Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
160-18 RESOLUTION
.Af FAYE YlF I: i'r. Q�K.11iti h'a 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 160-18 File Number: 2018-0348 BID #18-38 GOODWIN & GOODWIN, INC.: A RESOLUTION TO AWARD BID #18-38 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $562,862.00 FOR THE CONSTRUCTION OF THE EASY AVENUE SANITARY SEWER IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $56,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-36 and authorizes Mayor Jordan to sign a contract with Goodwin & Goodwin, Inc., a copy of which is attached to this Resolution, in the amount of $562,862.00 for construction of the Easy Avenue Sanitary Sewer Improvements, and further approves a project contingency in the amount of $56,000.00. PASSED and APPROVED on 8/7/2018 A nnrnvad Attest: Sondra E. Smith, City Clerk Treasurer % r • L�` r � SAY Page 1 Printed on 818118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2018-0348 Agenda Date: 8/7/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 4 BID #18-38 GOODWIN & GOODWIN, INC.: A RESOLUTION TO AWARD BID #18-38 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $562,862.00 FOR THE CONSTRUCTION OF THE EASY AVENUE SANITARY SEWER IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $56,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 18-36 and authorizes Mayor Jordan to sign a contract with Goodwin & Goodwin, Inc., a copy of which is attached to this Resolution, in the amount of $562,862.00 for construction of the Easy Avenue Sanitary Sewer Improvements, and further approves a project contingency in the amount of $56,000.00. City of Fayetteville, Arkansas Page 1 Printed on 8/8/2018 City of Fayetteville Staff Review Form 2018-0348 Legistar File ID 8/7/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/29/2018 Submitted By Submitted Date Action Recommendation: WATER SEWER (720) Division / Department Staff recommends City Council approval awarding a contract in the amount of $562,862.00 to Goodwin & Goodwin, Inc.. for the construction of the Easy Ave. Sanitary Sewer Improvments Project and approval of a project contingency of $56,000.00 (10%). Original Contract Number: Comments: Item cost reflects contract of $562,862.00 plus a contigency of $56,000.00 for a total item cost of $618,862.00. Budget Impact: 5400.720.5700-5815.00 Water and Sewer Account Number Fund 02017.1 Sanitary Sewer Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 5,101,010.00 Funds Obligated $ 9,564.00 Current Balance j $ 5,091,446.00 Does item have a cost? Yes Item Cost $ 6181862.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 4,472,584.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: Item cost reflects contract of $562,862.00 plus a contigency of $56,000.00 for a total item cost of $618,862.00. CITY OF _ FAYETTEVILLE ARKANSAS MEETING OF AUGUST 7, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Tim Nyander, Utilities Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: June 29, 2018 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $562,862.00 with Goodwin & Goodwin, Inc. for the construction of the Easy Ave. Sanitary Sewer Improvements Project and approval of a project contingency of $56,000.00 (10%). RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $562,862.00 to Goodwin & Goodwin, Inc.. for the construction of the Easy Ave. Sanitary Sewer Improvments Project and approval of a project contingency of $56,000.00 (10%). BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for this new sewer main construction. This project includes installation of approximately 1,000 linear feet of 18" PVC sewer main from the existing 27" main north of Poplar Street along the Scull Creek Trail east to Easy Avenue to connect with the existing 18" main at the intersection with W. Pear Street. The installation of this new main will provide additional capacity to this area and prevent possible back- ups and overflows. DISCUSSION: On June 27, 2018, the City received two (2) construction bids for this project (Bid # 18-38). Goodwin & Goodwin, Inc. submitted the low bid which was approximately 11% above the Engineer's Estimate of $504,830.00. Engineering staff recommends awarding this contract to Goodwin & Goodwin, Inc. The contract time is 180 days (16 months) for final completion. BUDGETISTAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. Mailing Address: 113 W. Mountain Street www.fayettevllle-ar.gov Fayetteville, AR 72701 Attachments: Vicinity Map Section 0500 Agreement Bid Submittal Bid Tab EASY AVE. SANITARY S EW E R IMPR[)VEMENTS for the City of F ayettevi Me- BID 1 e BID # 18-38, CONSTRUCTION MAY. 2018 e + k!