline: 2/20/2024 02:00 PM (CT) Notes: The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction and installation of 9,000 LF of 18" water line (using combination of slip line, jack and bore, and open cut), 320 LF of 12" water line, 300 LF of 8" water line and appurtenances. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville- ar.goov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 Goins Enterprises Inc Information Contact: Jerry Goins Address: 3255 N County Lane 252 Joplin„ MO 64801 Phone: (417) 659-6082 Email: contact@goinsent.com By submitting your response, you certify that you are authorized to represent and bind your company. Jim Thomason Signature Submitted at 212012024 01:49:20 PM (CT) Requested Attachments Bid 24-24, Bid Bond contact@goinsent.com Email MX-3570 N_20240219_170102. pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 24-24, Required Signature Forms MX-3570 N_20240220_080815. pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid Attributes 1 Arkansas Secretary of State Filing Number: 824590381 2 Arkansas Contractor License Number: 0328430524 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 2 Yes, I agree ❑ No, I don't agree 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Z Yes, I agree ❑ No, I don't agree Page 2 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. ❑✓ 1 agree Bid Lines 1 Package Header Total Base Bid Quantity: 1 Total: $6,225,520.00 Package Items 1.1 Mobilization (Not to Exceed 5% of Base Bid, not including bonds and insurance) Quantity: 1 UOM: LS Price: $200,000.00 Total: $200,000.00 1.2 Bonds and Insurance Quantity: 1 UOM: LS Price: $160,000.00 Total: $160,000.00 1.3 Clearing and Grubbing and Site Restoration Quantity: 1 UOM: LS Price: $97,000.00 Total: $97,000.00 1.4 Traffic Control Quantity: 1 UOM: LS Price: $28,000.00 Total: $28,000.00 1.5 Trench Excavation and Safety System Quantity: 1 UOM: LS Price: $52,000.00 Total: $52,000.00 1.6 Erosion Control Quantity: 1 UOM: LS Price: $30,000.00 Total: $30,000.00 1.7 Construction Staking Quantity: 1 UOM: LS Price: $20,000.00 Total: $20,000.00 1.8 Material and Acceptance Testing Quantity: 1 UOM: LS Price: $9,000.00 Total: $9,000.00 1.9 Dewatering Quantity: 1 UOM: LS Price: $19,000.00 Total: $19,000.00 1.10 20" DR11 HDPE Water Line - Slipline Installation Quantity: 1800 UOM: LF Price: $375.00 Total: $675,000.00 1.11 18" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 40 UOM: LF Price: $245.00 Total: $9,800.00 1.12 18" AWWA C900 DR18 PVC - Remove and Replace Quantity: 6600 UOM: LF Price: $255.00 Total: $1,683,000.00 1.13 18" AWWA C900 DR18 PVC Quantity: 600 UOM: LF Price: $195.00 Total: $117,000.00 1.14 12" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 320 UOM: LF Price: $245.00 Total: $78,400.00 Page 3 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 1.15 8" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 300 UOM: LF 1.16 Replace Existing Service Line Quantity: 30 UOM: LF 1.17 36" Steel Encasement (Bore) Quantity: 600 UOM: LF 1.18 24" x 18" Tapping Sleeve and Valve Quantity: 1 UOM: EA 1.19 12" x 12" Tapping Sleeve and Valve Quantity: 5 UOM: EA 1.20 8" x 8" Tapping Sleeve and Valve Quantity: 5 UOM: EA 1.21 20" Butterfly Valve Quantity: 1 UOM: EA 1.22 18" Butterfly Valve Quantity: 14 UOM: EA 1.23 12" Butterfly Valve Price: I Total: 1 $66,000.00 Price: I Total: 1 $4,500.00 Price: 1 Total: 1 $900,000.00 Price: 1 $57,000.00 Total: 1 $57,000.00 Price: 1 $13,500.00 Total: 1 $67,500.00 Price: 1 $10,000.00 Total: 1 $50,000.00 Price: 1 $12,800.00 Total: 1 $12,800.00 Price: 1 $15,300.00 Total: 1 $214,200.00 Quantity: 8 UOM: EA Price: $9,500.00 Total: $76,000.00 1.24 Remove and Dispose Existing Butterfly Valve Quantity: 7 UOM: EA Price: $3,600.00 Total: $25,200.00 1.25 R&R Existing 24" Butterfly Valve with 18" Butterfly Valve Quantity: 1 UOM: EA Price: $18,500.00 Total: $18,500.00 1.26 8" Gate Valve Quantity: 4 UOM: EA Price: $5,000.00 Total: $20,000.00 1.27 8" Inserta Valve Quantity: 1 UOM: EA Price: $15,000.00 Total: $15,000.00 1.28 Install 3" Air Release Valve Quantity: 3 UOM: EA Price: $12,600.00 Total: $37,800.00 1.29 Remove and Replace Air Release Valve Quantity: 2 UOM: EA Price: $12,000.00 Total: $24,000.00 1.30 24" Water Line Cut and Cap Quantity: 1 UOM: EA Price: $15,000.00 Total: $15,000.00 1.31 12" Water Line Cut and Cap Quantity: 5 UOM: EA Price: $7,200.00 Total: $36,000.00 1.32 8" Water Line Cut and Cap Quantity: 5 UOM: EA Price: $6,700.00 Total: $33,500.00 1.33 Anchor Collar for 18" Lines Quantity: 2 UOM: EA Price: $8,610.00 Total: $17,220.00 Page 4 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 1.34 Anchor Collar for 8" and 12" Lines Quantity: 10 UOM: EA 1.35 Flowable Fill Quantity: 15 UOM: CY 1.36 Ductile Iron Fittings Price: 1 Total: 1 $40,000.00 Price: I Total: 1 $6,000.00 Quantity: 38600 UOM: LB Price: $12.00 1.37 Install Fire Hydrant Assembly Quantity: 10 UOM: EA Price: $14,000.00 1.38 Remove and Replace Existing Fire Hydrant Assembly Quantity: 2 UOM: EA Price: $16,000.00 1.39 Remove and Dispose Existing Fire Hydrant Assembly Quantity: 2 UOM: EA Price: $2,500.00 1.40 Remove and Replace Existing Water Meter Quantity: 2 UOM: EA Price: $2,000.00 1.41 Remove and Dispose of Existing Blow Off Valve Assembly Quantity: 1 UOM: EA Price: $1,000.00 1.42 Install Blow Off Assembly Quantity: 2 UOM: EA Price: $2,800.00 1.43 Remove and Dispose Existing Valve Box Quantity: 11 UOM: EA Price: $1,000.00 1.44 Remove and Dispose Existing Tee Total: 1 $463,200.00 Total: 1 $140,000.00 Total: 1 $32,000.00 Total: $5,000.00 Total: 1 $4,000.00 Total: 1 $1,000.00 Total: 1 $5,600.00 Total: 1 $11,000.00 Quantity: 12 UOM: EA Price: $3,000.00 Total: $36,000.00 1.45 Water Line Marker and Tracer Wire Port Quantity: 15 UOM: EA Price: $250.00 Total: $3,750.00 1.46 Groundwater Mitigation Dam Quantity: 8 UOM: EA Price: $1,000.00 Total: $8,000.00 1.47 Tracer Wire Port Quantity: 5 UOM: EA Price: $200.00 Total: $1,000.00 1.48 Marker with Water Line Depth/Size (Railroad Crossing) Quantity: 2 UOM: EA Price: $250.00 Total: $500.00 1.49 Temporary Access Road (W 24th Street) Quantity: 400 UOM: SY Price: $52.00 Total: $20,800.00 1.50 Rock Excavation Quantity: 400 UOM: CY Price: $200.00 Total: $80,000.00 1.51 Undercut and Backfill Quantity: 300 UOM: CY Price: $50.00 Total: $15,000.00 1.52 Class 7 Compacted Base Course Quantity: 1000 UOM: CY Price: $35.00 Total: $35,000.00 Page 5 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 1.53 Bedding and Pipe Zone Material Quantity: 6650 UOM: LF Price: $35.00 Total: $232,750.00 1.54 Spot Dig and Verify Utility Locations Quantity: 1 UOM: LS Price: $58,000.00 Total: $58,000.00 1.55 $3,900 Railroad Right of Entry Permit Quantity: 1 UOM: LS Price: $4,000.00 Total: $4,000.00 1.56 Remove and Replace Existing Fence Quantity: 110 UOM: LF Price: $30.00 Total: $3,300.00 1.57 Grout In Annular Space (Slipline) Quantity: 1800 UOM: LF Price: $66.00 Total: $118,800.00 1.58 CCTV Inspection and Cleaning Quantity: 2400 UOM: LF Price: $13.50 Total: $32,400.00 2 Package Header Deductive Alternate #1 Deductive Alternate #1 includes the line items and quantities to be DEDUCTED from the Total Base Bid. Unit pricing shall be identical to unit pricing in Total Base Bid. Quantity: 1 Total: $1,271,812.50 Package Items 2.1 18" AWWA C900 DR18 PVC - Remove and Replace Quantity: 1100 UOM: LF 2.2 18" AWWA C900 DR18 PVC Quantity: 475 UOM: LF 2.3 8" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 30 UOM: LF 2.4 36" Steel Encasement (Bore) Quantity: 475 UOM: LF 2.5 8" x 8" Tapping Sleeve and Valve Quantity: 1 UOM: EA 2.6 18" Butterfly Valve Quantity: 2 UOM: EA 2.7 Remove and Dispose Existing Butterfly Valve Quantity: 1 UOM: EA 2.8 8" Gate Valve Quantity: 1 UOM: EA 2.9 Install 3" Air Release Valve Quantity: 1 UOM: EA 2.10 8" Water Line Cut and Cap Quantity: 1 UOM: EA Price: I Total: 1 $280,500.00 Price: I Total: 1 $92,625.00 Price: I Total: 1 $7,350.00 Price: 1 Total: 1 $712,500.00 Price: 1 $10,000.00 Total: 1 $10,000.00 Price: 1 $15,300.00 Total: 1 $30,600.00 Price: 1 Total: 1 $3,600.00 Price: 1 Total: 1 $5,000.00 Price: 1 $12,600.00 Total: 1 $12,600.00 Price: 1$6,700.00 Total: 1 $6,700.00 Page 6 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 2.11 Anchor Collar for 8" and 12" Lines 3 Quantity: 1 UOM: EA 2.12 Ductile Iron Fittings Quantity: 4700 UOM: LB 2.13 Remove and Dispose Existing Valve Box Quantity: 2 UOM: EA 2.14 Water Line Marker and Tracer Wire Port Quantity: 5 UOM: EA 2.15 Tracer Wire Port Quantity: 2 UOM: EA 2.16 Undercut and Backfill Quantity: 45 UOM: CY 2.17 Bedding and Pipe Zone Material Quantity: 1075 UOM: LF 2.18 CCTV Inspection and Cleaning Price: 1 Total: 1 $4,000.00 Price: I Total: 1 $56,400.00 Price: 1 Total: 1 $2,000.00 Price: I Total: 1 $1,250.00 Price: I Total: 1 $400.00 Price: I Total: 1 $2,250.00 Price: I Total: 1 $37,625.00 Quantity: 475 UOM: LF Price: I Total: 1 $6,412.50 Package Header Deductive Alternate #2 Deductive Alternate #2 includes the line items and quantities to be DEDUCTED from the Total Base Bid. Unit pricing shall be identical to unit pricing in Total Base Bid. Quantity: 1 Total: $2,369,412.50 Package Items 3.1 20" DR11 HDPE Water Line - Slipline Installation Quantity: 250 UOM: LF Price: $375.00 Total: $93,750.00 3.2 18" AWWA C900 DR18 PVC - Remove and Replace Quantity: 3150 UOM: LF Price: $255.00 Total: $803,250.00 3.3 18" AWWA C900 DR18 PVC Quantity: 475 UOM: LF Price: $195.00 Total: $92,625.00 3.4 12" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 120 UOM: LF Price: $245.00 Total: $29,400.00 3.5 8" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 65 UOM: LF Price: $220.00 Total: $14,300.00 3.6 Replace Existing Service Line Quantity: 20 UOM: LF Price: $150.00 Total: $3,000.00 3.7 36" Steel Encasement (Bore) Quantity: 475 UOM: LF Price: $1,500.00 Total: $712,500.00 3.8 12" x 12" Tapping Sleeve and Valve Quantity: 2 UOM: EA Price: $13,500.00 Total: $27,000.00 Page 7 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 3.9 8" x 8" Tapping Sleeve and Valve Quantity: 2 UOM: EA 3.10 18" Butterfly Valve Quantity: 5 UOM: EA 3.11 12" Butterfly Valve Quantity: 3 UOM: EA 3.12 Remove and Dispose Existing Butterfly Valve Quantity: 2 UOM: EA 3.13 8" Gate Valve Quantity: 1 UOM: EA 3.14 Install 3" Air Release Valve Quantity: 3 UOM: EA 3.15 Line deleted as part of an Addendum 3.16 12" Water Line Cut and Cap Quantity: 2 UOM: EA 3.17 8" Water Line Cut and Cap Quantity: 2 UOM: EA 3.18 Anchor Collar for 8" and 12" Lines Quantity: 4 UOM: EA 3.19 Ductile Iron Fittings Price: 1 $10,000.00 Total: 1 $20,000.00 Price: 1 $15,300.00 Total: 1 $76,500.00 Price: 1 Total: 1 $28,500.00 Price: 1 Total: 1 $7,200.00 Price: 1 Total: 1 $5,000.00 Price: 1 $12,600.00 Total: 1 $37,800.00 Price: 1 Total: 1 $14,400.00 Price: 1 Total: 1 $13,400.00 Price: 1 Total: 1 $16,000.00 Quantity: 14600 UOM: LB Price: $12.00 Total: $175,200.00 3.20 Remove and Replace Existing Fire Hydrant Assembly Quantity: 1 UOM: EA Price: $16,000.00 Total: $16,000.00 3.21 Line deleted as part of an Addendum 3.22 Remove and Dispose of Existing Blow Off Valve Assembly Quantity: 1 UOM: EA Price: $1,000.00 Total: $1,000.00 3.23 Remove and Dispose Existing Valve Box Quantity: 5 UOM: EA Price: $1,000.00 Total: $5,000.00 3.24 Water Line Marker and Tracer Wire Port Quantity: 7 UOM: EA Price: $250.00 Total: $1,750.00 3.25 Line deleted as part of an Addendum 3.26 Tracer Wire Port Quantity: 4 UOM: EA Price: $200.00 Total: $800.00 3.27 Marker with Water Line Depth/Size (Railroad Crossing) Quantity: 2 UOM: EA Price: $250.00 Total: $500.00 3.28 Undercut and Backfill Quantity: 120 UOM: CY Price: $50.00 Total: $6,000.00 Page 8 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 3.29 Class 7 Compacted Base Course Quantity: 800 UOM: CY Price: $35.00 Total: $28,000.00 3.30 Bedding and Pipe Zone Material Quantity: 3150 UOM: LF Price: $35.00 Total: $110,250.00 3.31 $3,900 Railroad Right of Entry Permit Quantity: 1 UOM: LS Price: $4,000.00 Total: $4,000.00 3.32 Grout In Annular Space (Slipline) Quantity: 250 UOM: LF Price: $66.00 Total: $16,500.00 3.33 CCTV Inspection and Cleaning Quantity: 725 UOM: LF Price: $13.50 Total: $9,787.50 4 Packaae Header Deductive Alternate #3 Deductive Alternate #3 includes the line items and quantities to be DEDUCTED from the Total Base Bid. Unit pricing shall be identical to unit pricing in Total Base Bid. Quantity: 1 Total: $3,171,350.00 Package Items 4.1 20" DR11 HDPE Water Line - Slipline Installation Quantity: 250 UOM: LF Price: $375.00 Total: $93,750.00 4.2 18" AWWA C900 DR18 PVC - Remove and Replace Quantity: 4450 UOM: LF 4.3 18" AWWA C900 DR18 PVC Price: I Total: 1 $1,134,750.00 Quantity: 600 UOM: LF Price: $195.00 Total: $117,000.00 4.4 12" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 165 UOM: LF 4.5 8" AWWA C900 DR18 PVC Water Line - Open Cut Quantity: 65 UOM: LF 4.6 Replace Existing Service Line Quantity: 20 UOM: LF 4.7 36" Steel Encasement (Bore) Quantity: 600 UOM: LF 4.8 12" x 12" Tapping Sleeve and Valve Quantity: 3 UOM: EA 4.9 8" x 8" Tapping Sleeve and Valve Quantity: 2 UOM: EA 4.10 18" Butterfly Valve Quantity: 8 UOM: EA 4.11 12" Butterfly Valve Quantity: 4 UOM: EA Price: I Total: 1 $40,425.00 Price: I Total: 1 $14,300.00 Price: I Total: 1 $3,000.00 Price: 1 $1,500.00 Total: 1 $900,000.00 Price: 1 $13,500.00 Total: 1 $40,500.00 Price: 1 $10,000.00 Total: 1 $20,000.00 Price: 1 $15,300.00 Total: 1 $122,400.00 Price: 1 $9,500.00 Total: 1 $38,000.00 Page 9 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 4.12 Remove and Dispose Existing Butterfly Valve Quantity: 4 UOM: EA Price: $3,600.00 Total: $14,400.00 4.13 Line deleted as part of an Addendum 4.14 8" Gate Valve Quantity: 1 UOM: EA Price: $5,000.00 Total: $5,000.00 4.15 Install 3" Air Release Valve Quantity: 3 UOM: EA Price: $12,600.00 Total: $37,800.00 4.16 Remove and Replace Air Release Valve Quantity: 2 UOM: EA Price: $12,000.00 Total: $24,000.00 4.17 12" Water Line Cut and Cap Quantity: 3 UOM: EA Price: $7,200.00 Total: $21,600.00 4.18 8" Water Line Cut and Cap Quantity: 2 UOM: EA Price: $6,700.00 Total: $13,400.00 4.19 Anchor Collar for 8" and 12" Lines Quantity: 5 UOM: EA Price: $4,000.00 Total: $20,000.00 4.20 Ductile Iron Fittings Quantity: 20900 UOM: LB Price: $12.00 Total: $250,800.00 4.21 Install Fire Hydrant Assembly Quantity: 1 UOM: EA Price: $14,000.00 Total: $14,000.00 4.22 Remove and Replace Existing Fire Hydrant Assembly Quantity: 1 UOM: EA Price: $16,000.00 Total: $16,000.00 4.23 Remove and Dispose of Existing Blow Off Valve Assembly Quantity: 1 UOM: EA Price: $1,000.00 Total: $1,000.00 4.24 Remove and Dispose of Existing Valve Box Quantity: 6 UOM: EA Price: $1,000.00 Total: $6,000.00 4.25 Water Line Marker and Tracer Wire Port Quantity: 10 UOM: EA Price: $250.00 Total: $2,500.00 4.26 Tracer Wire Port Quantity: 5 UOM: EA Price: $200.00 Total: $1,000.00 4.27 Marker with Water Line Depth/Size (Railroad Crossing) Quantity: 2 UOM: EA Price: $250.00 Total: $500.00 4.28 Undercut and Backfill Quantity: 165 UOM: CY 4.29 Class 7 Compacted Base Course Quantity: 850 UOM: CY 4.30 Bedding and Pipe Zone Material Quantity: 4450 UOM: LF Price: I Total: 1 $8,250.00 Price: I Total: 1 $29,750.00 Price: I Total: 1 $155,750.00 Page 10 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 4.31 $3,900 Railroad Right of Entry Permit Quantity: 1 UOM: LS 4.32 Grout In Annular Space (Slipline) Quantity: 250 UOM: LF 4.33 CCTV Inspection and Cleaning Quantity: 850 UOM: LF Price: 1 Total: 1 $4,000.00 Price: I Total: 1 $16,500.00 Price: I Total: 1 $11,475.00 Response Total: $13,038,095.00 Page 11 of 11 pages Vendor: Goins Enterprises Inc Bid 24-24 Addendum 3 Bid Bond CONTRACTOR: (11'rrute, legal strrtris and adduces) Goins Enterprises, Inc 3255 N County Lane 252 Joplin, MO 64801 OWNER: (,lane, legal slaufs and address) City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 BOND AMOUNT: 5 5% Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 SURETY: (Mince, old principal place of htcsinavr) Endurance Assurance Corporation 4 Manhattanviile Road Purchase, NY 10577 Five Percent of Amount Bid PROJECT: (Name. location or nddre.