HomeMy WebLinkAbout214-18 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Resolution: 214-18
File Number: 2018-0540
BID #18-47 GOODWIN & GOODWIN, INC.:
A RESOLUTION TO AWARD BID #18-47 AND AUTHORIZE A CONTRACT WITH GOODWIN &
GOODWIN, INC. IN THE AMOUNT OF $245,081.50 FOR THE CONSTRUCTION OF THE RUPPLE
ROAD WATER LINE PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $36,750.00
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 #18-47 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 $245,081.50 for construction of the Rupple Road Water Line Project,
and further approves a project contingency in the amount of $36,750.00.
PASSED and APPROVED on 10/16/2018
Attest:
Lisa Branson, Deputy City Clerk
,��•�� IREA��►/,fr
OF
. ■ �Ri{A
r Y- • Cj .
Page 1 Punted on 10/17/18
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2018-0540
Agenda Date: 10/16/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 3
BID #18-47 GOODWIN & GOODWIN, INC.:
A RESOLUTION TO AWARD BID #18-47 AND AUTHORIZE A CONTRACT WITH GOODWIN &
GOODWIN, INC. IN THE AMOUNT OF $245,081.50 FOR THE CONSTRUCTION OF THE RUPPLE
ROAD WATER LINE PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $36,750.00
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 # 18-47 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 $245,081.50 for construction of the Rupple Road Water Line Project, and further
approves a project contingency in the amount of $36,750.00.
City of Fayetteville, Arkansas Page 1 Printed on 10/17/2018
City of Fayetteville Staff Review Form
2018-0540
Legistar File ID
10/16/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 9/28/2018 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends City Council approval awarding a contract in the amount of $245,081.50 to Goodwin & Goodwin,
Inc. for the construction of the Rupple Rd. Water Line Project and approval of a project contingency of $36,750.00
(15%).
5400.7200.5600-5808.00
Account Number
12009.1
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Budget Impact:
Water and Sewer
Budget Adjustment
Remaining Budget $ 3,445,088.23
V20180321
Purchase Order Number:
Change Order Number:
Original Contract Number:
Previous Ordinance or Resolution #
Approval Date:
Comments: Item cost reflects contract of $245,081.50 plus a contigency of $36,750.00 for a total item cost of
$281,831.50.
Fund
Water System
Rehabilitation/Replacement
Project Title
Current Budget
$ 6,603,704.00
Funds Obligated
$ 2,876,784.27
Current Balance
$ 3,726,919.73
Item Cost
$ 281,831.50
Budget Adjustment
Remaining Budget $ 3,445,088.23
V20180321
Purchase Order Number:
Change Order Number:
Original Contract Number:
Previous Ordinance or Resolution #
Approval Date:
Comments: Item cost reflects contract of $245,081.50 plus a contigency of $36,750.00 for a total item cost of
$281,831.50.
CITY OF
FAYETTEVILLE
` ARKANSAS
St„
MEETING OF OCTOBER 16, 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: September 27, 2018
CITY COUNCIL MEMO
SUBJECT: Approval of a contract in the amount of $245,081.50 with Goodwin &
Goodwin, Inc. for the construction of the Rupple Rd. Water Line Project and
approval of a project contingency of $36,750.00 (15%).
RECOMMENDATION:
Staff recommends City Council approval awarding a contract in the amount of $245,081.50 to
Goodwin & Goodwin, Inc. for the construction of the Rupple Rd. Water Line Project and
approval of a project contingency of $36,750.00 (15%).
BACKGROUND:
The City of Fayetteville Engineering Division has prepared the design for this project. The project
includes Installation of approximately 1,590 linear feet of 12" water main along the west side of
Rupple Road beginning just south of the Owl Creek School and heading south. This water main
is part of the 12" grid that is shown on the City of Fayetteville Master Water Plan. The installation
of this portion of the grid will provide multiple points of connection for developments that are
currently approved for this area. These connection points will provide additional flow and create
the looping that is necessary to provide continual water service to this area.