•, `Nes, Gal re[r DfYy@ + • VaNey Trail Project rl Location , + 11 - ■ 1 c. West plm a I 1 YiCS' V:H1 Cjp4n R,1[N I ' 1 . Mlif Poplar 5;.,,, : ... , 1 v`I�`--: Neal wv/ Ao fAr SSrcec 1 IAl VICINITY MAP All CITY OF FAYETTEVILLE ' ARKANSAS www,f ayettevil(e-ar,gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR, No, 8126 DOCUMENT x70500 — AGREEMEN BETWEEN QVVNEI R AND CONTRACTOR Contract Name/Title: Old Wire Road Protected Bike Lane & Sidewalk Project (Ash St. to Gulley Park). Contract No.: 18-38, Construction — Easy Avenue Sanitary Sewer Improvements THIS AGREEMENT is dated as of the 7th day of August _ in the year 2018 by and between The City of Fayetteville, Arkansas called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Installation of approximately 1,000 LF of 18" PVC sewer main. The work will include a creek crossing and street and trail repair. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville 00500 Agreement 00500- 1 DOCUMENT 00500 - AGREEMENT (continued) Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ES5ENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 150 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 180 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion 00500 Agreement 00500-2 DOCUMENT 00500 —AGREEMENT (continued) and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT [continued) 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (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 in the General Requirements. I . Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500-5 U DOCUMENT 00500—AGREEMENT continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents, H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. 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. 00500 Agreement 00500-6 V DOCUMENT 00500 — A REEMENT continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7- DOCiTN ENT 00500 — AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Old Wire Road Protected Bike Lanes & Sidewalk. Project (Ash St, to Gulley Park) 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT QF MNTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 00500 Agreement 00500-8 DOCUMENT 00500 --- AGREEMENT continued) 8.03 $UCCESROR_S_AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville 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. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for 00500 Agreement 00500-9 DOCUME,NT00500—AGREEMENT continued) non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on . August 7 , 2018, which is the Effective Date of the Agreement. CONTRACTO-R:j (� CITY OF FAYETTEVILLE G�Gt7 ` ) � &C) By: (Type or legibly print) 10 (Signature) Title: Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of 00500 Agreement 00500-10 DOCUMENT 04540 — AGREEMENT (continued) State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest 00500 Agreement 00500- 11 Attest (SEAL) DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 113 W. Mountain St. `k Sian C� �� `�7d Favetteville. AR 72701 _ License No. n n7 l;? ,19 - Agent for Service of process a iL.7 (Type or legibly print) A WAV- (Signa ire) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500- 12 09/13/2016 14:50 4796462659 HANKINS AND CO PAGE 01/02 STATE OF ARRANS,AS - OFFICE OF THE SECRETAR�JOF S'L'ATE AXTICLES OF INCORPORATION f " I : ` „!. ..�ii I I �� ;:a , 9 1 OF GOODWIN & GOODWIN, XNC, The undersigned, natural persons of the age of tAenty-ones years or )bore, acting as incorporators of a corporation under tha Arkgnsas Business Corporation Act of '7,987, adopt the faaltswjnq articles of incorporation Of such Corporat,ionr FIRST: The Name of the corporation is: Goodwin & Goodwin, Inc. SECOND: The purpose or purposes for which the COrporatio+;1 is organized are, To engage in the construction bu$incss as S general contract[sr and as a subcontractor, including Plumbing contracting, and general construction, and all types of construction, and tc enter into contracts with property owners for the constriction Of improvements on their property and the installatio;.= of plumbing Systems and heating and ail' conditioning systems, and to ongaga .in repair work including repair of Plumbing systems and heatingand air conditi,oninq systems and all form:, of repair with respect to structures and the syetems thereof, a to engage in remodelingnd work, and to engage in residential construction, commercial constructicn, and industrial construction, and to corrtract with respect to all of such Purposes, and to own real estate and to construct i-mprovemants thereon and to sell said real estate and to develop e.foal state developments including Commercial, residential and industrial real estate developments, and to enter iota l and sss with respect to property owned by the corporation, and to contract- with respect to all of the above referenoed purpo:Des, and to canduct any lawful lousiness auahorized by the Arkaszsa,a Bt]siness Corporation Act of 1987. The corporation, acting through its Board Of Directors, skull be authorised to anter into any general or limited partnership With any other person, fAM , or corporation for the purposes Of carrying out any of the objects or Purposes of the corporation. THIRD: The aggregate number of Shares which the corporation, Stull have the authority to issue is 2,000 shares. The designation of each class, the nurfbar of shares