= and!'roject number. lfmn} This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shalt be considered plural where applicable Bid 24-24, Construction - 24-Inch Water Line Replacement Rebid; Project No, 21 WO1161 The Contractor and Surety arc bound to the Owner in the arnount set forth above. for the payment of which the Contractor and Surety bird theinsclves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents. or within such tine period as may be agreed to by the Owoicr and Contractor, and the Contractor either (I ) enters into a contract Kith the 01t'ner in accordance with the teems of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful perfomiance of such Contract and for t'rc prompt payment of labor and material furnished in de prosecution thereof-. or (2) pays to the Owner the diflcrcncc, not to exceed tIte amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in Food faith contract with another party to pertonn the work covered by said bid_ then this obligation shall be null and void, otherwise to remain in lull force and ellect. The Surety hereby waives any notice ora'n aoreenent between the Owner and Contractor to extend the tine can which the Ow-rcr may accept the bid. *giver of notice by the Surety shall nut apply to any extension exceeding sixty (00) days in the aggregate beyond the time liir acceptance of bids specified in the bid documents.. and the Owner and Contractor %hall obtain the Surct}'s consent for an extension beyond sixty (60) days. If this Bond is issued in connection Willi a subcontractor's bid to a Contractor. the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this flond has been Ibmishcd to comply with a statutory or other legal requirement in the location of the PrujecL any provision in this Bond conflicting with %aid statutory or Iceal requirement simll be deemed deleted lierelrun and provisions eonformin-r- to such statutory or other legal requirement shall be deemed incorporated herein. When so fumishcd, the intent is that this Bond small be construed as a statutory bond and not as a common law bond. Signed and scaled this 20th day of February, 2024 2 Goi 1` Enterprises, Inc .L- W ( r7netpttlj t s1'i maior roj ec_ ilar,ay ar n ranee Assurance Corporation (T i )Mary T. FI nigan Attomey-in- ct- Surety Phone No 914-468-8000 S-00541AS 8110 SOMPO INTERNATIONAL POWER OF ATTORNEY 2775 KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation. a Delaware corporation ('EAC"), Endurance American Insurance Company. a Delaware corporation (-EAIC"), Lexon Insurance Company, a Texas corporation (-LIC"). and/or Bond Safeguard Insurance Company, a South Dakota corporation (-BSIC'), each, a "Company" and collectively,'Sompo International," do hereby constitute and appoint- Rebecca S. Leal, C. Stephens Griggs, Tahitia M. Fry, Charles R. Teter, III, Jeffrey C. Carey, Evan D. Sizemore, Kettle A. Meyer, Patrick T. Pribyl, Debra J. Scarborough, Christy M. Braile, Mary T. Flanigan, Veronica Lawver, Lauren Scott, Hillary 0. Shepard, Erin C. Lavin, Kristin 0, Thurber, Danielle R. Capps, Mariana Walker as true and lawful Attomey(syln-Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars (5100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attomey(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the board of directors of each Company by unanimous written consent effective the 30' day of March, 2023 for BSIC and LIC and the 17" day of May. 2023 for EAC and EAIC, a copy of which appears below under the heading entitled 'Certificate. This Power of Attorney is signed and seated by facsimile under and by authority of the following resolution adopted by the board of directors of each Company by unanimous written consent effective the 30" day of March. 2023 for BSIC and LIC and the 17" day of May, 2023 for EAC and EAIC and said resolution has not since been revoked• amended or repealed: RESOLVED, that the signature of an individual named above and the seat of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. May, 2023. IN WITNESS WHEREOF. each Company has caused this instrument to be signed by the following officers and its corporate seat to be affixed this 25th day of Endurance Assurance CorporatiT�) .�, y". Richard Appel: SNA.44enior C unsel e,V. s...c ,. v�¢P O0 S2C�`AL n i:S '%OELAwARE :,C ,,,�•,'Y• y w u tl tl N`•�+,'� Endurance American In urapcw,Co party f /j By:; t Ctws Richard Appel;,5VP-&,Senior Counsel r' .can .... rnSG' r C: mt• E;19� ;'oo DEV::ARE v t,"•. , .»-�y?a, ACKNOW' Lexon Insurance Company Bond Safeguard ` M tnsuragce,Conlpa By:�-C. c.r.�� ,�-�•t1 ey�, <c�..,1 %! Ric and Appel; Senior Counsel Richard Appeli.,S�VP-3Senioi A SOUTH'�� SEAL { DAKOTA .00 = a. INSURANCE 3Z�. COKMANY a a '•k.. ..`t a '�`A'•. .� Try or On this 25th day of May, 2023, before me. Dersonally came the above signatories known to me, who being duty sworn, did depose and say that hel��iaV�"'t�4f[cer of each of the Companies: and that he executed said instrument on behalf of each Company by authority of his o i under th by as of each Company ** ' a _ By: Amy Taylor, Not ubGc My Commission Expires`3i9127; CERTIFICATE ry_ I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: 1. That the original power of attomey of which the foregoing is a copy was duty executed on behalf of each Company and has not since been revoked amended or modified: that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof, 2- The following are resolutions which were adopted by the board of directors of each Company by unanimous written consent effective 30" day of March, 2023 for BSIC and LIC and the 1T' day of May. 2023 for EAC and EAIC and said resolutions have not since been revoked, amended or modified: 'RESOLVED. that each of the individuals named below is authorized to make, execute. seal and deliver for and on behalf of the Company any and all bonds. undertakings or obligations in surety or co -surety with others, RICHARD M. APPEL. MATTHEW E. CURRAN. MARGARET HYLAND. SHARON L. SIMS, CHRISTOPHER L. SPARRO. and be it further RESOLVED, that each of the individuals named above is authorized to appoint attomeys-in= act for the purpose of making, executing, sealing ar:d delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Company " 3 The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the %t"e llibd[ t - . . IN WITNESS WHEREOF. I have hereunto set my hand and affixed the corporate seal this 20t' day of February h 20 24 By Da�Wetry -• =Z' NOTICE: U. S. TREASURY DEPARTMENTS OFFICE OF FOREIGN ASSETS CONTROL (OFAC) No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Nowapnlrrldet Ofarmation.;onceming possible impact on your surety coverage due to directives issued by OFAC Please read this Notice carefully. - The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of 'national emergency'. OFAC has ideatried and fisted numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as -Specially Designated Nationals and Blocked Persons" This list can be located on the United States Treasury's website - httpssiwwwAreasury oor%resource-cente^sa••ct,onvSDN-L< - In accordance with OFAC regulations, it it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially Designated National and Blocked Person, as Identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC Other limitations on the premiums and payments may also apply Any reproductions are void. Surety Claims Submission: LexonClaimAdministrationasompo4nti.com Telephone. 615-553-9500 Mailing Address: Sompo International:12890 Lebanon Road: Mount Juliet, TN 37122-2870 CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from th responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are w come to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Y11 tal base bid should be calculated in the provided space. pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid cuments VAIIbids shall be received before the stated deadline utilizingthe City's electronic bidding platform orsubmitting a physical led bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed nvelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: • AR Secretary of State Filing #: P;145 q O 3 (b I OR submit electronically. • Arkansas Contractor License #: 03-AM 3 a 5aH OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: E9 or NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: EG or NO Telecommunication Device for the Deaf TOD i47% 521-131 G 113 YAW Mountain - Fay M-AIte, AR 72701 BIDDER'S CHECKLIST OF REQUIRED ITEMS This Bidder's Checklist is provided to ensure all required forms are completed and returned as part of the bid submission. All forms must be included as indicated for a bid to be considered a complete, responsive bid. Appropriate signatures and date are required on each document. If an item is missing, the bid may be declared unresponsive and therefore rejected. This sheet will serve as the cover sheet for the bid submission. Completed* Spec. Section Attended Pre -Bid 00 11 00 Acknowledgement of All Addenda Bid contains the following forms: 1. Bid Form/Proposal (including Unit Price Schedule — if applicable) 00 41 00 2. List of Manufacturers (if applicable) 0041 16 3. List of Proposed Subcontractors 0041 19 4. Bid Bond 00 43 13 5. Qualifications Statement [C]' 00 4513 *Check when filled out, signed, and included with submission of bid packet. Within three (3) days after Bid Opening: Bidder acknowledges to provide within three (3) days after Bid Opening (Low Bidder Only): 1. Bidder's Qualifications of Subcontractor (if requested) 2. Bid breakdown shall be provided to form the basis for the making of Progress Partial Payments Within fifteen (15) days after Notice of Award: Bidder acknowledges that within fifteen (15) days after Notice of Award, Successful Contractor is required to complete the following before execution and award of the contract: 1. Section 00 52 00, Agreement (all pages and supporting documents) 2. Section 00 61 13, Performance Bond 3. Section 00 61 16, Payment Bond 4. Completed Certificates of Insurance Prior to Construction: Awarded Contractor required to submit Construction Schedule before construction begins. Project No. 21W01161 1 Section 00 22 13 24-Inch Water Line Replacement Bidder's Checklist of Required Items Bidder Name: Address: City, State, Zip Code: Contractor Number: Contact Name: Title' Contact Number: Contact Email: Signature of Authorized Agent for Bi VA - Project No. 21W01161 2 Section 00 22 13 24-Inch Water Line Replacement Bidder's Checklist of Required Items ARTICLE 1 — BID RECIPIENT 1.01 This Bid is submitted to: City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.02 In submitting this Bid, Bidder acknowledges and accepts Contractor's representations as more fully set forth in the Agreement Form. 2.03 In submitting this Bid, Bidder certifies Bidder is qualified to do business in the State of Arkansas as required by laws, rules and regulations or, if allowed by statute, covenants to obtain such qualification prior to contract award. An Arkansas Contractor's License and registration with the Arkansas Secretary of State are both required to be valid and current at time of bid deadline. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date 2- �- L4 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations Project No. 21W01161 24-Inch Water Line Replacement Section 00 41 00 Bid Form Bid 24-24, Addendum 1 v Date: Thursday, February 1, 2024 To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 24-24, Construction — 24-Inch Water Line Replacement Rebid CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERSSHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. A non -mandatory Pre -Bid meeting was held in Room #111 of Fayetteville City Hall on Wednesday, January 311 2024 at 10:00 AM. The sign -in sheet of attendees and Pre -Bid meeting agenda are also attached to this addendum for disclosure to all interested parties (see Attachment A). a. Attendees: i. City of Fayetteville: 1. Amanda Beilfuss, Sr. Purchasing Agent 2. Kenny Fitch, Purchasing Agent 3. Ryan Pottinger, Garver 4. Chris Buntin, Garver ii. Vendors: 1. Brothers Construction 2. Kirk's Excavation 3. Schulle Supply 4., Timco-Services 2. ADDITIONAL PRE -BID MEETING — There will be an additional, non -mandatory Pre -Bid Meeting held Tuesday, February 6, 2024 at 3:00 PM via Zoom. Information regarding the additional Pre -Bid Meeting (including Zoom link) is available on the project page on the City's electronic bidding portal. All interested parties are encouraged to attend. 