DISCUSSION:
On September 26, 2018, the City received seven (7) construction bids for this project
(Bid No. 18-47). Goodwin & Goodwin, Inc. submitted the low bid which was approximately 30%
below the Engineer's Estimate of $353,950.00. Engineering staff recommends awarding this
contract to Goodwin & Goodwin, Inc. The contract time is 210 days (7 months) for final
completion.
BUDGET/STAFF IMPACT:
Funds are available in the Water System Rehabilitation project.
Attachments:
Section 0500 Agreement
Bid Submittal
Bid Tab
Vicinity Map
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: Rupple Road Waterline Improvements
Contract No.: 18-47, Construction
THIS AGREEMENT is dated as of the 16th day of October in the year 2018 by and
between The City of Fayetteville, Arkansas and Goodwin & Goodwin, Inc. (hereinafter called
Contractor).
ARTICLE I - 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 1,590 LF of 12" PVC water main along Rupple Road south of Owl
Creek School.
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 1)()50() — 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 ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work shall be Substantially Completed within 180 calendar days after
the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and final completion and ready for final
payment in accordance with the GENERAL CONDITIONS within 210
calendar days after the date when the Contract Times commence to run.
3.03 LQ IDATED 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.
1. 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.
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
DOCUMENT 005114 - 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
DOCUMENT 00500 -- AGREEMENT(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.
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: Rupple Road Waterhrne_Improvements
8. Addenda numbers inclusive.
00500 Agreement 00500-7
DOCUMENT 00500 - AGREEMENT (continued)
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 OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and 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.
00500 Agreement 00500-8
DOCUMENT 00500 — AGREEMENT (continued)
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
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
00500 Agreement 00500-9
DOCUMENT 00500 -- AGREEMENT (continued)
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 October 16
Effective Date of the Agreement.
CONTRACTOR:
Goodwin & Goodwin, Inc.
By. Bryan Goodwin
(Type or legibly print)
-3 P�' &J."
(Signature)
2018, which is the
CITY OF FAYETTEVMLE
iLE
President Title: Mayor
00500 Agreement 00500-10
DOCUMENT 00500 — AGREEMENT (continued)
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
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
(SEAL)
Attest
�<<1111II►►'►►
00500 Agreement 00500-11
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices
3503 Free Ferry Road
Fort Smith, AR 72903
License No. 0016960418
Agent for Service of process
Bryan Goodwin
(Type or legibly print)
(Signature)
Address for giving notices
113 W. Mountain St.
Fayetteville _AR 72701
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 Approved As to Form -
or LLC, attach evidence of authority to
sign.) By: ✓ - -
Attorney For: Z
END OF DOCUMENT 00500
00500 Agreement 00500-12
Ad CITY OF
�� FAYETTEVILLE
ARKANSAS
08.27.2018
09.03.2018
Number of Addendur 0
Certified Bid Award: $ 353.950.00
Max Award Amount: $ 442,438 00