of each class, or a statement that the shares of any cuss are without par value, ara as follows: 09/13/2016 14:50 4796462659 HAWINS AND CO F't1+:;_: 02/02 NUMBER OP PATI VALLIS PER SHARE OR SHARES CLASS SERIES ZF ANY STATEMZNT WHAT SiMZ� ,; i ARE WITHOUT PAA VALDE 2,000 Common None No par FOURTH. ^'n address cof the '''tial registered Office of this corporation is: $009 Texas Road, Fort Smith, AR 72903 and the tame of the initial registered agent fit such address is: Bryan Goodwin VIFTii: The number of Director4 conntituting the initial Board of Directors is 2 and they will serve as directors until the first annual meeting of shareholders or until their successors are elected and qualified. The number of directors to be elected at a special meeting called for t_hatt purpose when shares of this corporation become owned of record by two shareholders, shall be two; and the number of directors to be elected at a Special meeting called for that purpose when shares of this aorpa>ration becoMe owned of record by- more than two shareholders, shall be threo. The Board of Directors shall have the authority to Pix or change the number of directors to the extent allowed by the Arkatsses ausiness Corporation Act of 1987. SIXTH: The name and address of each in= rporator is; NAHE STREET ADDRESS CITY & STATE Bryan Goodwin $009 Texas Road Fort Smith, AR 72903 Sara V. Goodwin 8009 Texas Road Fort Smith, AR 72903 SEVENTH: At all elections Of Dir,actors of this corporation, each shareholder shall he entitled to as many votes as shall equal the number of votes which �excopt for these Provisions as to cunsulat.ive voting} Tse would bre entitled to cast for the election of di.rec#:ars with respect to his shares multiplied key the number of airectorl" to he elected, and he may cast all such votes for a single director, car may distribute them among the number to be voted fOr, or any two or more of thein, as he may see fit. DATED: _ � � F� 1993 SIGNATURE OF I COR ORATORS: Stye Goodwin ....aa�� "— Sara v, Goodwin 09/13/2016 15:01 4796462659 K"INS AND CO FAGS 01/09 (5 A r ico 14 00 sezii&vt iv 5 cc,e))Aro+,ale U Seeki t3r I 09/13/2016 15-01 4796462659 HANXI�S AND 00 PAGF P12109 OF�����������x INC.~��=,,�, ��^"�=�,`"^.v=.� AN ARXANSAS CORPQJlkIION Table of Contents ARTICLE 11 SHAREHOLDERS .............. ... ...... ..,............................. Section l Number, Teuuomand Qualifications .................................... 2 Section SommW ~~.~_~,~,~,,.~,~,°,~~~^"^.~~..^.~~ Section 3 Place of Mleetugs —~..~.. Section 4 Notice of MveLing ......................... .... ........ ......... ............. section0 QUQTUM .................... ................................................. ........ SuuGoo 6 Proxies 8«efiou 7 _—...—'—.--__—..... ................................... Voting of8buxn............................. ............................. .... Section ::Im emptive Ri8tu..,^.--^,,,.,,`.,,,,___^_._ Qaotiwul B*mcn&Powers .......... ......................................................... 2 Section % Number, Teuuomand Qualifications .................................... 2 Section3 v.evUugs...................... '............................. ......... 2 S#cduw 4 Quorum ..~~~....—........................................................... 2 Section5 Moon*cnfActing 3 Section6 ................................................................ compenwion ........ '-`.~~,.,...... ..................................... 3 Section 7 Presumption of Assent —~.'.---..^......—..~...—.-. 4 ARTICLE IV OFFICERS ........................... 4 ............ ........................ ...... Section1 'Number ................................... 4 Section % ............................................ Election and Term nfOt8ne.._.... .... ...... Section3 ...... ~,,..~~.~, Reoznvel.............................................................................. 4 Section4 Vacancies ............................................................................ 4 8u#timu 5 The President ....................................................................... 4 09/13/2015 15:01 4796462659 F4,wwlNS AND CD PAGE 03/09 AMIC'LE V CONTRACTS, LOANS, CHECKS AND DEPOSFI'S Section I Contracts........................................................................... Sccdoli2 Loans................................................................................ Stolon 3 Chocks, Drafts, Etc.............................................................. Section4 Deposits ........................................................................... AR'T'ICLE VI CERTMCA.TES FOR SHARES .................................... Section1 CeWficatrs for Shares ....................................................... Section2 Trawfer of Shares.............................................................. ARTICLE VII FISCAL YEAR.................................................................. ARTICLEVlU SEALS ........................................................ ARUCLE+ TX AMENDMENTS ....................................................1........... 