3. Revised Plan Sheets — a. Revisions to Plan Sheets G003 and G004 include the general notes in the bottom left corner of the page. The note now references the Base Bid, Deductive Alternate #1, Deductive Alternate #2, and Deductive Alternate #3 to match the specifications (see Attachment B). 4. Clarification —There are no AIS requirements for this project. City of Fayetteville, AR Bid 24-24, Addendum 1 Page 112 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Bid 24-24, Addendum 2 Date: Friday, February 9, 2024 To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 24-24, Construction — 24-Inch Water Line Replacement Rebid CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DES/GNA TED LOCH TION ON THE BID FORM. 1. An additional, non -mandatory Pre -Bid meeting was held online via Zoom on Tuesday, February 6, 2024 at 3:00 PM. The list of attendees is attached to this addendum for disclosure to all interested parties (see Attachment A). a. Attendees: i. City of Fayetteville: 1. Amanda Beilfuss, Sr. Purchasing Agent 2. Kenny Fitch, Purchasing Agent 3. Ryan Pottinger, Garver 4. Chris Buntin, Garver ii. Vendors: 1. Goins Enterprises 2. Underground Solutions, Inc. 2. THE BID DEADLINE HAS BEEN EXTENDED. All bids shall be due on Tuesday, February 20, 2024, no later than 2:00 PM. 3. Line -Item Pricing — The following Line Items have been revised. Please refer to the online bidding portal for more information. a. Package #3 — DEDUCTIVE ALTERNATE #2 i. Line Item #3.15 (Remove and Replace Air Release Valve) — Deleted and shall not be deducted. ii. Line Item #3.21 (Remove and Replace Existing Water Meter) — Deleted and shall not be deducted. iii. Line Item #3.25 (Groundwater Mitigation Dam) - Deleted and shall not be deducted. iv. Line Item #3.29 (Class 7 Compacted Base Course) — Quantity has changed to 800 CY. City of Fayetteville, AR Bid 24-24, Addendum 2 Page 113 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 b. Package #4 — DEDUCTIVE ALTERNATE #3 L Line Item #4.6 (Replace Existing Service Line) — Quantity has changed to 20 LF. ii. Line Item #4.13 (R&R Existing 24" Butterfly Valve with 18" Butterfly Valve) — Deleted and shall not be deducted. iii. Line Item #4.14 (8" Gate Valve) — Quantity has changed to 1 EA. iv. Line Item #4.21 (Install Fire Hydrant Assembly) — Quantity has changed to 1 EA. v. NEW LINE ITEM ADDED (Remove and Dispose of Existing Valve Box QTY: 6 EA) vi. NEW LINE ITEM ADDED (Marker with Water Line Depth/Size (Railroad Crossing): QTY: 2 EA) 4. Questions —The following questions have been received and answered by the responsible department: a. Question: Please confirm that bi-laterally restrained pipe is required for the carrier pipe inside the cased bores? i. Answer: This is correct. Bi-laterally restrained pipe is required for the carrier pipe inside the encased bores. b. Question: Please confirm that fully restrained 18" DR18 Fusible PVC pipe can be used as the carrier pipe for all cased bores. i. Answer: Fully restrained 18" DR18 Fusible PVC pipe will be permitted for all encased bores. c. Question: If 18" DR18 Fusible PVC pipe is used as the carrier pipe inside the cased bores, can the steel casing be downsized to 24" diameter? i. Answer: If 18" DR18 Fusible PVC pipe is used as the carrier pipe inside the encased bores, the steel casing can be downsized to 24" diameter. Prior to installation, contractor shall present means and methods to prevent damage to exterior of carrier pipe. Contractor shall bid accordingly. d. Question: If 18" DR18 Fusible PVC pipe is used as the carrier pipe inside the cased bores, can the casing spacers be omitted? i. Answer: Casing spacers can be omitted if fusible PVC pipe is used as the carrier pipe inside encased bores. Prior to installation, contractor shall present means and methods to prevent damage to exterior of carrier pipe. e. Question: If bedding material is unsuitable for open cut installation, is contractor required to undercut and backfill? Answer: Yes, contractor will be required to remove and replace material as necessary and as approved by Engineer. Measurement and payment for this work will be per Bid Item 1.51 — Undercut and Backfill. City of Fayetteville, AR Bid 24-24, Addendum 2 Page 213 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 f. Question: When the Contractor removes the pipe to dispose of it, where should they dispose of it? i. Answer: Contractor shall be responsible for locating proper disposal of existing pipe. g. Question: Can BFV's be substituted for RWGV's? i. Answer: Fayetteville specifies butterfly valves on water lines 12" and larger. Gate valves will not be permitted for water lines 12" and larger. City of Fayetteville, AR Bid 24-24, Addendum 2 ` Page 313 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Bid 24-24, Addendum 3 A P ft� Date: Wednesday, February 14, 2024 To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov RE: Bid 24-24, Construction — 24-Inch Water Line Replacement Rebid CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNA TED LOCATION ON THE BID FORM. 1. PLANS —The following Plan Sheet has been revised: a. SHEET NUMBER 24 i. Revisions include an additional open cut roadway repair detail that shall be used for repairs on ARDOT roadways (W. 18th Street). All other roadway repairs shall use City of Fayetteville roadway repair detail (Detail W2). Revised Plan Sheet is attached to this addendum. Citv of Fayetteville. AR Bid 24 24 AJdendiini 3 Page111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 ARTICLE 9 — BID SUBMITTAL BIDDER: [Indicate correct ame of bidding entity] C-I MM " on)61 I & By: 4C__-, [Signature] pp�� [Printed name] U (If Bidder is a corporat O,a ited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: 2-H ] Address for giving notices: Telephone Number: Fax Number: Contact Name and e-mail address Bidder's License No.: h g 2 Bidder's Federal Tax ID No.: l-IM- t¢OR2 (44- M2 JIM iNw�n cof)W a m a W. cam )Mh 52q pplca e) LO ULLq EJCDC® C410, Bid Form for Construction Contracts. Copyright 0 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Project No. 21WO1161 7 Section 00 41 00 24-Inch Water Line Replacement Bid Form G 0 1 N S EN T EU, R!S ES, iNNC, \,N Pil ITT EN COMISE`".1•i T UNI LIEU OF A SPEC;'-1i- l�•r`i =s l ii`i� Q'- TIC B OAR, 0 ®E D I R C T 0 R 5 july a', 207-2 in lieu of a special meeting of the Board of Directors (`Board") of Goins Enterprises, tnC,, a Kansas corporation ("Company), the undersigned, being all of the Dlrectors of the Company, hereby consent to the adoption of, and hereby adopt the following resolutions, 5o, that the resolutions shall have the same force and effect as if they had been duly adopted at a special meeting oft'ne Company's Board of.Directors, duly called, noticed, and held: Approval of Si~�Ing A1,c�hort4jl WHEREAS, the Board desires to authorizethe following individuals to sianthe specific documents outlined below on behalf of Company Jarni Limn MAG '1n`a- Ghoinasoii CariSbeita t �i 81::.T aVal Cleimtr ntc cornpanky Chia, Y, v Master en -dot Aggre-nieL1Ls Urdynaae Or:rs ..0r[c-Y1tY1$V __.---.._...- --- -- _ _._ ---- 6riGto4'A�iaa�`n�"{ta?�<S ._...x -- - •-'• Y ------ ----• -_.__._..._-___- Customer Cant ads >$PAt,•-+ -•---- _- _ _ .- ---- y !� � .. !`t t Custome-11 Cc. tray s 3M -.- _ ,x ----- Cu"stoiiCai roC(aCt�1��a1V-..... _--_- ---_- _:. - - -- - .__•._ . _ ._ _. �_.... _-- --- •- -•---.,.' CusVorn'ar Cantrdd Change Orders -- x--- -'-� x--^------•�__._^_--_--_._ ,_ Gl'iuiprri.dnL Fur&tasa Agrarmenss &Title Work ....... --- - .. �..__._._...._.__._..._.__._.------�---- --- �•-_.__. --w •--. Cdn gal Agreernentis x 'Bid Proposals __--. ___.---_.._.._—___.. - -- ---•- x x • -- •-- ... turdtr/ Boyyrigqds ._.._.__...__..--•---._...--._._ .- -- . -�• • , -- ��-- ,--..—._.__._.__..___--••--_. ._ Permits C< LfcdnSLs _ •-----_-•----,__._.-....—..._..... ._ .. .__-• X V� --•-'�'- ----•--•--...__..._..___,.. �__. Errtployt�ten4 �ggreantert<s- _ .__._n.. -•.- --------- � ._—._- -------•------_.-_ Ernpldyea Terin' Inatton Agneernen 7 n -- _- CQi O a e �i°gistr' tionjax Re.15tration Annual CReport5 Y, Employment, Sales, Use & Exciss Tau Rz urns - -- —x --- x v 0 t`ne'r General Corpmrste Docurrten -s-- NOIN, THEREEEORE 6: tT RES0L IED, that the individuals listed above. are hereby authorized, for, on behalf and in the dame of Company to execute- and deliver from time to time such documents, amendment, t'nereto, ccrifflkates or ot`nar 1nstrulments as may nosh or hereafter be required to otheact on be`nalf of Company FL URT HIER RESOLVED, that all lawful ars and deeds heretofore or'nerea—fiter done, and any action further tallcen b/ Company and such listed individuals, for or 0n behalf of Company in. carnping out the terms and lntcnt!rains of the TO 11-:7 res:oi•udons or otherviIsidhin the ,r _ - , , C�i,Ti, Qi tCie I'�i- 0 'ITC resoV-Ioi;s, bz, anu nei:Qy C'rn r�` �• c: f � � � ., -•, ti, Imo. �, �orQ �aed and cton„rII in a,l rIso cts as . t aces a r ^� a. , , nU deeds o! Comp..any. FURTHER RESO! VEA that this Written Cons=nt (this "ConsanF1 ma,y he executed in any num'aer of counterpat �,, Eaa�h Of which shall �i da�iTed t0 b� a-1 Qr iginal Gild all Of wlllch 5haii CORatltlttE QnE ir`istCll = L _r � i ftl�n�. and the signature ci me un ersign= transmltted b�; facsimile, or as an attachmentto an electric mail MassaGa "pdt or similar format, shall he deemadto be his orlginal signature for all purposes. A.ny pho4ocopY, facsimile copy or electronic copy of this Cons_ L or a counterpar t`nereQf s'nall be admissi`a1E into evidence in amp proceeding as though thn same were an orialnal, li�i u�Il ► MESS ��1HERE0� ,the undersigned executed this Consent as of 'the date first written aQova, BOARD OF DIRECTORS BY: Dustin M, Gary, Chairman �• 1 Chri'vaher S. 1'`e', arms, Director D-o•ran 5ch��;�artz, Dlrec`�or The undersigned each adcno%,kiledge that they, have .rece\ ed and. read Erne above signing authori�y dr-iaration, understand it, and agree td only sign 'nose docurRvnts that have been speciiicaily approv?d. No statement or representation by a manager or any other employee, whether oral or viri ten, can supplement or modi� this approval. Changes can only be made If approved in vtritimg by the Board of the Company, Ierr-Going Itm Thomason LIST OF MANUFACTURERS Specification Equipment Base Bid Equipment Manufacturer Section Circle One AY -A Project No. 21W01161 1 Section 0041 16 24-Inch Water Line Replacement List of Manufacturers LIST OF PROPOSED SUBCONTRACTORS I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner. PipeSlipling: ................ L.................................................................................................... Subcontractor's Name:........I'.�Q..&I.10.e.....O..I'1SL.%�V�...!!).....'1.G.............................. u d LicenseNo.:. d.?Q.3..1.71 ........................................... ...t............................................... .{............................ Address: ..... 0 9..3.... ah.!'1.O..v..ctiki.O..h....Dr!.ve......Br�!a ►'a.�..�i�....../...,/..8..0 ................... Boring: ... _Saf ....................................................................................................................................... Subcontractor's Name: .................................................................................................................................... LicenseNo.: .................................................................................................................................................... Address-, .......................................................................................................................................................... Groutfor Sliplinina:.................................................................................................................................... Subcontractor's Name: .................................................................................................................................... LicenseNo.: .................................................................................................................................................... Address:... ....................................................................................................................................................... Type of Work: .J..!.p�...G.t�ea,l!11h�f ..`!'...!1S,GGiO.h... r".5.�1............................................. Subcontractor's N Name:....... U Q . II,, pp....3 ............ ,o.h.f.r..a. ��.....h.c............................................. LicenseNo.:... ..I.�l..� .1.0..... aG .......................................1.............p..................................................... Address: ....C..0.... IJ.Q..i�.... �. ...1...... .r.e.eh... OY'Q.f ...rT.Jt�,...�7.aL.............................. Typeof Work: .............................................................................................................................................. Subcontractor's Name: .................................................................................................................................... LicenseNo.: .................................................................................................................................................... Address: .......................................................................................................................................................... Bidder (General Contractor):. 'Q-tws... ........................................ License o.:.....3....3 v By:...... ...................... ................ ......... ........................................................................................... * . ...... Title... ..R....E�Io/...Proj...'1.a.0.yr...................................................................... *Signature must be the same as on the Bid Form. Project No. 21W01161 1 Section 00 41 19 24-Inch Water Line Replacement List of Proposed Subcontractors QUALIFICATIONS STATEMENT THE INFORMATION SUPPLIED IN THIS DOCUMENT IS CONFIDENTIAL TO THE EXTENT PERMITTED BY LAWS AND REGULATIONS 1. SUBMITTED BY: Official Name of Firm: Address: 2. SUBMITTED TO: 3. SUBMITTED FOR: Owner: Project Name: TYPE OF WORK: L� A 13tl it 4. CONTRACTOR'S CONTACT INFO Contact Person: Title: Phone: Email: 5. AFFILIATED COMPANIES: Name: Address: I b Project No. 21 W01161 1 Section 00 45 13 24-Inch Water Line Replacement Qualifications Statement 6. TYPE OF ORGANIZATION: ❑ SOLE PROPRIETORSHIP Name of Owner: Doing Business As: Date of Organization: ❑ PARTNERSHIP Date of Organization: Type of Partnership: Name of General Partner(s): [ CORPORATION State of Organization: Date of Organization: Executive Officers: - President: - Vice President(s): - Treasurer: - Secretary: ❑ LIMITED LIABILITY COMPANY State of Organization: Date of Organization: Members: Project No. 21 W01161 24-Inch Water Line Replacement 2 Section 00 45 13 Qualifications Statement ❑ JOINT VENTURE Sate of Organization: Date of Organization: Form of Organization: Joint Venture Managing Partner - Name: - Address: Joint Venture Managing Partner - Name: - Address: Joint Venture Managing Partner - Name: - Address: 7. LICENSING Jurisdiction: Type of License: License Number: Jurisdiction: Type of License: License Number: Has firm listed in Section 1 ever been fined or suspended by a Contractor's licensing board? ❑YES NO If YES, attach as an Attachment details including where and why. Project No. 21 W01161 3 Section 00 45 13 24-Inch Water Line Replacement Qualifications Statement 8. CERTIFICATIONS Disadvantage Business Enterprise: Minority Business Enterprise: Woman Owned Enterprise: Small Business Enterprise: Other 9. BONDING INFORMATION Bonding Company: Address: Bonding Agent: Address: CERTIFIED BY: IV 0 Contact Name: 9Pl Q �eCAI Phone: 3[�A4 I ) Aggregate Bonding Capacity: "k r i l � 1 Available Bonding Capacity as of date of this submittals 95 10. FINANCIAL INFORMATION Financial Institution: Address: Account Manager: Phone: Credit available: Project No. 21 W01161 24-Inch Water Line Replacement 10 in, I1"01'. 4 Section 00 45 13 Qualifications Statement 11. CONSTRUCTION EXPERIENCE: Current Experience: List on Schedule A all uncompleted projects currently under contract (If Joint Venture list each participant's projects separately). Previous Experience: List on Schedule B all projects completed within the last 5 Years (If Joint Venture list each participant's projects separately). Has firm listed in Section 1 ever failed to complete a construction contract awarded to it? ❑YES XNO If YES, attach as an Attachment details including Project Owner's contact information. Has any Corporate Officer, Partner, Joint Venture participant or Proprietor ever failed to complete a construction contract awarded to them in their name or when acting as a principal of another entity? ❑ YES NO If YES, attach as an Attachment details including Project Owner's contact information. Are there any judgments, claims, disputes or litigation pending or outstanding involving the firm listed in Section 1 or any of its officers (or any of its partners if a partnership or any of the individual entities if a joint venture)? OYES ;KNO If YES, attach as an Attachment details including Project Owner's contact information. 12. SAFETY PROGRAM: Name of Contractor's Safety Officer: _Urfi S Bow m Ch wit Include the following as attachments: Provide as an Attachment Contractor's (and Contractor's proposed Subcontractors and Suppliers furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) OSHA No. 300- Log & Summary of Occupational Injuries & Illnesses for the past 5 years. Provide as an Attachment Contractor's (and Contractor's proposed Subcontractors and Suppliers furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) list of all OSHA Citations & Notifications of Penalty (monetary or other) received within the last 5 years (indicate disposition as applicable) - IF NONE SO STATE. Provide as an Attachment Contractor's (and Contractor's proposed Subcontractors and Suppliers furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) list of all safety citations or violations under any state all received within the last 5 years (indicate disposition as applicable) - IF NONE SO STATE. Provide the following for the firm listed in Section V (and for each proposed Subcontractor furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) the following (attach additional sheets as necessary): Project No. 21 W01161 5 Section 00 45 13 24-Inch Water Line Replacement Qualifications Statement Workers' compensation Experience Modification Rate (EMR) for the last 5 years: YEAR EMR YEAR EMR YEAR EMR YEAR EMR YEARS EMR Total Recordable Frequency Rate (TRFR) for the last 5 years: YEAR 2Z TRFR YEAR 2Q21 TRFR YEAR TRFR YEAR TRFR YEAR TRFR Total number of man-hours worked for the last 5 Years: YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURSrj YEAR TOTAL NUMBER OF MAN-HOURS YEAR 7 TOTAL NUMBER OF MAN-HOURS (p Provide Contractor's (and Contractor's proposed Subcontractors and Suppliers furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) Days Away From Work, Days of Restricted Work Activity or Job Transfer (DART) incidence rate for the particular industry or type of Work to be performed by Contractor and each of Contractor's proposed Subcontractors and Suppliers) for the last 5 years: YEAR DART YEAR DART YEAR DART YEAR DART YEAR DART 13. EQUIPMENT: MAJOR EQUIPMENT: �C D 1��O�w List on Schedule C all pieces of major equipment available for use on Owner's Project. Project No. 21 W01161 6 Section 00 45 13 24-Inch Water Line Replacement Qualifications Statement N N � A O fa I y N lam} (pQ CL �., m o 00 �_ w N c Nm @ O m O7 E @ m m m• = 1 « a C w Z M E.- cm: O cr» o b E .w� tooF O o c � U o ap I I %� m y `-° E G m EroYO c-_ rn O y j E H t0 E C Sc 0O m m c7 V m E o E o V ai 2 d M. E J Q N . a �C_1 to E R ,C .. c �% a c> U y N o I v k m a .0 E n e x y w m C co w C? = IM O �m o v t Z n LLi u a a° rn a 3 t °' - .- H N N C c 0 m > ` y L �. lfl @. m .c C., r IN CL y Q @ no 2 m Gi "moo `m o fi c �m n c M o ON fn W 7 •p C U 14C0 O z u C ¢ 01 ui O x 00 o e t c ?° to cs U W= 1° Y. 0 10 a @ Q n c •w @ O E 0 N N o A L c .c i t w .0 Q 30. o ,CC o m j F- q N .000 m cMm 'L H •C l� UVQ{p q ! y w @ pl Cs w Y ..- m ►, ~ c m E j. ld 4 E y ti na w 'u cr oN o co m _E 3 �'Q •� � �@ N � .tom.. ELM m�� m N lQ 0 0 0.0 o� CD of QtC 'O y A =' in 3d 3 ino w O O �'A a,oi G m @ o ED C� G7 m C OCD .0 ` w .O w _o m > Q. c �_ w e . EL O o• 'Ey C N y y w u o.. e L wu►- o w ao7 =a J52, Ero o_ m•- O'n k-° h m y y C rn o = 3 _O - m v-� 8A �� m m w°? c Nhc c `@ o ` R &tcCL � tom EOw w t,. y O f0 lL c fe l0 O @ c a o w �Om IA "0 � thou Vl -wc f°m 'O -m= my E_m E m0002 i 2 § O a 3 V mC N O N 0 �� Ems, �n Eu� �a. � O o uR, c�=71 c3o w �, w � Aare E5 a3 � ��� C O m 3 F-U N • .0V oo W m -CN �Q N LL. m` .G C y, y y '►�'o m u 0 4 ..: E�wwac T v a @ to c O 01 gomE wa�yE47 V a O 4 R _m�3 �coomc 0w7 Zi'O u.7 • w� CD E • ; y £ md°y7@ w� 7 E 00 O OO'`- Zy E � i E . .LD CL H 5y-DJCui wQ7.y� O7E Q dD oWIO0 Oa7 1-a F� �� �M. N C a uaOE aEEN a'�$o O v c s a m r � 0 N i s O N w c 'so QID E O )LL. C O tVi O Q W co � N O• N C m (6 — aj (0 'O N U � (a n m 2 N N m 7 O M N_ g N (a N c m m +L- m m •p m 3 0 y c M t0 E p cu p� M U c F 3 m G7 c w co 'O £ (a U O 01 Y :t CA 0 m C O C N M 2 o v C: OI (n o U +—'� N A -o R E Y Z �I m c c o m U g w y m E c E C N .U.. Ml �I CD >' N E > N 7 t� O O O. O 7 C O m m C m N N m R 0 N U~ E 4 E N f7.1 c rn U m m N C E J E N I = A O f6 +'_+ E C a C E C 7 o v C m U (O 3 M E •O C m m x O' W a) U O m I C I C% ` C N m ! O m U C 4 E z L U)LO L i N N N c O U N A C m N N 4- — I o coO m U E m `- L Qi @4� � LO L TO N N L cm m a)mo y� 3 O Y Q j (D E cc r� }° 8 U to z C. ¢ i ° �r LLB O E W a1 fA 3 i 1 Jd 1, a S y a A O� � � E OV O� .m O z N -e ad Q N CDC a m 1 E 3CD m w N G 0 G a N > g �� �i � �> ate' o' `o. � fQ` i=-. •c GO �•.y.. Can ' U O 0+'G..M.2z C v h(D o w G R i o - C E O 3 o yam' I o �s °m >_� w E o o �Oau�i I H 3 o m mIt Ci E aEi rn E a`' w `° 0o O 2 OO m CL cp �m Sm m �.E_m ' o m > ate ami ma I c°i a QED' m ! 4-- 390 2 { c m �011 . O N q G N ,Z••� � E 7 i 0 R3 j� W i 1 i ni 1 O E " O N Q co C co c f-0a C IL2 Q 1 r- O O � N o Z a > y O C = 1 N += C U) of C f-0 0 G O Cm'. 1 m � � W o c _ u O E w w C C m o o w .L.. o -C m C O m R C m=� E o -Em c o O a m U m m C c m c m v aC O R n Q C\ m C m C N m E C ro R m c E N L v 'o CL R m o o m Z m'R �z €m v E c O U C E O G C UR C C o E _ d o m cc c j cam; m.MZ o E E ova mm a E o o o: y o v U Lb 3 R O U v_ c c CD v i c S m a n m rn m ¢ a W = -C U V' O m R C d rnv c e� O C r O U N 4) @ ~ N 0)ELL @ oO � M �.0 O 4.wY �w O 'a .— O •=..L.. U 3 d'CO� rr O i O 0 �w E O O U j cu 3 "°0 0) co U- C ON�N d^. O N O NO LL 1 T4 I r" O U z O W 5A S m ai a� r � y y LO ° N W _c � U) Q. ' oo ® U -�t M co as C6 CQ �s QC W N ° °cy s aC°i A I" LU y U z " OU O W iL] V O C a)cl z O / A V b A o a� V� °� � ) y LO C LO LO Z ¢ Q r C CL "Cl M W �` O U T p O C7 O z N W E x U N @ V O @ O v� C N a to U @ (U6 CO O Z, O @ o to rz � Z3 _@ Q 3 w O m C 42 0 a',C Q) @ co Q, (a @ (D N U M Q. U (Tj Q) v � N N° C� yCl U C O C� �•w0 at o N .Q 0 •C C Q a J N> Q i it @ �^ ° o 3 o O @ 50 U N CL C @ �t O p UL D }� O r cri co q) Lu � ~ > Q� @ �-eL N y v I " 4: t- 'd O fn O O r, O b ®14 � vOi .O❑❑ i•I � O � � N . cd LLO r E� cd v v v O N v m m ltl u m ro 3 T m ° N a m `v � 'L7 e in E +0 d •� m r; ° � E E �I O r3 O I CL O U43 V! !F CV O!E ® m 6 c pc �c a73 la I m o r crGai MO 2 }" U C y R E 0 w fn IS ... ..... `o c _ •� O jJjj Y � � �,.: ate. �'::''•��.. � Q i� a � R u o [ CD .•< C0 Lm .., % u•:?:i:'• Q Z E-: a O e m 0 OD (D c a) c 0 N p rn O al Co (j o o N m N a) m m n N o y y N m c a� w y � a a) 3 O y CD Cl) to E 4 O m @ to - Y M V U c 3 0 p) Y d N O M c V= m C m � w $ C m U) `0 o .0. '= O c I o U LO �" M c m E Y Z td a 4- O v_ U o N N @ E aa)i E E ujc U) N LO U gC, M U I l a) CDN E C, a O N C7 o N J C ca O y co N U r I I C CL E O O a N f77 O N w (UX U a) co O C?® a, C E rn rn f4 O m =. E c (o a E ti. �O C 7 o a)U .N x c o U � C.,) m I c I E c m Y (A c :Z' X CD CDo >. Q. 4 U Il- r �l C E Z E? in c WO m 01 O rn L y..1 G L fn L m N C U) cn m O N 3 a U N C I ,�,,, N N N a O cu m a) O a U o E Q C O m o O C w ai U) o ip c U S �cm � N Z A Q. c Q 2 I� d O Y a) E coi rn W O E w f%S Ydd I; i �I s 3 S,I ■� :I y coi � p o� i_ •0 CID 3 y �d ,' R. Q'��• � L .. }Ili 1 � � L cts C 3c N +'C...." 4- o a� a o o }^. ® CL �o i. `j aoi U. {y a 6A 2 O � E Vp O O a1 y m y cA s9 magi y CO0 cno3.0 mo ¢= .Sro E .z O � y ! L (Q O oU-40, E 0 O -� Z w N O CQ O U 'on m y � co L O _ U y.. L O N n O w L U) O v m CO Er; w� C, o C, E O co.o C C O U b O CU Z ~ �' y - 40 ° `D @o y •6 O 9i � � Ea vL- m°'� C m m .E U FO- C.) m y 0 a Q N O O ti Q ¢ aCi p W' 3 RS z I -ha C J C 0 co 'L a°= O O to N (n N O C N .0 L O tC O E 4) (V p -O L. L O L L E� OY N 0 S(n�a E 3 Co � t o cca C .� ro C O O z (- a I- `��U m o � c ' C U. B E £ # -t6 c c ) .`n c"E c• (D C c `C cci nt E O Ql i6 L m C Q C � N U V � C O m C a) v a C c ( c O .� c C aOr c a n m E C m � c m � [1 0 0 �oC� � •m z m E c a c o E > G E c m o � o c `a > c C UR t C o cu c� o N ccc c 3 a`) o v E E o N C c U m O E U E V N U m O N U �Cs m c:° m O UV U m a) C. m 'O c -�vrseshoe. Workers' compensation Experience Modification Rate (EMR) for the last 5 years: YEAR Z EMR 14 L1 YEAR EMIR TTF. YEAR ?,od 0 EMR YEAR �Qj 1 EMR �Y YEAR 7 Lei �Z EMR Total Recordable Frequency Rate (TRFR) for the last 5 years: YEAR ?612,Z_ TRFR YEAR ZD2_1 TRFR YEAR TRFR YEAR TRFR YEAR TRFRs Total number of man-hours worked for the last 5 Years: YEAR Zt'2-?- TOTAL NUMBER OF MAN-HOURS 16` 7 YEAR _7z' TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS �7 t G Provide Contractor's (and Contractor's proposed Subcontractors and Suppliers furnishing or performing Work having a value in excess of 10 percent of the total amount of the Bid) Days Away From Work, Days of Restricted Work Activity or Job Transfer (DART) incidence rate for the particular industry or type of Work to be performed by Contractor and each of Contractor's proposed Subcontractors and Suppliers) for the last 5 years: YEAR �' e DART YEAR - DART <� YEAR DART_ YEAR ice% l DART�L YEAR 147i3 DART 13, EQUIPMENT: MAJOR EQUIPMENT: List on Schedule C all pieces of major equipment available for use on Owner's Project. Project No. 21 W01161 6 Section 00 45 13 24-1nch Water Line Replacement Qualifications Statement 5 u 0 .i] 3 N C N 0 N 4) N m o p cl C u +, f1 ro CL�u xs y C -0, a� N l) � G ifitl� ya E :3 dl 0-0 ul q4 (L 9 N t p 9 ix ar lco a was f! -d t�,i E :•.:.;'::'''.':'. 4'•J 5 CR 1� -a �"" T' u x zu �• ti' t� 4+ fi y� GS O u tf O 4 Yr�i 44 Q � +y t11 t 0 2 ,, U Y. - �1 C O r� .1 ,; o h aItz 0 4D c� cs 4. A v b '�} N `Q r•". .a .� ..k'�i U U "} t00 y a s R? u s nA :9 CO P u u y U ti. d p N2 yti itz 3 4Q Oi .fi ti w To co CZ 4 m m a a H ie.N , O , +� it Q O ti. m �fi7 00' Q v Qom. Q 0 � Vl •� tU4 z fi ro O :3 {p J uS � U O Ch tU C7 y o m y� {p Q. Z (�,) N N a} fi y A,"4 .4 W 14 � C 40, � t ' m > S 43 "3 p w � qCi 'O q ^_: O •-i O a1' h t` tl1 v c �1 rx lb �,US w m G 0 u a nr, uT a F. •o ytij O �4 q t to d 4- U fU p 4 _ tv %' m CL m m As t4 It cr- ir X, E. -0 CL (13 123 cz rz NAPI C,4 w 0®lo �m S 51- T w r7 z f GI 2 m 'Coo w W UJELL 30 a o 0 — CL= LD � C) zi C-S k ou 0 V ;n LL O coo a3 CL ts CIO 0 4i oil Aj 45 tj to W. cz = 0 Na 01 0 co 141 21 4 0 u 3 cn OF, I z co �d lu 0- 3i z Ica Qt Y S j cn 64 tn 44 g tel CL 12 d) tu 44 m -COO '02 2 ta t.: WO *2 CIO m JOR R C, CO o wsw 04 CO f� arc 0>, gas m D- =— m {NO UD co -Z cr- z IU Z; ti oa fat 0 0 X s4 4-4 > On r—I t3 c -0 .0 �5 al 010 .2 2 i� w .O G Q Q Aft 0) � O C Q) o .� q��a! . C o gN a � } 5+41Qw �vt met L pt 400 j • `�� LO w ca ++ k- r; a a -00 vi cz Q R °Ci o Co 0 ' .