Construction - Rupple Rd. Waterline Improvements
Official &d Tabulatlon
Uoneld Jordan, Mayor
Bid No 1847
Date: 09-26.2018
Time: 2:00 PM
li
CPPD, eI,.. nasllSa Manger /J1r__n Date
Ground Zero Construction,
Brothers Construction, Inc
Diamond C Construction
Gofns Enterprises, Inc
Goodwin &
Goodwin, Inc
Inc
Mission Contractors, LLC
Tri-Star Contractors
ITEM
ESTIMATED
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
,0
UtSCRIPI ION
UNIT
QUANTITY
PRICE
AMOUNT
PRICE
AMOUNT
PRICE
AMOUNT
PRICE
AMOUNT
PRICE
AMOUNT
PRICE
AMOUNT
PRICE
AMOUNT
1
Act 291 1993 Trench and
ExcavaoonSystem for Water and
IS
1
5 20,00000
5 20,000 DO
5 3,680.00
$ 3,680.00
$ 10,00000
5 10,000.00
$ 2,00000
5 2,000.00
5 1,50000
$ 1,500.00
S 4,70000 5
4,700.00
5 1,00000
5 1,000.00
Sewer Installation
2
Traffic Control &Maintenance
LS
1
5 15.00000
S 15.00000
5 2.87500
S 2.815.00
5 5.000.00
S 5.00000
S 5,00000
5 5,000.00
$ 2.224.39
$ 2.224.39
S 145000 S
1,450.00
5 4,000.00
5 4.00000
3
Monihrauon (Shall not exceed 5%
S
1
$ 13,000.00
$ 13,000.00
$ 2,702 50
5 2,702.50
5 12,000.00
5 12,000.00
$ 10,000.00
5 10,00000
$ 4,91109
$ 4.91109
5 11,000.00 S
11,000.00
5 12,553.00
5 12,553.00
of Scheduled &M
4
Site Preperation(Clearing,
S
1
$ 30,000.00
$ 30,000.00
5 345000
$ 345000
$ 5,00000
5 5,000.00
5 45,00000
$ 45,00000rS1ff3_812
461.45
$ 46145
$ 7.300.00 S
7,300.00
S 5,00000
5 5,000.00
GrubDln & Ocmolinonl
5
'nsurance& Bondingc5
1
5 20,000.00
S 20-00000
S 1,150.00
S 1.15000
S 12.000.00
S 1700000
S 1S-000.00
S 15.00000
S 13.81243
S 9.500.00 5
9.50000
$ 3.954 75
S 3.954 75
6
Construction Stalon
S
1
5 12.00000
5 12,00000
S 5.175.00
5 5.175.00
5 3,00000
5 3,00000
5 3000.00
S 3.00000S
2.16997
S 3.500.00 S
3,50000
S 3.50000
S 3.50000
7
12" PVC, 0900, Cass 200 DR -14
LF
1,585
S 60.00
5 95,100.00
$ 5192
$ 82,29320
S 6000
$ 95,11X1DO
S 57.00
$ 90,345.00
$ 88,760 00
$ 69.00 5
109.36S00
$ 75 00
5 118,875.00
Water Main8
8' PVC, G900. Cass 200 OR 14
LF
20
$ SD00
$ 1,000.00
5 54.63
$ 1,092.60
$ 55.00
$ 1,100.00
5 50.00
S 1,000.00
4500
$ 900.00
$ 48.00 $
960.00
5 6500
$ 1.300.00
Water Main
9
6" PVC C 900, Cass 200 DR 14
LF
12
5 42.00
$ 504 00
S 51.28
5 615 36
$ 50.00
$ 600.00
S 50.00
$ 600.00
S 41.00
5 492.00
$ 43.00 $
516.00
5 5500
$ 66000
Water Main
10
12' Butterfly Valve with Box
EA
5
S G.00000
1 S 30.00000
S 2.55300
S 12.165.00
S 3,50000
S 17.500.00
S 3.460.00
5 17,300.00
5 2,808.42
5 14,04230
5 4,00000 S
20,00000
5 3.50000.
S 17.50000
11
8" Gate Valve with Box
EA
1
S 3.500001
$ 3.50001
S 1437.50
5 1.43750
S 2.000.00
S 2.000.00
S 2.00000
S 2.00000
S 1,735.23
5 1,735.23
S. 2.30000 5
2.300.00
S 2.20000
$ 2,200.00
12
Concrete Anchor Collar
EA
2
S 6.000.0015
12,00000
S 93715 5 1,87450
S 1.000.00
5 20001)0
S 1.275.00
S 2..550.00
S 1.35525
S 2.71050
S 90000 S
1.80000
S 2.500.00
S 5.000.00
13
1 hree Way Fire Hydrant Assembly
EA
2
S 7,00000
S 14,000.00
$ 4,272.25
$ 8,544.50
$ 4,500.00
$ 9,000.00
$ 5,800.00
$ 11,600.00
S 6,600.18
5 13,200.36
$ 4,600.00 5
9,200.00
S 5,2 DO DO
5 10,40000
with Valve
14
Epoxy Coated Ductile Iron Fittings
LB
6,000
5 1.00
$ 6,00000
$ 8.54
5 51,240.00
$ 1000
$ 60,000.00
5 0.01
5 60.00
S 5.24
$ 31,440.00
5 600 $
36,D0000
S 800
5 48,000.00
15
24" Direct Bu.ry Steel Encasement
LF
45
S 110.00
5 4,950.00
5 131.62
$ 5,922.90
$ 250.00
$ 11.250.00
5 200.00
$ 9,000.00
5 155.42
S 6,993.90
S 161.00 S
7,245.00
5 200.00
5 9,00000
16
Remove Cap &Connect New 12'
S
1
5 10,000.00
S 10,00D.00
$ 1,34550
S 1,345.50
$ 2,000.00
$ 2,000.00
$ 3,500.00
5 3,500.00