4 4 5 S 5 5 5 S 5 6 09/13/2016 15:01 4796462659 HANKINS AND CO PAG;-- 04/09 BY-LAws OF - -- l>rD0mm& GOODWIN9INC. ARTICLE I OFPCE.S The principal office of the corporation shall be located at 3503 Free Ferry Road, Fart Snaith, Arkansas 72903. ARTICLE H SHAREHOLDERS SECTION 1 AMYUAL MEMAIGS Ile annual meeting of the srxrcholders shell be beld during the fourth week of the month of Innuary in each year, beginning with the year 1994, at a time convenient to the shareholders for the purpose of electing Directors and for the transaction of such other business as may come before the meeting. SF,CnON 2 ESPECIAL hMEEr NCS Special meetings of the shareholders, for any purpose or purposes, runless otherwise prescribed by statute, may be celled by the President or by the Board of Directors and shall be called by the President at the request of the holders if not less than one-tenth of all the outstanding shares of the corporation exatitled to vote are at the meeting. SECTION 3 PLACE OFMEETING The Board of Directors may designate any place, either within, or without the State of Arlurxtsas, as the place of meeting for any w nual or special meting of shareholders. If tto de-iignation is made, the place of meeting shall be the principal office of the corporations. SECTION 4 NoncP of MEE'rmc Written or printed notice stating the place, day and hour of the meeting and, in case of a special rikccting, the purpose or purposes for which the meeting is called, shall be delivered not less that taxa or more than fifty days before the date of the meeting, either personally or by mail, by or at the direction of the President, or the Secrerary, or the officer or persons 'calling the meeting, to each sharebolder of mord entitled to vote at such meeting, If mailed, such notice shall be deemed to be delivered when deposited is the United States mail, addressed to the shiircholder at the Shareholder's address as it appears on the stock transfer books of the corporation, with postage thereon prepaid, SEC'T'ION 5 guvmv A majority of the ovtatandinS Axes of the corporation entitled to vote, represented in person or by proxy, shall constitute a quorum at a meeting of shareholders. If less than a majority of the outstanding Shares are represented at a meeting, a majority of the shares so repre:=ted shay adjourn the meting from time to time without further notice. At such adjourned :ne4kmg at 09/13/2016 15:01 4796462659 HANKINS AND CLD PAGE. 05/09 which a quorum shall be present or represented, any business may be transacted which might have been txausaoted at the meeting as originally notified, SECTION 6 PROXirs At all meetings of shareholders, a shareholder may vote by proxy executed in writing by the shareholder or by the Shareholder's duly authorized attorney is fact. Such proxy shall be filed with the Secretuy of the corporation before or at the time of the meeting. No proxy shall be valid after eleven months from the date of its execution, unless otherwise provided it' the proxy. SECTION 7 VOTING OFSSNARE Subject to the provisions of Section 9, each outstwiding share entitled to vote shall bo entitled to one vote upon each matter submitted to a vote at a meeting of sbareholders. SECTION 8 ,PR -&W1 'rIVEFJGM Each holder of shares in this corporation shall have the first right to putebase ahares (and securities convertible into shares) of this corporation that may be from time to dnie issued. (whether or not presently authorized), including shares from the treasury of this corporation, in the ratio that the number of shares held by said holder at the trine of issue bears to the; total number of shares outstanding, exclusive of treasary shares. This right shall be deemed waived by any shareholder who does not exercise it and pays for the shares preomnted within thirty (3 0) days of receipt of a notice in writing £Torn the corporation stating the prices, terms and conditions of the issue of shares end inviting said holder to exercise his preemptive rights. ARTICLE M BOARD OFDIRECTORS S EaMON l G&VERAL POWERS The business and affafm of the corporation shall be managed by its Board of Directois. SECTION 2 NUUM, TEMIRS, AND QUAwYcAriom The number of Directors of the corporation shall be two. Each director snail hold offico until the next annual meeting of shareholders and until the Director's successor shall have been elected and qualified. SECTION 3 REGULAR MEL•77NCr5 A regular meeting of the Board of Directors shall be held without other notice than this by-law immediately after, and at the same place as, the annual meeting of shareholders. The Board of Directors may provide, by resolution, the time and place, either within►, or without the State of Arkansas, for the holding of additional regular meetings without other Notice than such resolution. SECTION 4 QUORUM A majority of the number of Directors fixed by Section 2 of this Article ill shall constt.tute a 09/13/ 2016 15: 01 4796462659 N"INS AND CO PAR:-, 06/09 quorum for the tmnmaction