�r Aid if At.o a� Lr^y V 4) �r DL wi b L. U� gtU .Q ' gal V I=i a a F- o C w 4) 0 Ei N (� 4'A 0 u VV, HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF. NAME OF ORGANIZATION: TITLE: DATED: NOTARY ATTEST: [[[JJJ SUBSCRIBED AND SWORN TO BEFORE ME THIS L 6't DAY OF r -b 24 t/ NOTARY PUBLIC -STATE OF %Y% / 5 .50tA ii1le t MY COMMISSION EXPIRES: 10- Z 1 - 2 6' REQUIRED ATTACHMENTS 1. Schedule A (Current Experience). 2. Schedule B (Previous Experience). 3. Schedule C (Major Equipment). `\��"N" _K Y. BAT .�� tiSP �� �� 21 [Q�s, AP • N•' NOTARY SEAL 9 ✓ 1�3539r+6�O OJ � * ,q 4. Evidence of authority for individuals listed in Section 7 to bind organization to an agreement. 5. Resumes of officers and key individuals (including Safety Officer) of firm named in Section 1 6. Required safety program submittals listed in Section 12. EJCDC® C-451, Qualifications Statement. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Project No. 21 W01161 7 Section 00 45 13 24-Inch Water Line Replacement Qualifications Statement ZJ1 El L LI J LU Z U U) Y >O O N O U N 7 tB U) Y >O O N Q T F— N M U C O U N N c_ W C C m L m L m L m L m L m L m L p) N 0- Q N Q Q N 0- Q N a- Q N 0- 0-N 0- Q N Q Q .N E E E E E E N E E a) E E N E E N E E N N m O m O m O 75 m O N m O 75 m O N m O 75 0 Z U F- Z U F- Z U F- Z U F- Z U F- z U F- Z U F- C O L a) U m C p cn ul p (n p (n p (n p cn p (n p (n p i cn �c to ,� (n (n X- (n (n (n = a) N a) Q N O Q O N Q N a) Q N N Q N O Q N O Q E a E N E N E N E N E 4) E m O m N m "p N m '6 O m "a N m "O O m 'p O O z Q F- z Q F- z Q F- z Q F- z Q F- z Q F- z Q F- 1 C m Z U : N j O d � C O Lo V N o C U) O (n 'V C a)O CO m U M 0 E �o U cn (0 I Co LLI J Q W 2 U 1 O O N O U N 7 (C$ U) O N Q T (6 U N C O U N N c LU T = > c > c > � > c > c > c m O cu O m O c O O O O Q Q Q Q CCL 6 N Q N Q N Q N ili a 0 a to E E O E E N E E N E E N E E N E E N E E N (D M O M O m O N m O c6 O 77D m O N m O a) 0 z U H z U z U h z U H z U F— z U z U H C O L U ftS C O U C C C C C C C U O N O N O (n O U) O (n O CD O L cn = En V) = cn _r to = to cn = Q) Q Q Q �% a) Q �% Q (D Q a) Q E E E E E E E co a)o z Q F- z Q F- z Q F- z Q F- z Q F- z Q F- z Q F- I N i I � z U I .O o . d U 0 El �2 C (D E V N O c U) O (1) U O N .O cf) ca U N L O cb O U N Y L O S2 co V C O U L a) m C tm c (D m m (D a� a) 0 W C: C: c C c c cN t M t to N t � = N E E E E a) E E a) E E w E E a) E E a) E E 0 0 w O O N O N m O N M O N to O a) ca O N O 0 0 z U z U I— z U I— z U H z U I— z U 1- z U I— i a l U a 0 U ui a� ai m ai ai ui 'vi i cn o U) o N o � o N o co o co o a) I� a� a� Q, cL acce m D_(D m Q a) a� Q a)a� D_ 3 N m N -0 a> (6 a) N -a a) N -0 a) c6 75 a) c6 70 aD o I z Q �- z Q �- z¢ �-- z Q z¢ �- z¢ z I 7 ^, 1 A I N 1 z I � o O ^L A cM ' Li-) E CD 0 4- o F2 C U) O fn U 0 ( n m U a� c cu E 0 i L 0 U 0 J m e m a� ,c rn w ,o y M 4 0 .Z3 U 63 Tn .o z N Q 0 U 4— C E CL � U o CEO a) m w O C L �= N a) LO O cB Qv z v U � O N W � d- a N � J L w 1 F- J U Lu J w U U) w J ❑ w T- D O U Q Z O 0 Z O U w a ❑ w U) Q U a w I- GOINS ENTERPRISES, INC 3255 N. County Lane 252 (417) 659-6082 phone (417) 659-6092 fax Joplin, MO 64801 contact@goinsent.com CURRENT PROJECTS REFERENCES: (All work bonded by NGM Insurance Company) 55 West St Keene, NH 03431 Project Name Engineer/Owner/PM Phone Project Amount Started Completed MOAM -F & Main Water Main Replacement Missouri American V\later 417-680-0311 $ 30,800.00 May, 2023 projected. Joplin, MO Grant Alumbaugh €t iV,13123 MOAIV1-Old Main Water Main Replacement Missouri American Water 417-680-0311 $ 35,552.00 May, 2023 projected Joplin, MO Grant Alumbaugh Mav, 2'0,23 iVIOAM -12th and Peters Water Main Replacement Missouri American Water 417-680-0311 $ 151,084.50 May, 2023 projected Joplin, MO Grant Alumbaugh 4Vlatt, 20,23, MOANI -12th and Geneva Water Main Replacement Missouri American Water 417-680-0311 $ 149,192.50 May, 2023 projer-tcd Joplin, IVIO Grant Alumbaugh TVIatr, z,0v3 MOAM -34th and Jackson Missouri American Water 417-680-0311 $ 108,538.00 April, 2023 projected Joplin, MO Grant Alumbaugh May, 2023 MOAM -22nd and Schifferdecker Water Main Rep. Missouri American Water 417-680-0311 $ 44,686.00 April, 2023 projected Joplin, MO Grant Alumbaugh May, 2023 MOAM -8th and Peters Missouri American Water 417-680-0311 $ 70,111.50 April, 2023 projected Joplin, MO Grant Alumbaugh 1 May, 2023 MOAM -Empire St Water Main Replacement Missouri American Water 417-680-0311 $ 139,186.00 July, 2022 projected Joplin, MO Grant Alumbaugh May, 2023 Soybean Crush Facility Crossland Construction 620-429-1414 $ 4,276,000.00 Aug, 2022 projected Cherryvale, KS Brett Messer July, 2023 Turkey Creek City of Joplin 417-624-0820 $ 454,200.00 Nov, 2022 projected Joplin, MO Chris Parker May, 2023 MOAM -Murphy Water Main Replacement Missouri American Water 417-680-0311 $ 457,325.00 Nov, 2022 projected Joplin, MO Grant Alumbaugh June,2023 Salina WWTF HUB Engineering 918-682-7811 $ 1,968,400.00 lOct, 2022 projected Salina, OK Jay Updike June, 2023 Guru Marketing 415-533-0150 $ 59,754.00 Oct, 2022 projected Joplin, MO Brad DeGraff May, 2023 Blendville WTP Missouri American Water projected Joplin, MO Grant Alumbaugh 417-529-7459 $873,600.00 Aug, 2023 March, 2024 Water ImpoundmentChemical Feed Building Replacement Eric Degruson 1 1417-680-7327 projected Rich Hill, MO 250,000.00 June, 2023 Sept, 2023 GOINS ENTERPRISES, INC (417) 659-6082 phone 32SS N. County Lane 252 (417) 659-6092 fax Joplin, MO 64801 contact@goinsent.com COMPLETED PROJECTS REFERENCES: (All work bonded by NGM Insurance Company) 55 West St Keene, NH 03431 Project Name Engineer/Owner/PM Phone Project Amount Started Completed MOAM -36th and Pearl St Water Main Replacement Missouri American Water 417-680-0311 $ 235,128.83 July, 2022 Joplin, MO Grant Alumbaugh April, 2023 MOAM -36th and Moffet St Water Main Replacement Missouri American Water 417-680-0311 $ 753,361.00 July, 2022 Joplin, MO Grant Alumbaugh I ril, 2023 Red Collar Pet Foods D1 Resources 620-461-0465 ext 206 $ 8,500.00 Oct, 2022 Miami, OK Chris Duley April, 2023 MOAM -26th and Tyler Water Main Replacement Missouri American Water 417-680-0311 $ 356,589.93 Nov, 2022 Joplin, MO Grant Alumbaugh April, 2023 Road Ranger Travel Plaza Seneca Companies 515-264-4379 $ 637,400.00 Sept, 2022 Joplin, MO Stuart Jennings April, 2023 Crossmar Crossmar Investments 479-619-6409 $ 88,000.00 Oct, 2022 Joplin, MO Drake Stobart April, 2023 MOAM -Various Water Projects Missouri American Water 417-437-1270 $ 3,855;994.12 Jan, 2022 Joplin, MO Trenton McCarty 2022 Owens Corning Crossland Construction 620-704-7338 $ 273,000.00 Nov, 2022 Joplin, MO Todd Lawson Mar, 2023 Columbus Central Utilities Demo Crossland Construction 785-294-0047 $ 289,500.00 Aug, 2022 Columbus, KS Derek Haverkamp I Jan 2023 , Columbus 15" Sewer Repair City of Columbus, KS 620-429-6173 $ 12,800.00 Nov, 2022 Columbus, KS Jake Lettner Dec, 2022 Eagles Edge Water Main Extension Ledford Construction 417-439-5593 $ 136,100.00 Feb, 2022 Joplin, MO Lance Ledford Aug, 2022 South Garland Ave Water Improvements Corey Granderson 479-444-3452 $ 797,000.00 Apr, 2022 Fayetteville, AR City of Fayetteville Jul, 2022 La-Z-Boy Nate Kirk 620-762-1449 $ 1,663,312.00 Jun, 2021 Neosho, MO Crossland Construction June, 2022 North Main Street Fire Line Johnson Controls 417-860-1503 $ 99,950.00 Jan, 2022 Joplin, MO Danny Salsman May, 2022 Pace Setter Ministries Crossland Construction 620-429-1414 $ 65,600.00 Jan, 2022 Miami, OK Todd Lawson May, 2022 RWU Water Line Replacement Aaron Short 479-986-6827 $ 1,268,195.00 Apr, 2021 Rogers, AR Rogers Water Utilities May, 2022 Hawthorn Water Land Development Group 417-385-3045 $ 130,480.00 2022 Oronogo, MO David McCune JJan, I Apr, 2022 Hawthorn Gas City of Oronogo 417-483-9127 $ 120,520.00 2022 Oronogo, MO Tony Cantrell I JJan, Apr, 2022 Creekside Land Development Group 417-385-3045 I $ 208,000.00 Dec, 2021 Carthage, MO David McCune 1 Apr, 2022 Military American Water: Buildings 319-320-781A MAWS -Ft Leonard Wood 573-586-4278 $ 143,510.00 Jan, 2022 Joplin, MO Gary Pemberton Apr, 2022 Water Distribution Improvements Anderson Engineering 417-866-2741 $ 3,908,535.00 Dec, 2020 Pierce City, MO Andrew Novinger 1 Mar, 2022 Pro -System Crossland Construction 417-629-6079 $ 35,500.00 Jan, 2022 Joplin, MO Trent Parra iFeb,2022 MOAM -Various Water Projects Missouri American Water 417-437-1270 $ 1,439,143.70 Oct, 2021 Joplin, MO Trenton McCarty I 1 1 2021 Chick-Fil-A W. H Bass 770-713-0469 $ 125,000.00 2021 Joplin, MO Cole Miller JSept, Dec, 2021 Southwind Trails Developer Lay Land Development Group 417-385-3045 $ 401,443.00 Nov, 2020 Duenweg, MO David McCune Dec, 2021 Whispering Woods Phase 2 John McGrew 417-438-2175 $ 200,000.00 Mar, 2021 Joplin, MO Molandco, Inc. Dec, 2021 Dover Hill Elementary Aaron Hight 620-674-1253 $ 326,000.00 Apr, 2021 Joplin, MO Crossland Construction I Dec, 2021 Greystone, phase 1 Tony Cantrell 417-673-4541 $ 65,000.00 Apr, 2021 Oronogo, MO Oronogo Public Works Apr, 2021 ACJ International Fireline 1.1oplin Mill Properties 615-289-0982 $ 106,072.00 Nov, 2020 Joplin, MO Bill Havrilka Dec, 2020 MOAM -Various Water Projects Missouri American Water 417-437-1270 $ 3,681,653.67 Nov, 2020 Joplin, MO Trenton McCarty 2020 Building 2051 Water Service American Water Military - - •- 28,360,00 July, 2020 Fort Leonard Wood, MO Jeffrey Hollis Oct, 2020 Building 1000 Water Line Relocation American Water Military - - 75,380.00 July, 2020 Fort Leonard Wood, MO Jeffrey Hollis Oct 2020 Fairway Drive Stormwater City of Carl Junction 4 - - 31,884.00 Aug, 2020 Carl Junction, MO Oct, 2020 Birnamwood Underground Electric Replacement City of Miami 918-542-6346 287,500.00 Mar, 2020 Miami, OK Tyler Cline 918-542-5104 Oct, 2020 Murphy's Oil Wright Construction 636-220-6850 70,600.00 Aug, 2020 Republic, MO Brian Guccione Sept, 2020 Kum & Go The Riverside Group, Inc. - - 45,000.00 July, 2020 Owasso, OK Bre Blackwell July, 2020 Meter Replacement Craig Copeland 405-406-4410 $ 700,000.00 Nov, 2019 Shawnee, OK Core and Main July, 2020 Hillsboro Water Service Improvements Michael Younger 620-672-1112 744,125.00 Aug, 2019 Hillsboro, KS Evans, Beerly & Hutchinson June, 2020 Sam's Club Utility Relocation Wright Construction - - 13,600.00 May, 2020 Springfield, MO Nathan Bibb May, 2020 Piper Glen 3 Waterline David McCune 417-385-3045 117,000.00 Jan, 2020 Joplin, MO Land Development Group Apr, 2020 Waters ge Water Main Extension John McGrew 417-438-2175 89,900.00 Nov, 2019 Joplin, MO Molandco, Inc. Mar, 2020 Water Sys imp contract43 Timothy Schoenhoff 417-886-7171 $ 379,500.00 Jul, 2019 Manstield, MO Great River Engineering Mar, 2020 Perspectives Prep Academy Crossland Construction 620-429-1414 $ 75,000.00 Feb, 2020 Joplin, MO Ryan Studebaker Feb, 2020 Meter Replacement Brian Barnes 918-586-7128 60,000.00 Nov, 2019 Stigler, OK ' Core and Main Feb, 2020 Okmulgee County, OK Meter Replacement Brian Barnes 918-586-7128 $ 46,000.00 Aug, 2019 Okmulgee, OK Core and Main Feb, 2020 ivinwauKee Ave Water Main Installation Roger Sparks 816-752-8106 $ 214,780.00 Oct, 2019 Lawson, MO MO American Water 816-233-3317 Jan, 2020 Missouri American Water- Various Water Projects Missouri American Water 41/-43 /-1L/U $ 6,314,807.00 Jan. 2020 Joplin, MO Trenton McCarty 580-317-4104 Dec.2020 Water System Improvements Brandon Wall $ 2,367,354.25 Jan, 2.019 Elmore City, OK Wall Engineering 1.1an, 2020 MOAM - Various Water Projects Missouri American Water 41/-4yy-tS3yU $ 1,794,450.00 Oct, 2019 Joplin, Missouri Andrew Holderness 2020 Jasper Lab Eric Norwood 417-893-1622 $ 59,000.00 Jun, 2019 Joplin, MO Jasper Products lAug,2019 Logan County, OK Meter Replacement Brian Barnes 918-586-7128 $ 24,610.00 Jul, 2019 Marshall, OK Core and Main lAug,2019 Water Meter Changeout Jerry Jenkins 41/-5197) 5 $ 90,000.00 Feb, 2019 Joplin, Missouri Missouri American Water July, 2019 Bison Rd & Durham Rd Water Line Relocation Greg Armstrong K8-b6i-/611 $ 153,695.00 Dewey, OK Holloway, Updike, Bellen IFeb,2019 Apr, 2019 Lyon County RWD #1 Brett Waggoner /8b-/4y-44/4 $ 1,494,105.00 Feb, 2018 Mar, 2019 2017 Water System Improvements BG Consultants ext Z122 10th Street Water Line Improvements John Johnson "JJ" b2U-332-5/13 $ 823,739.00 Coffeyville, KS TranSystems JAug,2018 Mar, 2019 Star Pipe Foundry Utility Relocation City of S. Coffeyville 918-637-3961 149,300.00 Nov, 2018 South Coffeyville, OK Dwayne Henderson 1 iFeb,2019 Tyson Mexican Original Plant fire line loop City of Fayetteville 479-444-3429 360,000.00 June, 2018 Fayetteville, Arkansas Matt Casey I IDec, 2018 Kum & Go Water and Sewer Line Kum & Go - - 216,994.00 July, 2018 Joplin, Missouri via Hawk Building Co. Oct, 2018 Holiday Inn Express Hotel utilities Parsons Hospitality Holdin - - 27,398.00 July, 2018 Parsons, KS via Integrity Construction Oct, 2018 Holiday Inn Conference Center utilities Parsons Hospitality Holdin - - 35,198.00 July, 2018 Parsons, KS via Integrity Construction Oct, 2018 Joplin Fire Protection -O'Sullivan Warehouse water leaks Missouri American Water - - 36,000.00 June, 2018 Lamar, Missouri Andrew Holderness July, 2018 Fayetteville, AR MLI< Waterline Improvements City of Fayetteville 479-444-3429 1,919,872.00 July, 2017 Fayetteville; AR Matt Casey - - — — June,2018 Dewey, OK City of Dewey, 01< - - 97,875.00 Feb, 2018 Water Line Relocation Kevin Trease Mar, 2018 MoAm -Various Water Projects Missouri American Water 1/-b27-38UU ex $ 974,980.00 Oct, 2017 Johnny Shepard 2017 Johnny Shepard Dec 2017 MoAm Water Moffet & Glenview Main Relocation Missouri American Water 41/-bL/-3bUU ext 1UU4 $ 96,375.00 Oct, 2017 Johnny Shepard Dec 2017 MoAm Water 6th between Jackson & Gray Missouri American Water 41/-b2/-36UU ext 1UU4 $ 83,245.00 Oct, 2017 Main Relocation Johnny Shepard Dec, 2017 MoAm Water Warrensburg Missouri American Water 314-9yb-1234 $ 143,010.00 Oct, 2017 Jackie Thomas Dec, 2017 Pittsburg, KS Mercy Clinic Snyder Const, Group 41/-2S2S/-btiy/ $ 59,584.00 June, 2017 Jordan Dec, 2017 Irwin MoAm Water Dove Drive Booster Station Missouri American Water 314-y9b-L1.34 $ 209,339.00 July, 2017 Jackie Thomas Dec, 2017 Arvest Bank Crossland Construction b2U-429-1414 $ 60,000.00 Aug, 2017 Pittsburg, KS Kirk Harris Dec, 2017 Coffeyville, KS Water Line Improvements Allgeier Martin 417-680-7200 $ 267,900.00 June, 2017 14th, 15th and Spruce Streets Blake Watson Nov,, 017 MoAm Water Texas -Arizona (20th to 22nd) Missouri American Water 41/-4yy-639U $ 114,725.00 June, 2017 Stormwater Improvements -------- -- -- --- Andrew Holderness - -- --- ---- - - ------ Oct 2017 - — Hope City Church Crossland Construction 620-429-1414 $ 76,600.00 July, 2017 Oct, 2017 Aaron Hight Natural Grocers McPherson Contractors 620-429-1414 $ 120,737.00 July, 2017 Sept, 2017 Jeff Heit Block 22 Heath Dawson 417-830-3493 $ 86,621.00 July, 2017 Aug, 2017 Pittsburg, KS Vecino Group MoAm Water 20th and Ozark Water Main Relocation Missouri American Water 41/4yy-Ki3 U $ 109,000.00 July, 2017 Aug, 2017 Andrew Holderness Adams, OK Water Well Construction Ron Erdman, PE 580-234-8780 $ 676,000.00 Dec, 2016 July, 2017 Envirotech Engineering Saint Francis Health Center Kurds Koenigsknecht 918-710-3362 $ 294,438.00 Jan, 2017 June, 2017 Flintco MOAM Schifferdecker Bridge Water Main Steve Mifflin 314-996-2290 $ 59,100.00 Jan, 2016 Feb, 2017 Construction MO American Water Regional Eye Center Chad Smith 417-623-3584 $ 54,800.00 Dec, 2016 Jan, 2017 Joplin Fire Protection Pittsburg, KS Wal-Mart Learning Center Wright Construction 636-220-6850 $ 55,478.00 Nov, 2016 Dec, 2016 Glenpool, OK Water System Improvements Russ Fischer 918-949-6171 $ 2,202,414.00 Jan, 2016 Nov, 2 116 - Cowan Group Eng. Kansas Crossing Casino-offsite utilities McPherson Contractors $ 4,045,000.00 July, 2016 Jan, 2017 for City of Pittsburg Jeff Heit 2016 Missouri American Water MO AM Water 636-LLL-35ti1 $ 110,285.00 Sept, 2016 Sept, 2016 Euclid Ave Water Main Relocation Sam Givens Neosho, MO Hill Street Sanitary Sewer Extension Allgeier Martin & Assoc. 