$ 1,966.89
5 1.985.89
$ 1,250.00 5
1,250.00
S 4,00000
S 4,00000
Main to Existing 12" Main
11
Rock Excavation
CY
150
S 1.00
5 150.00
5 276.00
S 41400.00
5 1.00
S 1501X1
S 0.01
5 1.50
S 250.00
S 31.500.00
5 150.001 S
22.500.00
S 10000
S 1S.D0000
19
4" Concrete Sidewalk Repair
SY
25
S 5500
S 1,375.00
S 8395
S 2.098.75
S 50.00
5 1.250.00
S 65.00
S 1.62500
S 156.16
S 3.904.00
S 125.00 S
3,12500
S 5000
S 1.25000
19
Site Restoration
S
1
S 15.000.00
S 15.00000
S 11.395.00
S 11.385.00
S 10.000.00
S 10,000.00 S
15,1700.00
$ 15.000.00
5 7.90541
S 7.905.41
S 8.00000 S
8,000.00
S 7.000.00
S 700000
20
Site Photo raphs &Video
S
1
S 10,00000
S 1(X000.00
5 1,150-0
S 1,15000
5 2.0011-00
S 2,000.00
$ 1.500.00
5 1.500.00
5 2,691.81
S 2,69181
S 3.500.00 5
3.50000
S 2.000.00
S 2.00000
21
Erostion Contod
S
1
S 7,50000
S 7-500.00
5 7,015.00
S 7.015.00
5 3-00.00
5 3.000.00
S 9.000.00
5 9.000.00
S 6.894 22
5 6,954.22
S 4.1700.00 I S
4.000.00
5 3.50000
S 3.500.00
70TAL OW 510 5
3210'79.00
5
249,212.31
1 5
263.95000
1 5
345.081.50
I $
246.235.75
S
261,211 OD
I S
275,692.75
li
CPPD, eI,.. nasllSa Manger /J1r__n Date
I
I)OCCliliENT 00 140 —BIDDER'S U ALIFICATION STATCMENT:
Contract Name: Rupple Road Waterline Improvements
Bid #: 18-47, Cons ruction
Date: 7- �
SUBMITTED TO:
0
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company 06 W * w`n
Name Wtn
Address � feix -R0.164
Principal Office To( j S/r, nr
arporation, rtnership, individual, joint
venture, other
Arkansas State General Contractor's License Number
9'60
(Type or legibly print)
EXPERIENCE STATEMENT
Bidder has been engaged as a General Contractor in construction for apo years and
has performed work of the nature and magnitude of this Contract fora years.
Bidder has been in business under its present name for 256 years.
2. Bidder now has the following bonded projects under cd'ntract: (On a separate sheet,
list project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion
date.)
00140 -Bidder Qualifications 00140-1
DOCUMENT 00140 --BIDDER'S QUALIFICATION STATEMENT; (CONTINUED)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect
contact, amount of contract, surety, and date of completion and percentage of the cost
of the Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
NO
5. Bidder normally performs the following work with his own forces:
'Pon--? 5 mTo s
6. Construction experience of key individuals in the organization is as follows
(continued on attached sheets if needed):
Ltz u0 r3
r
-VUJ�l Cqf ctl z_
r
L -f -c Lz-)V-�. Z2,q 6
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
i N At _amu rance
?.o ,:Eox LtAv- 9 .
o S 2, 50 stag ,
Bidder's Workmen's Compensation Experience Modifier Factor is: % i Z 5 --
00140 -Bidder Qualifications 00140-2
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: Ca NUEU
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: Z.2018
(OFFICIAL SEAL)
Name of Organization:.
c� wr Al
By�.� - -
(Type or legibly print)
By
(Signature)
rz
Title
(Type or legibly print)
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
END OF DOCUMENT 00140
00140 -Bidder Qualifications 00140-4
I
1
U
I
I
11
DOCUMENT 0400 -BID FORM
Contract Name: Rupple Road Waterline Improvements
Bid Number: 18- 47, Construction
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder;; f r, Cry C1
-t AJ20
911, nuf Nr- -T 2-9o3
ARTICLE I- FNTENT
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 CONOITIONS
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.