of business at any me€6ng of the Board of Directors, but if lest; than such majority is present at a meeting, a majority of the Directors present may €tdjoum the meeting from time to time without further notice. SECTION 5 M,1,Vvb-R OFACTma The act of the majority of the Directors present at a meeting at which a quorum is present shall be the act of the Board of Directors. SEC'T'ION 5 C.'or.,fPE?VSArroN By resolution of the Board of Directors, the Directors may be paid their expenses, if any, for attendance at each meeting of the Board of Directors, and may be paid a fixed sutra for attendance at each meeting of the Board of Directors. No such payment shall p€seclude any director from serving the corporation in any other capacity and receiving compensation therefore. SEMON 7 PRrsvwP770NOFAwvv7 A, Director of the corporation who is present at a vaecting of the Board of Directors, at -which action on any corporate matt -r is shall be presl=n d to assent to the action taken unless the Director's dissent shall be entered in the minutes, of the meeting or unless the Director shall file a written dissent to such action with the person aatirg as the Secretary of the meetiti g before the adjournment thereof; or shall forward such dissent by registered mail to the Secretary of the corporation immediately after the adjournment of the meeting. Such rigbt to dissent shad! not apply to a Director who voted in favor of such action. AR'T'ICLE I'V OFMCERS SECTION x NuMRFR The officers of the corporation shalt be a President and a Secretaxy, each of whom shall be elected by the Board of Directors, Any two or chore officers may be held by the sfmrte person, except the officeq of President and Secretary. SECTION 2 EM7-J0,VANDTVW0F0FFICL The officers of the corporation to be elected by the Board of Directors shall be elected annually by the Board of Directors at the fust meeting of the Board of Directors held after each annual meeting of the shareholders. If the election of officers shall not be held at suoh meeting, such election shall be held as soon thereeier as conveniently may be. Bach officer shall hold office until a successor shall have been duly elected and shall have quaii.fleri or until the Officer's death or until the Officer shall resign or shall have bin removed in the ro,=er hereinaf=ter provided. SECTION S 17EMOVAL Any officer or agent elected or appointed by the Board of Directors may be removed 17y the Board of Directors, whenever in its judgment the best interests of the corporation would, be served thereby, but such removal shall be without prejudice to the contract rights, if any, of the 09/13/2016 15:01 4796462659 HAWINS " CO PAGE 07/09 person so removed, Election or appointment of an officer or agent shall not of itself create contract rights. SECTION 4 VACAN & A vacancy in any office because of death, resignation, removal, disqualification oa• otherwise, may be filled by the Board of Directors for the unexpir.:d portion of the term, SECTION S PRFSIDIA+T Bryan Goodwitlt is hereby named the President. The President shall be the principal executive officer of the corporation and, subject to the control of the Board of Directors, shall in general supervise and control all of the business and affairs of the corporation. The Prmident shall, when present, preside at all meetings of the shareholders and of the Board of Dittctora. The President may sign, with the Secretary or any other proper officer of the coiporatlen the-tunto authorized by the Board of Directors, certificateq for shares of the ootporation, and in general shall perforin all duties incident to the office of President and such other duties as may be prescribed by the Board of Directors from time to time. SECTION G THE,SEcRLrTARY Sara Goodwin is herby named the Secreta: r. The Secretary shall: (a) keep the minutes of the shareholders' and of the Board of Directors' meetings in one or more books prow; ded for the purpose; (b) see that all notices are duly given in accordance with the provisions of these by-laws or as required by law; (c) be custodian of the corporate records and of the; seal of the corporation and see that the seal of which on behalf of the eoiporittion under its seal is duly authorized; (d) keep a register of the post office address of each shareholder which shall be furnished to the Secretary by such shareholder; (e) sign with the President, or a. Vice Prmiidont, certificates for shares of the acs poratioa, the ksunnce of which shall have been authors -zed by resolution of the Board of Directors, (i) have general charge of the stock transfer books of the corporation; and (g) in general perform all duties incident to the office of Secretary and such other duties as ftm time to time may be assigned to the Seeretary by the Presidtat or by the Board of Directors. ,SECfloN 'i SALARIES` The salaries of the officers shall be fixed from time to time by the Board of Directors rind no officer shall be prevented from receiving such salary by reason of the fact that tete officer is also a Director of the corporation. ARTICLE V CONTRA CTS, LOANS, CHECKS, AND ,DL, PUSIT s SECTION 1 CoPn-mc7s The Board of Directors may authorize array officer or officers, agent or agents, to enter into arty caiitract, to execute and delivefr any instrument in the name of and an behalf of the carpo -ration, and such authority may be general or confined to spee%fie instances. 