417-680-7200 $ 72,400.00 Oct, 2016 Oct, 2016 City of Neosho J. Eric DeGruson 2016 Missouri American Water MO AM Water bib-G1G-35t51 $ 177,005.00 June, 2016 July, 2016 Shoal Creek Water Main Relocation Sam Givens Grove Public Schools Nate Kirk 620-429-9251 $ 163,000.00 April, 2016 July, 2016 Performing Arts Center Crossland Construction Muskogee VA Tower Restoration Sub to Maguire iron 605-334-9749 x. 1637 $ 49,363.00 April, 2016 May, 2016 Ben Renken Kansas Crossing Casino-onsite utilities Emery Sapp and Sons 41/-663-9915 $ 312,000.00 May, 2016 July, 2016 Brad Emory 2015 Missouri American Water MO AM Water 314-996-2335 $ 95,000.00 Nov, 2015 Mar, 2016 15th Street Water Main Relocation Michael McMillion MOAM - 20th Street -Murphy to Main Mike McMillion 314-996-2335 126,000.00 Oct, 2015 Joplin, Missouri michael.mcmillion@amwater.com Jan, 2016 2015 Wyandotte Cultural Center Allgeier Martin 417-680-7200 94,638.00 Oct, 2015 Apr, 2016 Site Utility Package and propane tank Kurt Higgins Last rd Street Developer Lay Allgeler Martin 417-680-7200 97,079.00 Nov, 2015 Jan, 2016 Install waterline Kurt Higgins Perry, OK Waterline Relocation Blaine Reely 805-280-1051 96,980.00 Jan, 2016 Apr, 2016 Monsoon Consultants 2015 Missouri American Water MO AM Water 417-623-0676 625,000.00 Oct, 2015 Jan, 2016 Meter changeout program George Campbell -- .2015 Missourt-American-Water ==- - - — — -- MO AM Water —.314-996-2415 - 48,905.00-- Oct, 2015 - Nov,--2015 — Geneva and [peters Water Main relocation Troy Turner 2015 Missouri American Water MO AM Water 314-996-2415 38,200.00 Oct, 2015 Nov, 2015 Hill Street Water Main relocation Troy Turner 2015 Missouri American Water -1st & Gray Water.Main Relocation — - --- - MO AM Water 314-996-2335 Michael McMillion - -------- -- t, 2015 Dec, 2015 --- ___ __ _._ _2015 45,fSept,2014 Wal-Mart Neighborhood Market Immel Construction 920-468-8208 Voss2015 323,y, 2015 Sept, 2015Phil[ Savanna, OK Utilities Relocation Poe &Associates 918-688-9108 Petricek2015 127e, 2015 Dec, 2015Richard Chili's Restaurant-Poteau, OK Water, and Storm Drain Anthony Vargas 918-971-9401 163ar, 2015 July, 2015Sewer, 2014 OSU-Okmulgee Sewer & Water Line Rehabilitation Mark Pitcher 918-293-5412 2,019n, 2014 Feb, 20152014-15 Cherokee Nation So. Coffeyville Casino on site and off site Sewer, Water & Storm Drain Steve Wright 918-835-1138 624pt, 2014 Feb, 2 115 2014-15 Wyandotte Nation Road and Water Improveme Kurt Higgins 417-680-7200 $ 1,687,118.08 Aug, 2 114 June, 2015 2014 Mercy Clinic -Joplin North Sewer line and Water line and Storm Drain Cody Ritter 417-881-4820 151,040.00 Jan, 2 114 Aug, 2014 2014 PSU Event Center Sewer line and Water line and Storm Drain Reggie Parsons 817-304-3614 228,453.20 Jan, 2014 Nov, 2014 2014-15 Commerce Bank Sewer line, Water Line, and Storm Drain Nate Stahl 620-429-1414 101,437.00 July,2014 Aug, 2015 2014-2015 Girard Water System Improvements John Briggs - - 451,915.00 July, 2014 Aug, 2015 2014 Cott Beverage Expansion: sewer line, water line, and Storm Drain Dan Eads 260-434-4000 x 235 $ 297,191.60 June, 2014 Nov, 2014 2013 Chetopa Waterline Rehabilitation Chetopa, KS Jason Coltrane, eng. Ron Wood, mayor 918-499-6000 620-249-2185 $ 3,312,814.50 May, 2013 May, 2014 2014 Crowder College Webb City Tornado Safe Room and Expansion Lee Grant 417-877-7812 $ 100,912.00 jAug,2013 June, 2014 American Water Resources Sewer Line & In -home & Waterline Protection Program, Joplin, MO Matt Barnhart 417-624-7543 $120,000.00 + 2004 2018 ongoing Northpark Mail: Sewer Line Replacement and Waterline Maintenance Program Phillip Wade 417-781-2121 $ 34,168.44 2012 2018 ongoing 2012 Hampshire Terrace Site Sewer, Water, and Storm D James Byers 513-588-1014 240,000.00 Aug, 2012 Nov, 2012 2011-2012 FEMA Temporary Housing: Sewer Line, Watei and Storm Drain Dennis Hughes Dennis.E.Hughes@ usace.army.mil $ 1,052,000.00 1 July, 2011 Oct, 2011 200 2005 1987 Sullivan Compressor 201 2021 2021 Ditch Witch. HX75 Vaccum System 201 -A 2021 2021 Ditch Witch, VT24 Tandem Axle Trailer 202 2004 1999 1700C Scat Trak 20' '2Q20 :J2067X,,;obota, " JNQ '�,T, Mint,EYovator, 205 2014 2012 CAT 420F Backhoe 206 2005 2002 420D CAT Backhoe 207 2012 420D CAT Backhoe 208 2005 2005 420D CAT Backhoe 209 2006 480 Case Tractor (Joplin Farm) 210 2008 Case Excavator CX1 30 211 2020 Case CX33CAA Uni Excavator 212 2020 Cise. CXMC Excavator EROPS L 21.Z-A' .2020 BUCKETS 12-18%', Buckets, EQ1 1479,EQ1 1635-24% E01 11636-36" 213 2020 Caterpfflar 427-2 Backhoe, 214 2021 2016 PJ Equipment Trailer 215 Takeuchi TL230 Series 2 Skid Steer 216, 2021 tT,6 6 E as , x s Londhorp, Utility Trailer (22'L x 95,"1N) 21,71 .2021 42008, � 56st.T, 6 �, L; ong ml., Lffiflty�rTr li4r(z4'Lx94,V) - 218 Takeuchi TB153 (FR) Mini Excavator 219 2018 430F IT Caterpiflar Backhoe -2 1. 19 .= CASE: CX80 EXCAVATORMH CAB '42 I A - 019, .."..-TAKELICHI W.-BUCKET.,:,, YKE UCH 1 "10-13 U TA' CKET ROOM3 W14E 'Ea 9 45". 1:2020 ''Ditch Witch Trailer 2020 BitchVitdiPTI,0100iriutonal U nit 2021 2009 Homemade Utifity Trailer 227 2021: 1986 1 V.Carhauler Traiter Colri6x 229— -2-021 Conk 230 GreyReel Pipe Trailer 21Y21 Ditch Witch Vacuum E:Kcavatar fiX75'TRAILEta .(attached to .3,67.) 232 2021 Case 580 Backhoe Case Skid Steer filar 420, Backhoe, Qatterpli �23 ;g� Ila atterpt i iMS;MSteer 237; 2021, Catterpillar 290 Skid Steer 238 20121 Bur and Connex (4V High Cube Container) !jtgU!jdj Connex L40- High CLd),e Cointain2�r) CL.60PTG P$e TrWer 1.998.Holden.E Traler. ql� 250 2003 1978 HIM 4x8 Fittings Tlr 252 2004 1998 8x1 6 Loadmaster Tir 256 2006 Box Trailer 257 2006 Box Trailer 268 2006 Box Trailer 259 2006 97 Backhoe Trailer 260 2006 500 Gal Diesel Tank w/ containment reservoir 261 2006 Box Trailer 262 2006 Box Trailer 263 2006 2001 8 x 16 Trailer 264 2006 2001 Utility Trailer (SMALL BOX) 265 2005 Tank 268 2006 1995 HM Testing Trailer (BROWN/BLK) 269 2006 2006 2G Trailer 271 2007 1993 Case 660 Trencher 272 2007 Hobart Stickmate Welder 273 2014 Case 580 SN WT Backhoe 274 2013 TD Gooseneck Trailer 275 2014 2005 Elite Gooseneck Trailer 276 2014 2000 Ring-o-matic Jet Vac Trailer 277 2014 2005 Office Trailer 278 2015 2016 United Cargo Trailer 279 2015 2004 Belshe Ditch Witch Trailer 281 2016 2009 Hybrid HB1 430 Scissor Lift, Electric 282 2016 2016 Starlite Flatbed Trailer 283 2016 PJ Shoring Trailer (Including trench boxes) 284 2017 2002 badger 1085D Rubber tire Excavator 285 2017 2017 Caterpillar 420 F21T Backhoe Loader with bucket and Forks 286 2017 2017 Caterpillar 299 Skid Steer With Bucket & Forks 287 2017 Caterpillar 316FL Hydraulic Excavator with buckets 289 2018 1999 McLau hin MCL24B directional boring machine 290 2018 Ditch Witch JT10 w/300' of Drill Rod, housing & Bit 290-A 2018 Ditch Witch FMX5X MUD MIXER W/3000AL TANK 290-B 2018 SUBSITE TK RECON II TRACKER 290-C 2018 SUBSITE TD RECON DISPLAY 290-D 2018 BELSHE WB14 PULL TRAILER 290-E 2018 SUBSITE 17T1 BEACON 291 2018 20 ZS 20' Standard 20' Container TO Cam Container 292 2018 8' La mor SM300 Street Broom 3 wheel 293 2018 40' High Cube Double Door Container 294 2018 40' high cube double door 295 2018 Caterpillar 12" Bucket Model BKT420-12 ID#17PM0721 296 2018 2016 Maxey Ublity trailer 297 2019 2002 International P2574 with Vactor2100 sewer vac unit 298-A 2019 2019.Venneet D24x40iil Value Parka e-bbdn machine ` '298-6 2019 201$ UermeerMX240 rnutl mixer.witti"1000" ai"tank "'; 298-C 201.9 20(:9 Di ita#.Control.P2 Guidance 299 .2019 2019 5' Trailer. ". 300 2005 2" MultiQwip Water Pump 301 2005 M-Scope Valve Box Locator 302 2005 Green Beam Pipe Lazer 303 2005 2004 Grundomat P95 Hole Hog 304 2005 2003 Bosh Hammer Drill 305 2005 2" Water Pump 306 2005 Ingersol Rand 901b Hammer 307 2005 2003 Metrotec Line Locator 308 2005 T400 Cut off Saw 309 2005 T400 Cut off Saw 310 2005 S.rvc Trk Fuel Pump Fil Rite 311 2005 Ford Drilling Machine 312 2005 Stihl M5-250 Chain Saw 313 2005 2005 Bale Chopper 314 2006 Qwik Freezer 315 2012 Muller Tapping Machine 316 2006 Backflow Preventor Tester 317 2006 2006 Grundomat Hole Hog 95P 318 2006 2004 Ford Tapping Machine 319 2006 2004 Rice Hydro Test Pump 320 2006 2005 CTI Forks for 420D CAT 321 2006 CTI Forks for 420D CAT 322 2006 Laser Level with Tripod 323 2006 Level with Tripod 324 2006 1 1/2" Water Pump 325 2006 Generator (Maverick) 326 2006 Hydrotest Pump (Maverick) 327 2006 Air Chisel 328 2006 Pin Locator 329 2006 Pin Locator 330 2006 1 1/2" Pump (Warren Rupp) 331 2006 Mueller Tapping Machine 332 2006 Stihl Cut-off Saw 333 2006 1 1/2" Warren Rupp Water Pump 334 2006 Shoring 335 2006 Ingersoll Rand 901b Hammer 336 2006 LD-12 Water Leak Detector 337 2006 2" Trash Pump 338 2007 Metrotech 480E Locator 339 2007 Grundex 2" Water Pump 340 2007 42"Forks 341 2007 SeeSnake Inspection System 342 2007 Ridgid Transmitter 343 2007 Bore Machine 344 2007 1 International Boring Machine 345 2007 Saw 346 2007 1 1/2" Pump 347 2007 Ridgid Locator w/Case 348 2007 18" Bucket for Case 349 1 2007 SUN Cut Off Saw 350 2008 Dixie Chopper 351 2009 Hand Operated Hydrostatic Test Pump 352 2009 Wacker Model: BS-60 2 CY 353 2009 Water Pump 3" Multi Quip Honda 264GPM 354 2009 Hydro Breaker 355 2009 3- Trench Plates 5' x 10' 356 2011 Ridgid Cable 357 2014 Model M6 Power Box Rake 358 2014 ICS Concrete Chain Saw 359 2014 2 - Steel trench boxes 360 2014 2013 2" QP2TH Gas Trash Pump 361 2014 12" Compactor Excavator Bucket 362 2014 Okada Rock Hammer for Backhoe 363 2014 TOPCON Laser, RL-H4C DB 364 2014 9' Tripod Salalift II Winch 8300041 365 2014 Safety Harness for Laser 1106024 366 2016 Test Pump 367 2016 Rock Box 368 2017 Caterpillar 42" 1.00 yd3 Bucket Model #B316-42 369 2020 " 1990 i &6f 1:86 We cam ressor j, 370 2020 L&oi 185'air. con'"ressor':. 371 2020 Tilh;k,:VE75 vacuum excavator 372, .2020 , . iGS,Cc�ncret�.:Chain.Saw 59851 >86-04 373 2A20 ICS Concrete Chain Saw'S9851 86-04 374 2021 TS420 Cut Off Saw 375 ' 2021 ' TSO Cud C1tf Saw 376 2021 Ingersoll Rand air compressor Unit #006,-18-3254 377 2021 M-T-,HSP-3504-3MGH pressure washer %$ 2A21 fl 4 McElro FUSe-Machine W/ I(1SeftS ,, __..._ . >.._.... _. ._ . . 379 2021 ~vate filar Portable Generator Model INV2250 60KZ 120V 1 1 380 . 2021 CaterpiliarPortable Generator Model If�1V2250 60HZ 120V,C1 al 381 ` 2121" Cafe "11arPortable Genera#or`Mpdef RP5500' 382 2049-1 ; t kada Rock Fiammet for Case :Excavator GK130 38`3. 2Q21 Ele:ctresnic Aufsaser I:erel 319i1-GR fused) 384 2A21- Idol Matie Plus Electrof islon Machine 385, 2.'02`I Desmond Concrete SaW "3861- H.', rrastatic Test Pump 387 042? 1 'Ditch Witch Power Boom HX 75'800/400 4r Hose 231} _ 388, , 2.A2"i Caler..pi!! r B T420-12 .Bucket 389 - 2d12`1 ( fier; liar';Eik 3"420-18 Bucket 399 2021 'H�draiAia Breaker Hammer Combo SSUCXh37C 391 2iJ21: SUN 170 1T!99"L,,C4ajm Lsaw 392 2102 f lliilwoulsa. M1$ FBI Blower 393 2021 MutiQuip Comrste Mixerr withSteel Drum 39'4 2'lkl''1 ,DeWalt44 00-Watt,GasdAne Powered Generator 395 2p2'1 Amenrcan :Si nW'Men**- Board 396 =21 Amee i an Signal 11/fessa 'e Board 397 .2021 American `Stgbal ='S nal:E3oard 398 2021 Warren Rupp 12 Volt S.ubmers b a Pump 399. 2021 5 ;`Skreet Plates -:(3) 60"by 12A° & �2) 49" by 400 .2021 Stiht TS420 Cut C3ff Saw 401 2021 ._ Delta T E3erich Grinder - ---- 402 2021 Mi (waukaa. 2 Galion W-aftfDry Vacuum 403 1 2021 Porter Cable Portable. Electric Air Compressor 404, 2021 M letiajjkee W8 Fuel V Hammer Drill 405 2021 Caterpillar BKT42k"J '12 Bucket- 406 2021 Cater�iitar If�120-'18 Bucket GOHNIS tEN T ERPRIHS, UNC, 1,A: I i 1 Eiti:i CGU iSEi IT lei LIBO OF A SPE.C.U11 N1,EETIx1IG D�-1 THE BOARD OF DIRKTO3S July 0111,2027 fn fieu of a special meetin of the Board of Directors ("Board") of Goins Enterprises, tnc., a Kansas corporation ("Company"), the undersigned, being all of the Directors of the Company, hereby consent to the adoption of, and hereby adopt the following resolutions, so that the resolutions shalt have the same force and effect as if they had been duly adopted at a special meeting of the Company's Board of Directors, duly called, noticed, and held: Apgroval of Signing Authorlty VVIHEREAS, the Board desires to authorize the fol[owing individuals to signthe specific documents outllned below on behalf of Company: �arry �ir�-; Dltit.