Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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