09/19/2016 15:01 4796462659 HANKINS AND CO PAGC 08/09 SECnON 2 IOANs No loans shall be contracted on behalf of the corporation and no evidences of indebtedness steal l be issued in its tame Wm authorized by a. resolution of the Board of Dircctors. Such authority may be goraral or nonftcd to specific instanees. SEMON 3 CHECKS, ,DR.4PM, ETC, All chemo, drafts, or other orders for the payment of money, nouns or other QNidences of indebtedness issued in the name of the corporation shall be signed by such of>1"tror or officers, agent or agents, of the corporation and itt such manger as shall from time to time be doternrincd by resolution of the Board of Directors. SEcTioN 4 DEAOSm All binds of the corporation not othcrwise employed shall be deposited from time to 'time to the orcdit of the corporatiori in suet banks, trust companies or other depositaries as the Board of Directors may select. ARTICLE VI CERY'I 'ICATES FDR.MiRESAAIDMSIR TRANS,F',ER Certificates repenting s#}ares of tb,. corporation shall be in such form as shall be determined by the Board of Directors. Such certificates shall be signed by the President and by the Secretary. All certificates for sbares shall be consecutively numbered or otherwise identified. 'Me name and address of the person to whom the shares represented, thmby are isstxd, with the number of shsucs and date of issue; shall be entered on the stock transfer books of the corporation. ,All certificates surrendered to the corporation for transfer shall be canceled and no certificates shall be issued until the formes certificate for a like number of shares shall have been surreadmvd. and canceled, except that in case of a lost, dostroyed or mutilated Wvtificate, a new one may be issued therefore upon such terms and i»ri.cmnity to the corporation a,R the Board of Directors may prescribe. SECrtoN 2 TnuNsFER oFSH.4Rzs Transfer of shares of the corporation shall be made only on the stock transfer books of the corporation by the holder of record thereof or by a legal representative, who shall f mdsh pxoper evidence of authority to tmwfer, or by an attomey thermnto authorized by power of attorney duly executed and filed with the Sccretary of the corporation, and on surrender for cimeellaiion of the certificate for such Aces. The person in whose name &hares stand on the books of the corporation shall be deemed by the corporation to b, ,- the owner thereof for all purposes. ARTICLE'S FISCAL YEAR The fiscal year of the corporation shall begin on the first day of January and end on the tlr.%rty. first day of Dec-rnberc 09/19/2016 15;01 4795462659 HANKINS AND 00 PAGES 09/09 ARTICLE IX SEAL The Board of Directors shall provide a corporate seal which shah he circular in form and: shall have insctibed thereon the name of the corporation and conditions provided bylaw. ARTICLE XI AMEADMENTS These by-laws ruay be altered, axnen&d or repealed and new icy -laws may be adonte:i by unanimous vote of the Board of Dimetors at any regular of special j Leona of the Board of Directors, or by affinative vote of two-thirds of the outstanding shares. The foregoing by-laws of the corporation were adapted by the Board of Dirrcuirs on this 151 day of June, 2003. DIRECTOR DMEC OR 6 N a a a FJ DOCUMENT 0400 -BID FORM Contract Name: Easy Avenue Sanitary Sewer Improvements Project Bid Number: 18- 38, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: _Zn 3ao-3 —FrwaR�t�' C_ E � Ct '-76-903 3 _ � 6-9u ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. I0400 -Bid Form 00400-1 DOCUMENT 0400 -BID FORM continued ART1CInE 3- .81DDER'S RE -PRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date Ju& z2u,,k B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400 -Bid Form N 00400-2 r IDOCUMENT 0400 -BID FORM (con_tioue ) El BID SCHEDULE 1 EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 1 Mobilization (Shall not exceed 5% of Schedule Bid) LS 1 C) 0 o® 0107 O 2 Insurance and Bonding LS 1 l r 3 Construction Control (Staking) LS I P C'L� Act 291 1993 Trench and Excavation System " 4 for Water and Sewer Installation LS 1 G ✓ (��1� 1 t��C� Site Preparation ra 0 0 5 (Clearing, Grubbing & Demolition) LS 1 () O�� 0 6 Traffic Control & Maintenance LS 1 otic) 7 Site Photographs & Video LS I 8 Sanitary Sewer Main Televising LF 985 �a 9 jErosion Control LS 1 C)OCJ 10 18" PVC Sewer Main LF 985 11 4" PVC Sewer Service, SCH 40 LF 25 30 1150 5' Diameter Standard Manhole with U1 L `J 12 Epoxy Coated Interior Up to 6' Deep EA 7 .