� ----_.G ol'ns— Thonnason Corls6ell�zi 5; An�i_— roy31 is ?. o n I c Cornparq Ch--,6 i3 !t V vendor Coniraeu >$3NI Masker Ve"n-dor Agreesmanzs .. __ _. — _ ._.... _, . __. _ ..... --- -- . —_-•--_—_..__.. .—.. P/�Ur/c'{iaa ° OEE'a`�iydj r1Js"?j _ _. .� _ _. ._.. ____��..�_._...._.. ___-_•• ---- �... _.-- -- --•- ._ ._.....—..._ .. }q" pi�IG-l1L ll� �e`l6i N�F AgrvVi�r:l es -.....� _ - •—u � ___••__--_._'.. __—__.—..—._._-`_ Customer Contracts >$RA ��_._... t Customer Ccitra ds <$3NI x -----_ Custorfteii` Contract VIaivers -___ ---- V A -- ---__-�-- Customs r Contras Change carders -- �--- ----�--------------•_-•._.____._.,_ EquipMen4 Purchase AgreeE! eats ;Title Wort;- - x Benaal AgreernenCs x -- --_-- 'Bid Proposals - x x - . - ---- Permits p: Ucenses h Employrnerit Agreernen;s-- Employee TermEna:Ion Aar e-meMZ- n -- Carporate 4 EFNItration,Ta Reafstra4ion Annual Reports � - ---x.__.-. A Employmerit,Sates, Use & Exclse TaUX; Returns x -- v Cher Caneral Corporate D•ocu-11an&s ----- X - -- N0k lI TH EREi'DRE SEI IT RESOLVED, that the individuals listed above are hereby authorized, for, on be'na[f and in the. name of Company to execute- and de l t documents, h h 1 ,� fiver from tim� o times such doCum�nt�, amendments tnCr I certifica-LeS or other instruments as may nog,{i or herea per be. required to othe-roils e act on behalf of Company, FURTHER RESOLVED, that all lawful at -,Ls and deeds heretofore or hereafter done, and any action further talten by Company and such listed individuals, for or on behalf of Company in carrying outthe terms and intentirns cf 'the iu11-1 i l'� r=550 all0 S' o! OU-1-i�`r«� vilUhIn he, terms o ohm r:11�� it i � �+ 6 r, r -oin: r�_ �I ai� s ha, and har o f a r, rail �oroved, and co f1 rmcd in all resat Cts as the acts .l it d, gnu dads or Company. FURTHER RESOLVED, that this Wri t n Consent (this "Consen!F) may be e;ecutad in any{ number of counterpa ems, each of which shall be da-am.-d to be an original and all of which shall constitute on` �ns�rur�`;� , and the signature of the undersigned transmitted by facslrnlle, or, as an a.tachmentto an electric mail messaga, �, In "PdF/ or similar format, shall be deemed tc be his original signature for all purposes, A.ny photocopy, facsimile copy or electronic COPY of this Consent or a counterpar thereof shall be admissible into evidence in any Proceeding as though the same were an original. Iii WITNESS \AIHERELDE, the unders.ianed executed this Consent as of the date firstwritten above. BOARD OF DMECT ORS .iIll bust -In M. Gary, Chairman (1 By: t�'- Chris.tvp 1, � �h�r S. Mrli varns, Director BY CD — e4 Doran Sch\xartz, Dlrector ACKi~iOIK EOGMENi T The undersigned each acknoEoiledae that they. have received and read -he above slartina — a a author" declaration, understand i-, and agree to only sign those documents that". have been sp-eclfically-approved No statement or representation by a manager or any dher employee, whather oral or vmitten, can suppl-M-nt or modify this approval, Changas can only be made if approved in wrliing by the Board of the Company, ter Goin`` Jim Thomason Principal Members Background and Experience: ERRY GOINS, PRESIDENT: CERTIFICATIONS: Nlissourl Water Distribution III 40 Hour Hazardous Waste Site Training CFR 19.29 Crowder College Confined Space Entry Medical Emergency response training Certified Competent person for trench excavations Oklahoma DEQ Operator Certification Pump & Motor Maintenance certification Electricity, PLC &VFD Operation certification EXPERIENCE: 2002-Present Goins -Enterprises, specializing in underground utilities 1997-2002 Missouri American Water utility worker 1993-1997 Branco, Neosho, MO supervisor -underground utilties 1989-1993 Goebel Co, Petaluma, CA supervisor paving and utility pipeline 1985-1909 Rowley Pipelines, Gilbert, AZ supervise utility projects JOB DUTIES: Attend Pre -Bid Conferences Search out new bid opportunities Look over potential job sites to observe/assess needs Estimate bids for new projects Daily contact with field superintendents (Project management) Schedule field crews Meet with/Call Subs and Suppliers Order job materials JIM THOMASON, Estimator/Project Manager _ EDUCATION: Bachelors of Construction Engineering Associates of Design and Drafting EXPERIENCE: 2012-Present Goins Enterprises, Project manager for all utility projects 2010-2012 Tribal Construction, Est/P M 2009-2010 Conquest, Owner, commercial construction 2008-2009 Darrin Miller Const, Est/PM 2006-2008 JCDM, Est/PM 2000-2006 Crossland Const, Est/PM JOSH SHORT, General Superintendent. CERTIFICATIONS: Confined Space Entry Training OSHA 10 Hour Certification OSHA 20 Hour Certification Excavating and Trenching Training 2021 CPR Certified Provider EXPERIENCE: 2005-Present Goins Enterprises, underground utilities JOSH FLAGER, Field Superintendent CERTIFICATIONS: Confined Space Entry Training OSHA 10 Hour Certification Excavation Safety for Competent Person - Excavating and Trenching Training - Registered Flagger Control Supervisor, Technician DS-3 Distribution System Operator Certification 2021 CPR Certified Provider EXPERIENCE: 2006-Present Goins Enterprises, underground utilities 2003-2006 Arrowhead Lawncare and Cleaning, Owner 2003-2005 Joplin Properties, Property (Manager MIKE SHOEMAKER, Field Superintendent CERTIF[CATION S: OSHA 10 Hour Certification 2021 CPR Cer ti eed Provider EXPERIENCE: 1015-Present Gouts Enterprises, Foreman/Operator 2008-2015 Shoemaker Construction, Owner 1993-2005 Snyder Bridge, Heavy Equipment Operator DOUG ARNOLD, PLUMBING ESTIMATOR AND PM CERTIFICATIONS: OSHA 10 Hour Certification OSHA Competent Person -Confined Space OSHA Competent Person -Trenching OSHA Silica Competent Person Master Plumber License --AR, OK, KS, MO Plasson Electrofusion Operator Training Category One Appliance Venting Drain Taste and Vent Systems 2021 CPR CErtif led Provider EXPERIENCE: 2017-current Goins Enterprises, Master Plumber 2004-2017 Arnold Plumbing, Owner, rnasier plumber CODY Gi HNS, LPERNIOR, ProjectSupen/lsor CERTIFICATIONS: IONS: Confined Space Entry Training - OSHA 10 Hour Certification 2021 CPR Certified Provider Plasson Electrof uslon Operator Training Excavation Safety for Competent Persons CHRISTOPHER DUBOIS, Project Supervisor CERTIFICATIONS: Confined Space Entry Training OSHA 10 Hour Certification 2021 CPR Certified Provider Excavation Safety for Competent Persons TERESA BATCHELOR, OFFICE MANAGER CERTIFICATIONS: Asbestos Safety Silica Safety 2021 CPR Certified Provider "w A N Safety Manager Certified Safety and Health Specialist (CSHS) Carpenter Journeyman (Foreman) Respirator Training Instructor Fall Protection Competent Person OSHA 10 / OSHA 30 / OSHA 500 First Aid/ CPR Trainer/Certified Curtis has been with Wolf since 2000 and has been instrumental in developing the Safety Culture of Wolf since 2007. He brings a wealth of knowledge and experience not only to the construction industry but what it takes to remain safe on the job. He has been involved in the safety program at Wolf since 2007 and became the Safety Manager in 2013. His passion to keep everyone safe in reflected in Wolf's impressive safety rim -cord. Wester Energy JEC FGD Upgrade - Safety Specialist o Document Control o Training and orientation for all new hires o Safety Audits, meetings and daily Safety Walk-Throughs o Facilitated/Conducted project wide safetymeetings for all contractors o Administered the Confined Space and.Hot Work programs o Assigned all Respiratory fit testing and record keeping o Coordinator for all contractor safety representative o Monitor and maintained all OSHAstandards o Daily and weekly paper work records for OSHA and plantrecords o Monitoring the procedures and plans for a plant wide evacuation o Involved with the investigation team for all safety procedures on thejob o Supervised setting up teams to perform PPE (Personal Protective Equipment) monthly audits o Promoted an Injury free work environment" ZERO TODAY ZERO TOMMOROW" Westar Energy JEC EGD Scrubber, DEC SCR Upgrade, & LEC AQCS Upgrade — Project Safety Manager o Audited all paperwork o inspections of all excavations o Daily Safety walk-through o Held safety orientations for new hires o Kept records on all injuries/first aids o Held weekly safety meetings o Understanding and implementing Westar Energy's Safety procedures and policies for the job o Performed PPE Audits on all employees VVestar Energy LEC Drainage project—Carpenter/Carpenter Foreman o Ordered materials o Inspected and maintained all tools were on site and in good working condition o Kept track of time for employees on jab 0 Understanding of the job and the planning for the following days activities Commercial Contractors Licensing Board COINS ENTERPRISES INC. 4119 SW SOUTHGATE DR TOPEKA, KS 66609 3 E C RETARY May 19,2023 - dsa Horseshoe Construction, Inc. 853 Innovation Dr. Bryan, TX 77808 Phone: (281) 478-5477 Fax: (281) 478-6436 COMPANY BACKGROUND ® We have been in business under the name of Horseshoe Construction, Inc. for 31 years. ® Horseshoe Construction, Inc., 853 Innovation Drive, Bryan, Texas 77808 ® Corporation organized in the state of Texas. ® Chief Executive Officer — Christopher Bahl Chief Operating and Financial Officer, Vice President — Bradley King President — James R. Holt General Superintendent — James Kelly Project Manager — Taylor Jones Project Manager — Christian Bahl There are no company trade organizations/associations/affiliations. EXPERIENCE OF KEY PERSONNEL Christopher Bahl has 25 years of executive leadership in multi -billion dollar organizations in varying industries. Chris brings a "get it done" attitude to Horseshoe and provides the organization with the leadership to increase revenue and business growth through strategic planning and innovative business development. Chris holds an MBA from Wichita State University and a Bachelor of Science from Kansas State University. Bradley King has over 25 years of trenchless technology experience to Horseshoe with 6 years of executive leadership in operations and finance. Bradley brings experience and a deep knowledge of nearly every trenchless technology method and product in the marketplace. Bradley is a goals driven leader who provides cost control initiatives to the organization. Bradley holds an MBA in Accounting from Louisiana State University and Bachelor of Science in Construction Engineering Technology from Missouri Western State University. James "Rick" Holt has nearly 40 years of experience in utility construction with over 30 years as an owner of Horseshoe. Rick has a wealth of knowledge of pipe bursting, sliplining, and open trench installation within Horseshoe beginning as an employee of his father's utility company. Rick studied History at Ouachita Baptist University and soon became business partners with his two brothers and created Horseshoe Construction, Inc on Dec 14., 1992. James Kelly has over 20 years in the underground utility field. James and Rick have worked together to make Horseshoe into a multimillion -dollar company and one of the leading pipe rehabilitation contractors in the United States, that provides a safe environment with quality work. James is a problem solver that is revered as one of the best in the industry. He has mentored more than 50 superintendents in the pipe bursting market and has blessed Horseshoe with 3 generations of his family that work for Horseshoe. Taylor Jones and Christian Bahl have a combined 13 years of experience as project managers. Taylor and Christian have both proven to be leaders inside and outside of Horseshoe. The project management team are driven to provide quality communication with project owners and representatives and driving schedule that efficiently completes projects. Horseshoe Construction, Inc. • e currently have six crews, each with a superintendent and foreman. All our superintendents and foremen have a minimum of 23 years' experience in the underground utility field. It would be impossible to say exactly which of our crews will be available for the job at this time. If low bidder and. needed, we will provide references on personnel. MANPOWER AND EQUIPMENT RESOURCES • Horseshoe Construction, Inc. maintains a minimum manpower resource of six (6) rehabilitation crews. Crew sizes vary in size from 5 to 12 employees based on the need of each procured project. Horseshoe Construction, Inc. maintains an organization of over 60 field employees. • Horseshoe Construction, Inc. maintains a fleet of owned, and leased, pipe bursting equipment to fully support each pipe bursting crew, which consists of pipe bursting winches, pneumatic hammers, air compressors, fusion machines, excavators, static pipe burst equipment, and many ancillary items to complete projects ranging from small to large diameter pipe, small to large project quantities, and small to large project value. • Horseshoe Construction, Inc. maintains an executive, management, financial and support team at the main office, located in Bryan, Texas to coordinate and manage the company projects located throughout the United States. LU z cr UA --b CC am z ®_ V rO I z u LU �LU v/ LU LLI LU LLl cr d' N N N co cli O O m > U > c> - (6 t°Joa o i V L O N• J Q m a + a— Z Q) Q. z i N i N :Lg 7 N Z LXu O O u .. L L L u RI O ® O CL_ 4-1 W U- � O N i 4- 0 4-J Q U fU c N Q L Q ® m (� O d' c� X (31 0) OC O W O z LL CO O 0 � oo CO V T N N Y M W J > -�e L!1 LPL I� C) 4- Q O rl cu d U Vm-1 000 k O_ C F4 4J 4-- N c Z Z Q U O_ a L L L L U U c c � i 0 JU U LL! .� J L �. co J uj Cj C m Z L Ncu Mod Factors HORSESHOE CONSTRUCTION INC Mod Factor 1,r04 status Final ARAP 1.00 FLARAP SARAP MAARAP Comments RATING ING REVISED TO REFLECT APPROVED RAT NG VALLIES Risk ID 91.4348668 Rating Eff mate 07/15/2023 Production gate 03/06/2023 HORSESHOE CONSTRUCTION INC Risk ED 914348668 Rating Efff date 07115/2022 Mod Factor 1101 Production Date 03/10/2022 status Final ARAP 1.00 ELARAP SARAiP MAARAP" Comments RATING REVISED TO REFLECT APPROVED RATING VALUES Copytigiat IM-2023, All riyhto reserved This pooducila tomVod of eornplsUon4 sod afarmttmrr +sitittt gas the proprietary snd Odusive property of the National Coundl an Cornpensv6m �surance, trac, (NCC3}. 