0400 -Bid Form
00400-1
—W
I
IDOCUMENT 0400 -BID FORM (continued
BID SCHEDULE
EST.
UNIT
ITEM NO,
DESCRIPTION
UNIT
QTY
PRICE
TOTAL
Act 291 1993 Trench and Excavation System
4 )
��
1
for Water and Sewer Installation
LS
IrOpo
•
2
.
Traffic Control & Maintenance
LS
1
rr
7jo G�
o6t5
Mobilization
3
(Shall not exceed 5% of Schedule Bid
LS
]
Site Preparation
4 1
(Clearing, Grubbing & Demolition)
LS
I
_
cco
is
(51 V O o
G
l
5
Insurance and Bonding
LS
1
J
6
Construction Staking
LS
I
12"PVC, C-900, Class 200 DR -14
7
0 3 4 +
7
Water Main
LF
1585
8" PVC, C-900, Class 200 DR -14
8
Water Main
LF
20
6" PVC, C-900, Class 200 DR -14
9
Water Main
LF
12
10
12" Butterfly Valve with Box
EA
5
60
'7-) O O V+
11
8" Gate Valve with Box
EA
1
2000
2,600,E
12
Concrete Anchor Collar
EA
2
--77
7— S 5.0
Three Way Fire Hydrant Assembly
.,
13
with Valve
EA
2
aa
Ub0
r
k Q)
14
Epoxy Coated Ductile Iron Fittings
LB
6000
o O
15
24" Direct Bury Steel Encasement
LF
45
Zoo —
000
Remove Cap & Connect New 12" Main
rj
IF
3.;
16
to Existing 12" Main
LS
I3
(:)(Q
oo
5
17
Rock Excavation
CY
150
+ V
18
4" Concrete Sidewalk Repair
SY
25
l0
0400 -Bid Form 00400-5
-14
EST. UNIT
ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL
19 Site Restoration
LS ] Dbi� �' toco
20 Site Photographs & Video LS I0 t7 5 00
21 Erosion Control
LS 100 000
170TOTAL AMOUNT BID �'
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.
ARTICLE 5- CONTRACT TIMES
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.
ARTICLE 6- BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a cashier's check from a bank located in the
State til' Arkansas or a Bid Bond in the amount of
.1 t Ii evty Dollars {$ (3,`aa" }
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
0400 -Bid Form 00400-6
0
r
110
19
DOCUMENT 0400 -BID FORM continued
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
trq&n G 04WLam, ---
r`` I Z 903
OA
Email C S<o d O COM
Phone No. 41,9, 6 5 L - Z
Fax No. LO , 7�93 7 6 5
0400 -Bid Form
00400-7
DOCUMENT (1400 -BID FORM (continued)
A Corporation or I.LC
Corporation Name: GC)OaW i� kGcoo vi,, .;c- (SEAL)
State of Incorporation:
Type (General Business, Profession ervice mited Liability):
By:
(Signature of general partner -attach evidence of authority to sign)
ie or printed):t7-Y21-�4'?'•j, �?
(Signature of Corporate Secretary)
FE SEAL)
Business address: 390S Free airr .
totem Sri VAR Ar ??543
Phone No: 19669� !.- 7321 Fax No. gj9 • -V?3 • 702;--57'
Email Address: 'p)? oA- 0 6 <e -
Tax ID Number (TIN} r� � - 4 -1
DUNS # (00 Le k45 + Q Z Z
Cage Code:, S' V V K 6
END OF DOCUMENT 00400
0400 -Bid Form 00400-9
11
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for:
Rupple Road Waterline Improvements
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work: Subcontractor's Name Expected Percentage
and Address or Value
Utility Installation lt�l�++x.�,�{��,: - T��-
SWPPP/Erosion Control
Clearing/Demolition
Concrete
Landscaping
Material Testing ..