(0560 13 Extra Manhole Depth Over 6' Deep VF 21 Core Drill Existing Manhole 14 and Connect New 18" Sewer EA 1 :�p ® 0 1) 67- 0 ® C" 15 Sewer Service Connection on 18" PVC EA 1 1gW ©Q 16 Plug Existing Sewer at Manhole Wall EA 1 Q�t� a� 17 Trail Detour LS 1 18 Asphalt Trail Pavement Removal SY 990 )� I0400 -Bid Form 00400-5 u DOCUMENT 0400 -SID FORM continued) TOTAL AMOUNT BID7 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1, Schedule 2 and Schedule 3. Bidders shall bid on both schedules. Failure to bid on all Schedules shall result in bid rejection. ARTICLES -CONT CTTIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 0400 -Bid Form DOCUMENT[x400-1311) P'OItiM (continued) 00400-6 T. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 19 Concrete Trail Paving SY 990 65 �G 20 Stone Rip Rap Bank Stabilization SY 72 "51 -d0 - Concrete Sewer Encasement 5 4-0 21 with Embedded Stone.Cap LF 58 D 22 Barbed Wire Fence Replacement LF 100 23 6' Chain Link Fence LF 350 0� 24 2" H[MAC Overlay (PG 64-22) Tons 60 Temporary Asphalt Paving 25 (Maintenance of Traffic) Tons 20 :2 �2 26 Site Restoration LS I)h.ao o(1 27 Sewer Pipeline Markers EA 3 28 Rock Excavation CY 200 6� TOTAL AMOUNT BID7 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1, Schedule 2 and Schedule 3. Bidders shall bid on both schedules. Failure to bid on all Schedules shall result in bid rejection. ARTICLES -CONT CTTIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 0400 -Bid Form DOCUMENT[x400-1311) P'OItiM (continued) 00400-6 ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: t A. Required Bid security in the form of a cashier's check from a bank located in the / 1 State of Arkansas or a Bid Bond in the amount of Gu p�J '� Dollars (� � �/� B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: -4--j SmTiK Email Phone No. 9 Fax No. c-1.—] 9 - 7063 — 75' i3v l c\ 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on __�J (Ne-' 201. Arkansas State Contractor License No. 3_ if Bidder is: An Individual Name (type or printed): By-._-- — _- (Individual's y-._ — (Individual's Signature) 0400 -Bid Form - Addendum ] 00400-7 DOCUMENT 0400 -IIID FORMEcontinued —(SEAL) N NA Corporation or LLC Corporation Name • aWc1i (,:.taa ' .Z�e_ (SEAL) State of Incorporation: 44�-17-Z� Type (General Business, Professio ,,service u ited Liability): By: A - ignature of general partner -attach evidence of authority to sign) Name (type or rttjc, Title: (CORPORATE SEAL) (Signature of Corporate Secretary) Business address: 3�J-o orT Sir �� 12.90 Phone No: �i_19 (c5 - -73� Fax No. Email Address: Tax ID Number (TIMI) tA k - dZ L -N11 l `� DUNS # (Q o 3 c;,z Z Cage Code: v ✓4 END OF DOCUMENT 00400 a N a0400 -Bid Form - Addendum 1 00400-9 t if Aft_ Construction - Easy Ave. Sanitary Sewer Improvements S TI.M. ATEJ UNIT OUANTl1Y Bid No, 18-38 Goodwin & Goodwin, Inc. UNIT CIMCE AMOUNT Official Bid Tabulation GITY of FAYETTEYILLE LIoneIc9 Jordan, Mayor AKKANSAt LS Advertising Dates: Number of Addendums: Certification of Funds: Max Bid Award Limit 05.24-2018 & 05.31.2018 505.000.(0 631,250.00 Date: %28.2018 Deadline. 2:00:00 PM ITEM INO, DESCRIPTION S TI.M. ATEJ UNIT OUANTl1Y Goodwin & Goodwin, Inc. UNIT CIMCE AMOUNT sweetser Construction, Inc UNIT PRICE AMOUNT 1 Motailizaton(Shall not exceed >SfipFScheduleBid) LS ] $ 20,0iki.W S 20,0W-00 $ 7,700.00 $ 7,7M00 2 Insurance and Bonding S 1 S u,300.00 S 17,300.00 $ 4,700.0X1 $ 4,700.(0 :3 IConstrlctionControl lStakir.) LS 1 5 8= Do S &(W.Do $ 3,500.00 $ 3,53000 ,h .Act 291 1993 Trench and Excavation System For water .and Sewer Installation , 5 1 S 15,(k'H3.� t 15,00.(0) 5 3,(iY1.LX'i $ 3,OW.00 •5 Site Preparation LS 1 S 25 [h;C1.00 S 25,".W S 20,(300.00 5 20,000.00 5 Traffic Control & Maintenance L5 I S S<t'w,um S 5.f'YJ cc $ 6,000,w $ GXW.00 7 Site Photcra hs 'Video LS I S 2,500.(10 5 '.,:a O.LY $ 1,5(3).U0 $ 1,500.00 .9 'SanitaiSewer Main T.elevimn LT 985 5,93.(.(4,' $ 3,546.D0 3 (Erosion. Contrcl LS i $ S IX.i;.00 S S,OdJAU $ "',:i00.a'30 S 4,50 _043 10 18" PVC Sewer Main LF 98S y 25. XJ S 221,625.000° S 71W S 70,920 DC it �L 4" AJC Sewer Semite; SCN 43 2S 5 30.OU $ 750.00 S 75.05 5 1.875 W 12 5' oiameter Standard Manhoie with Ei3cvy Coated ilntenor Up to 6'Deer, EA 6,500-00 e 45,x_00 5 S,W)_00 $ 35,000.00 13 Extra Manhole Depth Over 6 DQ&.P Vr 21 4aS.00 5 R 92iGC S 750 -DO S 15,7so,we 14 Cure 0011 booting Manhole and Cor:nem New 18"' :Sewer A 1 S %,.€X1 $ 2,.C\ S _,x.00 $ _ z .5€3G. IS Sewer Service Connection on 18" PVC EA 1 5 :.SIX.? c0 $ 1,5 G.I:O S 2.500: $ 5L0.00 16 PluZ Exisvn Sewer at Manhae f ] S 2,0D0. DO S 2.=X 00 S 1.30(1.:}0 S 1,30U.00 17 Trail (Detour LS I S .'5.0[0).(41 $ 25,DW. 0a 5 ?.5.000 18 As halt Trail Pavement Remova. Sy 990 S ) 5 14,95Cf.00 $ 3,CC.00 S 2,97r,, -X 13 Concrete Trail °avina SY 990 S 65,00 > 64,350.60 15.00 S 74,250.00 20 Stone Rip Rap flank Stabilization Sy :2 5 125.(1(' S 90Q.00 5 ID0.00 S 7,200.(4.1 21 Concrete Sewer Encasement with E-beddec Stone Cap L= 59 ;= 225.00 s 13,050-(c 5 250-X) S 14,.00 1: 15arnzd'AJire Fence 8eplaten?er. Ll' Dix) 12 iX' S X,260 00 S 20.0X3 $ 2,00X) ( 0 23 15' Chain t, r,k Fence IT 350 32.01 11,20C.00 S 46.00 S 15,1{K G0 24 ?' H.MAC C)veriay IPG E4-22) Tors 60 5 220.06 S 13.X0 00 S 1 5' 9"XX) X 25,err€oorar Aspha11Paying (Mamtenanceo'Irafi,<) Tors 1C iiv. f3 S 4: .