110 further used dlssernitrgt�un, sgk, tr�itsr, asslprgnenf or tfiss{1ErsNian aftt� prorfict, in wtwfd or in part, array trs rrarfar Wrtheut 131e prior ya'tlan cansen"t of I+tCCI. This mdudit "bad `As 9$ 'As arWOW'M of detects` and ktclludes infomnation awltotOe at the OrnA of publkseorl e*. N� Ct makes zoo teprea+rritsho�ta ar urartt�nNes of Any S#nd retait„�j "to Is prsduct and hero by axpresaiy daefakns am/ grid 'it exprexs, ststulnry, or lnytdgd vwarmdes, loduding the impaled vArranty of merchsnlaijOlp, mil for* pesticater purpose, seurracy, mmotteness, mirrenbWS, or c�otredflass of any Womiation or product furrdthed hereunder. Alt wponifibirky for rho use of and for any and all resuhs defied or obtsktsd Ifwduph the ut* of the induct arol the end u3tes and MCI "I not holy* grip Nreebi 4 thereto, Page 1. of 3 HORSESHOE CONSTRUCTION INC Risk 10 914348668 t� t� Rating Eff Date 07/15/'2021 Mod Factor 0.,9v Production Date 04/12/2021 Status Final ARAP 1.00 FLARAP SARAP MAAiRAP Comments RATING REVISED T4 REFLECT APPROVED RATING VALUES HORSESHOE CONSTRUCTION INC Risk ID 914348668 Rating Ef€ duke 07/1512020 Mod Factor 0.,86 Production Date 03/27/2020 Status Final ARAP 1.00 FLARA1P SARAP MAARAP Comments RATING REVISED TO REFLECT APPROVED RATING VALUES copydpM 103-ZM3, M r rscsemd. This prAck Is comrrp bod of c4mpW"v and folorrmilon Whfi era the propsistary and extlus'vs proppwwttyy of the Natimal Coun6 an Coa,perrastion fIva ce, Ins, thcco. $6 (rt ow rise, diaserNnftli^ sale, Uinsfor, ets�Iruit ( or 01sposittcn of this product, In vfiale or In pare. may ba made vrilhoul the edorvften consenl of NOCl. This "clls hnishsd'As is' As sveftble" lh a It detar is, arrd fnrlwl#a 1ntotft Ian svebbte Aft time of pubkadon onty. Nr Cl makes rxo t>3pnssnleGorra rst wsfrtenlies of ar►y ktrtd ra4alai►g to is pro" and heraby exprrssty cesclafms soy and ait rsxpross, statutory, or Irrod warrandex, kx3udinq Ow Urrptfed warranty of rnarchanwfty, fAa4a for a particular p+u a, s"Utacy, orooslanes% arrreninass, or cormetnots of any lntorrnatkn of product furrdxhod hareundar. AM responsrinrty for the t1#4 of and fbr any and all results derived or obiodped through the wo M the mdUcf art tiro and uWs aand N=1 shstf root halve any twbRy thereto. Page 2of3 Mod Factor 1.00 Status Final ARAP 1.00 FLARAP SAPLAP MAARAP Comments RATING REVISED TO REFLECT APPROVED RATING VALUES Risk XD 914348668 Rating Eff Date 07/15/2019 Production Date 04/26/2019 Copy*t WO-2023, Al fiallds WWY44 This pm6rA Is comprised of comb0ons sad fnkmmWnAhkh ant The p(opislafy and exc"ve ity of ih* 1440wal Council an Compmsaeon CA, ma. (Nov), No (06�tff u". Cksomi"066N Im* fral'ste. ass%antant at 4poswaft 41' Ws P1444 in A01016 Orin Pert "Y bt Mad$ W thePriorvM116ft consent of NW. This Mullin 01 Zho todUctiv Nniched ASW 'As avaWA—Wth all defects" and inOWesinPormuNoti xvilabib st 0 " of publicatioll ". NCC1 MUSS t10 (WaseftlaWs orwanofts Of my k1ftd rWeng b wprodiad and hereby sypimly ckrJdrrs- any sad akexptals, 04julary, oelmp4d Ymy"oJaCkAng NOWW warranty of rmrchgn1oWQy.r0vsg for a particular purpose, amw"V, owpleumss, artrardnees, oc crxracUuras o4 ritzy tnformation Or miAtOmnl4hed hiroundoA4 mpo-1410ty rot Ow use of and for any and ol rosuft de&gd or obk*ed 1hiough the tile of iref4dud we tho and user's and NCCI steak not hei'm " WAT-ty thereto, Page 3 of 3 AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) THIS AGREEMENT is by and between City of Fayetteville, AR Goins Enterprises. Inc. Owner and Contractor hereby agree as follows: ARTICLE 1 — WORK ("Owner") and ("Contractor") 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: ARTICLE 2 — THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: 9,000 LF of 18" water line (using combination of slip line, jack and bore, and open cut), 320 LF of 12" water line, 300 LF of 8" water line and appurtenances. ARTICLE 3 — ENGINEER 3.01 The Project has been designed by Garver, LLC. 3.02 The Owner has retained Garver, LLC ("Engineer") to act as Owner's representative, and to have the rights, responsibilities, duties, and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Contract Times: Days A. The Work will be substantially completed within the following number of days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the following number of days after the date when the Contract Times commence to run. Descri #ion Substantial Completion Final Completion Entire Project 230 calendar days 260 calendar days 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): Project No. 21 W01161 1 Section 00 52 00 24-Inch Water Line Replacement Agreement 4.04 1. Substantial Completion: Contractor shall pay Owner $500 for each calendar day that expires after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.02.A above for Substantial Completion until the Work is substantially complete. 2. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner 11,M for each calendar day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing to timely attain Substantial Completion and final completion are not additive and will not be imposed concurrently. However, if the achieved substantial completion date falls after the specified final completion date, liquidated damages as specified in Completion of Remaining Work will immediately begin accruing from the date of substantial completion until final completion is achieved. Special Damages A. In addition to the amount provided for liquidated damages, Contractor shall reimburse Owner (1) for any fines or penalties imposed on Owner as a direct result of the Contractor's failure to attain Substantial Completion according to the Contract Times, and (2) for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Substantial Completion (as duly adjusted pursuant to the Contract), until the Work is substantially complete. B. After Contractor achieves Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times, Contractor shall reimburse Owner for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Work to be completed and ready for final payment (as duly adjusted pursuant to the Contract), until the Work is completed and ready for final payment. If the achieved substantial completion date falls after the specified final completion date, these costs will begin accruing immediately from the date of achieved substantial completion. ARTICLE 5 — CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A: A. For all Unit Price Work completed, a total of: Three million eight hundred fifty six thousand one hundred seven dollars and fifty cents. $ 3,856, 1 07.50 (in words) (in figures) All specific cash allowances, unit price work totals, and deductive bid alternatives are included in the above price in accordance with Article 13 of the General Conditions. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner may elect to make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the 15th day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Project No. 21 W01161 2 Section 00 52 00 24-Inch Water Line Replacement Agreement Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments are monies advanced for the purpose of assisting the Contractor to expedite the work of construction. The Owner holds the right to withhold any payment in accordance with Paragraph 15.01 of the General Conditions. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract a. 95 percent of Work completed (with the balance being retainage); and b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95 percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less 125 percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list of items to be completed or corrected prior to final payment. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06, minus any damages as described in Paragraphs 4.03 and 4.04. ARTICLE 7 — INTEREST 7.01 Not applicable. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site -related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) Project No. 21 W01161 3 Section 00 52 00 24-Inch Water Line Replacement Agreement the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. Executed Agreement 2. Addenda (if any) 3. Advertisement for Bids 4. Instructions to Bidders 5. Bid Form/Proposal 6. Statement of Bidders Qualifications 7. List of Manufacturers 8. List of Proposed Subcontractors 9. List of Equipment 10. General Conditions 11. Supplementary Conditions 12. OSHA Subpart P 13. Technical Specifications as listed in the Table of Contents 14. Drawings 15. Performance Bond 16. Payment Bond 17. Certificates of Insurance 18. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid 19. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. Project No. 21 W01161 4 Section 00 52 00 24-Inch Water Line Replacement Agreement c. Change Orders. d. Field Orders. B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is 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. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. Project No. 21 W01161 5 Section 00 52 00 24-Inch Water Line Replacement Agreement 10.06 Other Provisions A. Owner stipulates that if the General Conditions that are made a part of this Contract are based on EJCDCO C-700, Standard General Conditions for the Construction Contract, published by the Engineers Joint Contract Documents Committee®, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline/strikeout), or in the Supplementary Conditions. Project No. 21 W01161 6 Section 00 52 00 24-Inch Water Line Replacement Agreement IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on 4 Jwhich is the Effective Date of the Contract). OWNER: City of FayeVOville, By: CONTRACTOR: Goins Ente);prises, Inc. By: Title: Mayor ( Title: rk' LXAM . ` %111 f f ►►►►fi ``�����yK•�•T RFgs�(If Contractor is a corporation, a partnership, or a • G,,jgint venture, attach evidence of authority sign.) ti• Attest c�• VILLL:A�£est: Title. City Clerk Treasurer %��•;9RKaN`�P� �>} e: AGS(�f 4. p�oliWf 4- jy�,��„o aftia� Address for nivino nntices Z it i0N %,`,`` ATTN: Water/Sewer Division 113 W. Mountain St. Fayetteville, AR 72701 ►WrEAi AAdaffi0� License No.: Q 3 a�� 3 0 JC' a I (where a icable) This document is a MODIFIED version of EJCDCO C-520, Agreement Between Owner and Contractor for Constnrction Contrad (Stipulated Price). Copyright O 2013 National Society of Professional Engineers, American Coundl of Engineering Companies and is based in part an excerpts fkim EJCDC downeMs. Those portions of the text that originated b published EJCDC documents remain subject to copyright. Project No 21 W01161 7 Section 00 52 00 241nch Water Line Re*oement Agreement GOINS ENTERPRISES, INC. WRITTEN CONSENT IN LIEU OF A SPECIAL MEETING OF THE BOARD OF DIRECTORS January 01, 2024 In lieu of a special meeting of the Board of Directors ("Board") of Goins Enterprises, Inc., a Kansas corporation ("Company"), the undersigned, being all of the Directors of the Company, hereby consent to the adoption of, and hereby adopt the following resolutions, so that the resolutions shall have the same force and effect as if they had been duly adopted at a special meeting of the Company's Board of Directors, duly called, noticed, and held: Approval of Signing Authority WHEREAS, the Board desires to authorize the following individuals to sign the specific documents outlined below on behalf of Company: Josh Jim DnOiG Flager Thomason Constellation Awroval Electronic Company Checks X X Vendor Contracts >$3M X X Master Vendor Agreements X X Purchase Orders X X One -Time Vendor Agreements )C X Customer Contracts >$3M X X Customer Contracts <$3M X X Customer Contract Waivers X X Customer Contract Change Orders X X Equipment Purchase Agreements & Title Work X X Rental Agreements X X Bid Proposals X X Surety Bonds X X Permits ,& Licenses X X Employment Agreements X Employee Termination Agreements X Corporate Registration, Tax Registration & Annual Reports --- -- -- ---_-- __�_,—_------__..----- _.. X X __. Employment, Sales, Use & Excise Tax Returns -- ---------------- X X Other General Corporate Documents X X NOW, THEREFORE BE IT RESOLVED, that the individuals listed above are hereby authorized, for, on behalf and in the name of Company to execute and deliver from time to time such documents, amendments thereto, certificates or other instruments as may now or hereafter be required to otherwise act on behalf of Company. FURTHER RESOLVED, that all lawful acts and deeds heretofore or hereafter done, and any action further taken by Company and such listed individuals, for or on behalf of Company in carrying out the terms and intentions of the foregoing resolutions, or otherwise within the terms of the foregoing resolutions, be, and hereby are, ratified, approved, and confirmed in all respects as the acts and deeds of Company. FURTHER RESOLVED, that this Written Consent (this "Consent") may be executed in any number of counterparts, each of which shall be deemed to be an original and all of which shall constitute one instrument, and the signature of the undersigned transmitted by facsimile, or as an attachment to an electric mail message in "pdf" or similar format, shall be deemed to be his original signature for all purposes. Any photocopy, facsimile copy or electronic copy of this Consent or a counterpart thereof shall be admissible into evidence in any proceeding as though the same were an original. IN WITNESS WHEREOF, the undersigned executed this Consent as of the date first written above. BOARD OF DIRECTORS By: . Dustin M. Gary, Chairman By: C-V�� Christopher S. Abrams, Director By: Doran Schwartz, Director ACKNOWLEDGMENT The undersigned each acknowledge that they have received and read the above signing authority declaration, understand it, and agree to only sign those documents that have been specifically approved. No statement or representation by a manager or any other employee, whether oral or written, can supplement or modify this approval. Changes can only be made if approved in writing by the Board of the Company. q.-, -� Jo4Rager im Thomason