Other (designate)
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
IJV
ane -
00430 -List of Subcontractors
END OF DOCUMENT 00430
00430-1
Z'�
I r1 ri ' I v .,
Mara Than 4 Promho
5500 Euper Lane
PO Box 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca.com
Bid Bond
KNOW AT.i. MEN BY THfiSE PR,ENFNTS, that we.
(Here insert full name and address or legal title of Contractor)
Goodwin & Goodwin, Inc.
3503 Free Ferry Road
Fort Smith, AR 72903
as Principal, hereinafter called the Principal, and
(Herr. insert full nnnre and nddrP.ts nr legal title of .Surety)
Cincinnati Insurance Company
P. O. Box 145496
Cincinnati, OH 45250-5496
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are hold and firmly bound unto
tHere insert full name and address or legal title of Owner)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dollars ($ 5% ), for the payment
of which aum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executorb,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Rupple Road #18-47
{Plcre.tnsert fie[t name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Ohliaee in menrrianri-with the terms of such biri, and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal
to enter such Contract and j ve 9uch bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specitied in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,
otherwise to remain in full force and effect.
day of September 2018
Goodwin & Goodwin, Inc.
(T rincipul) - (Scalj
(Tirly'
r
Cincinnati Insurance Company
(Surerf
i 7'. tl e) {SerrJ]
Elizabeth A. Solomon , Attorney -In -Fact
AIA Document A310Ye —1970. Copyright O 19153 and 1970 by me American inslllute of Archltects.
TIIE CINCINNATI INSURANCE COMPANY
Fairfield, Ohio
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNAT[ INSURANCE COMPANY, a corporation organized under the laws of
the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint
Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor;
Elizabeth A. Solomon; Shannon C. Schmidly; Mary Ann Justice and/or William Scott Whittenberg
of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seal
and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows:
Any such obligations in the United States, up to
Twenty Million and No/100 Dollars ($20,000,000.00).
This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company
at a meeting held in the principal office of the Company, a quorum being present and voting, on the GI" day of December, 1958, which
resolution is still in effect:
"RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in -
Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the
Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or
without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in -
Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected
officers of the Company."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 714 day of December, 1,973.
"RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the
Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing
such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed
and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Company."
IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate
seal, duly attested by its Vice President this 811 day of March, 2017.
THE CINCINNATI INSURANCE COMPANY
�WRleAllTf �
a SEAL
04'a H c Vice President
STATE OF OHIO ) ss:
COUNTY OF BUTLER )
On this 811i day of March, 2017, before me came the above-named Vice President of THE CINCINNATI INSURANCE
COMPANY, to me personally known to be the officer described herein, and acknowledged that the'seal affixed to the preceding instrument is
the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument
by the authority and direction of said corporation.
�tititirli n irrrrrrr
O MARK J. li l f Ffi, Attorney at Law
%d, NOTARY PUBLIC - STATE OF OHIO
my commiaelon has no r�'�►���Qu����
date. Section 147.03 O.R.C. tratlon
I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above
is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in full force and effect.
GIVEN under my hand and seal of said Company at Fairfield, Ohio.
this 26th day of September, 2018
,s aanrarurE Tyr J Secretary
SEAL
6N10 •
BN -1005 (3/17)
GOODWIN & GOODWIN, INC.
General, Plumbing & Utility Contractor
3503 Free Ferry Road
Fort Smith, AR 72903
Cell (479) 651-7321 Fax (479) 783-7555
lT Y O F PoCo LA, vr— 5eW e -C T rean-,e�oT ?LAN 1'
(4eel - Wic vel l 6N5 .