� S 175.E S 3,500.00 26 Site 9125toraton S 1 $ 2C,CC0.?,'u^ 27 Sewer Pioei ne Markers A j 2 .G S 6IX).OG' S 250,0( $ 750.00 ?8 Rock excavation CY '. X3 5 ^..0i S :.dd $ 300.00 $ 60.x'%-00 TOTAL BASE BIO S S6 ,P62. 3 5 T 3165.:Cf91,W Calculation Error CERTIFIED: Andrea ",A . um Purchmmg Manager ^— .._ wetness :Dale GOODWIN &GOODWIN, INC. CHANGE ORDER NO. 1 City of Fayetteville Staff Review Form 2019-0195 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Matt Casey 3/26/2019 WATER SEWER(720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the contract with Goodwin&Goodwin, Inc.which will decrease the contract amount by$69,444.40 for the Easy Ave.Sanitary Sewer lmprovments Project. Budget Impact: 5400.720.5700-5815.00 Water and Sewer Account Number Fund 02017.1 Sanitary Sewer Rehabilitation- Project Number Project Title Budgeted Item? Yes Current Budget $ 6,189,071.00 Funds Obligated $ 2,125,646.66 Current Balance $ 4,063,424.34 Does item have a cost? No Item Cost $ (69,444.40) Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 4;132,868.74 V20180321 Purchase Order Number: 2018-00000606 Previous Ordinance or Resolution# 160-18 Change Order Number: 1 Approval Date: 3/28/19 Original Contract Number: 2018-00000035 Comments: ni<7.) CITY OF � FAYETTEVILLE STAFF MEMO lir ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Chris Brown, P.E., City Engineer Tim Nyander, Utilities Director FROM: Matt Casey, Engineering Design Manager DATE: March 26, 2019 SUBJECT: Approval of Change Order No. 1 for the Easy Ave. Sanitary Sewer Improvments Project RECOMMENDATION: Staff recommends approval of Change Order No. 1 to the contract with Goodwin & Goodwin, Inc. which will decrease the contract amount by $69,444.40 for the Easy Ave. Sanitary Sewer Improvments Project. BACKGROUND: The City of Fayetteville Engineering Division prepared the design for this new sewer main construction. This project includes installation of approximately 1,000 linear feet of 18" PVC sewer main from the existing 27" main north of Poplar Street along the Scull Creek Trail east to Easy Avenue to connect with the existing 18" main at the intersection with W. Pear Street. The installation of this new main provided additional capacity to this area and prevent possible back- ups and overflows. DISCUSSION: This change order is a reconciliation change order which changes the contract quantities to equal the actual constructed quantities. This results in the final contract amount equaling the final project cost. Due to many favorable conditions during construction as well as the contractor and inspector being conscientious of the budget, there was much savings on this project. After an overrun in asphalt for the street repair, there were still enough savings in other items to result in this $69,444.40 project credit. BUDGET/STAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. Attachments: Change Order No. 1 Mailing Address: 113 W.Mountain Street www.fayetteville-ar.gov Fayetteville,AR 72701 CHANGE ORDER Ail CITY OF WEI FAYETTEV►IL LE 9 ARKANSAS Contract Title Easy Ave.Sanitary Sewer Improvements Project Change Order No. 1 Date of Issuance March 19,2019 To Contractor: Goodwin&Goodwin,Inc. ORDINANCE/RESOLUTION:160-18 The Contract is changed as follows: Effective August 7,2018 Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost 11 4"PVC Sewer Service,SCH 40 25 LF $ 30.00 10 $ 30.00 $750.00 $300.00 5'Diameter Standard Manhole 12 with Epoxy Coated Interior Up to 7 EA $ 6,500.00 6 $ 6,500.00 $45,500.00 $39,000.00 6'Deep Extra Manhole Depth Over 6' 13 Deep21 VF $ 425.00 8 $ 425.00 $8,925.00 $3,400.00 . 18 Asphalt Trail Pavement Removal 990 SY $ 15.00 174 $ 15.00 $14,850.00 $2,610.00 19 Concrete Trail Paving 990 SY $ 65.00 174 $ 65.00 $64,350.00 $11,310.00 22 Barbed Wire Fence Replacement 100 LF $ 12.00 0 $ 12.00 $1,200.00 $0.00 24 2"HMAC Overlay 60 Tons $ 220.00 123.23 $ 220.00 $13,200.00 $27,110.60 25 Temporary Asphalt Paving 20 Tons $ 220.00 0 $ 220.00 $4,400.00 $0.00 (Maintenance of Traffic) Summation of Cost $153,175.00 $83,730.60 Net Cost for this Change Order ($69,444.40) Page 1 of 2 Not valid until signed by the Owner The original Contract Price was $ 562,862.00 Net change by previously authorized change orders $ • The Contract Price prior to this Change Order was $ 562,862.00 The Contract Price will{increased-by}{decreased by}[feu►ain unchanged] $ (69,444.40) The new Contract Price including this Change Order will be $ 493,417.60 The Contract Time(s)will be[increased by]{decreased-by}{remain unchanged} 0 calendar days Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion 211119 Final Completion 3/1/19 NOTE: This summary does not reflect changes in the Contract Price or Time(s)which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Goodwin&G) 3/zz/i odwin,Inc. CITY 1• AYETTEV t. 3 6 9 r t„,„/, . ' 1?- • Bt DATE ;Y DATE • Page 2 of 2