GJST (Q,5 rr•� t 100/o CpMp�-fe
Cr Y OT- -FAyettev► t Ire /
�Y15 � Com,
&ST (0 `o C-0ri.�le I 'p-
(Z
e
C > o -T -Fon- -5. -,-�"
44W Ll �J e wg- Puvy-\-?
c�-�j Cis
0
cg's �ft-7
cry ca Torr ssM-,,T14
CCtq Ov F&gQtAeu%U1 e
6f G n� —
C,'-s,i o f 7►L/r A- C ✓5
5 0 Y -Z, a r)-\ p e
E,Ars
G "
& Ac VQr• JK (r w M c ec tl a `
61�iw1S , 6vU r 4=mS,
01 ploy
i
09/13/2016 14:50 4796462659 HAWINS AND CO PAGE 01/02
STATS Off' ARMNSAS OFFICE OF THE SECRETARY' OF STATE
ARTICLES OF INCORPORATION ui i l:i ;::; i q j
rtes
GOODWZN & GOODWIX, INC_
The undersigned, natural
Wan
years or mo 6, One
acting as incorporators of atcorporationhe e of tundex~the
Arkansas Business CarpOration Act of' 1987, adopt the following
articles of incorporation of such Corporation;
FIRST: The Name of the Corporation ,is:
Goodwin & Goodwin, Inc.
SECOND: The
organized are; purpose ax purposes for which the C6rporation is
To engage in the
and as a construction business as a genera]:• contractor
4ubacrntractor, including plumbing contracting, and
general c❑n8tructlOn, and all type$ of Construction, and to
enter into contracts with property owners for the construction
of improvem$nts on their property and the installation ot.
Plumbing systems and heating and air conditioning syystems, and
to Ongaga in repair work ,including repair of plumbing systems
and treating and air conditioning systema and all forms of
repair with respect to structures and the systems thereof, and
to engage in remodeling work, and to engage in residential
constructaan, commexcial conotxuctian, and industrial
construction, and to contract with respect to all of such
purposes, and to own real estate and to construct improvements
thereon and to sell said real estate and to develop :teal
estate developments Including commercial, residenti 4l, acid
industrial real estate developments, and to snt
with r-especti er �.nto leases
to prape�rty owned by the corporation, and to
contract with respect to all Of the
hizery�and to conduct any lawzulbusiness autordbtheArkan Arkansas
Suginess CQrpoxation Act of 1907.
The corporation, acting through its Board of Directors, shall
be authori¢od to enter into any general or limited
P-artnerahi
with any other person, firm, or corporation for the purp pses
of ce"xrying out any of the Objects or purpos$$ of the
corporation.
THIRD: The aggregate number of shares which the corporation sriall
have the authority to issue is 2,000 shares.
The designation of each class, the nuAber of shares of each
Class, or a statement that the shares of any class are without par
value, are as tollo'ws:
09/13/2016 14:50 4796462659 HANKINS AND GQ
NUMBER ajP
SHARES CLASB SERIES (IF ANY)
2,000 Common none
PAGE 02/02
PAR VALUE PER SHARE Ort
STATEMZNT WHAT SHARES
ARE WITHOUT PAR VALUP,
No Par
FOURTH. The address of the initial registered office of this
aorpoxatian is: 8009 Texas Road, Fort Smith, AH 72903
and the nage of the initial, registered agent at such addres.e i0:
Bryan..Q.00.dwin
E'1FTH'- The number of Directorzseanatituting the initial. Board of
Directors is 2 and they trill Servs as directors until the first
annual in seting of sharsholdars or until their 8U00asaors axe
elected and ,qualified. The number of directors to be elected at a
spacial meeting called for that purpose when shares of tbia
corporation become ownad of record by two shareholders, shall be
two.F and the number of directors to be elected at a epeGial meeting
called for that purpose when shares of this corporation become
owned of record by more than two shareholders, shall be three.
The Board of Directors shall have the
the numberautTjprity to fix or change
of directors to the extent allowed by the Axk$nsas
Business Corporation Act of 1987.
SIXTH: The name and address of each incorporator is:
NAHE STREET ADDRESS CITY A STATE
Bryan Goodwin 8009 Texas Road Fort Sinith, AR 72903
Sara V. Cbodwin 8009 Texas Poad Fort Smith, AR 72903
SEVENTH: At all elections of Directors of this c
scxPox4t3vn, c;ach
?�8]CehaXder shall he entitled to as many Votes as shall equal the
number of votes which (except for thase- provisions as to cumulative
voting) hg would be entitled to cast for the election of directors
with respect to his shares multiplied by the number of directors to
be elected, and he May cast all such votes for a single director,
or may distribute them among the number to he voted foir, or any two
or more of tham, as he may ase fit.
DATED: —121101 1992
SIGNATURE OF r COR ORATORS!
brya G000w n
..o ,.
Sara V , Gaodwln . �""
09/13/2016 15:01 4796462659 HANKINS AND M PAGE 01/09
�u
5
c l*1))Ar+'caie V
c 4sel C;Ho lv� I
09/13/3016 15,81 4796462659 HoWINB AND CO PuEF 82/09
OF ���� J� INC.°~^w�°",��.�~����~��'~."^n����^.
ANAPXANSAS CORY011,knON
Table of Contems
ARTICLE I
0MCES .................. l
ARTICLE 11
SHAMHOLDERS ........................................................... 1
0wdun 1
Sectiou2
AmiW 1
~-~^....... --'-~.^'~'~.................. 1
8uodnu3
Place of .............. ~.,^.,....................... ................. I
Section 4
NO�unof Meeting .................. -................. ........... ~....... l
SectionS
Section6
Section 7
~.°~~...~.--~^--.-'_'~-_--___-_ I
Proxies .............................................................. .................. 2
Voting nfSham ....... ............... -......... ....................... ,.... 2
seudno7
Preemptive Rights .,-......... .... ......^`............... 2
ARTICLE
BOARD OF DIREMRS ............................................... %
Section1
Section 2
General Powers .......................................... ........................ 2
Number, Tenure and Qualifications .................................... 2
Scodom 3
Regular Meetings .-.............. ............................... _........... 2
0qcdou 4
Section 5
Quorum ~.~~~^.^.-^^^~^'~~~^'~~~^~'~^'~~~~~--'----^
Manner of ....°..~.-__~.........^~~...~~ 3
Qomtimo 6
3
Section 1
section 2
scalon3
Smd1un4
X111hber,..~..',`~^~~^^~^~^~^^^'^'~-^-~--~~~'~'~~^-^' 4
Eloobtnand Tqzmmf ................................................ 4
^~~~°~~--~~~—�'....... _. 4
vac-Fmxnics ........................................................ 4
Soctom 5
8mution 6
lbmIrenbdetit............................................... ....................... 4
The Sccrlwwy, ..................^... ............ ... ... .................... 4
09/13/2016 15:01 4796462659
I
FINS " CO
ARTICLE V CONTRACTS, LOANS, CHECKS Aid] DEPOT'S
Section1
cowhats.... ...... I... ...................................................... .........
Scation2
LMS ............................................................................:.Q...»
Soulon 3
:0804 lkleft, Etco .......N ........................................1.1.4.......
Section 4
Deposits ............. .................................................................
ARTICLE VI
CERTMCATES FORSHARES
See6ou I
CeltifiCatC3 f4V Sh=s .......................................................
Section2
'Ttansfer of Sbam ...............................................................
ARTICLE W
FISCAL :YEAR ................... — .......... I ................ I ................
ARTICLE VUl SEALS ................ I ................... I I ........... --
ARTIMM........................................................
FW -E: 03/09
2
4
4
5
5
5
6
09/13/2016 15:01 4796462659 HANKIN5 AND CO PAGE 04/09
BY-LAWS
OF
GOODWI v` & GOODWIN9 INC.
ARTICLE T OFFICES
The principal office of the corporation shall be located at 3503 Free Ferry Road, Fort Smith,
Arkansas 72503.
ARTICLE 11 .SHAREHOLDERS
SacnoN 1 AMNUALMzmNcs
T%e annual meeting of the. shareholders shall be held during the fourth week.of the month of
January In each year, beginning with the year 1994, at a time convenient to the shareliclders for
the purpose of electing Directors and for the transaction of such other business asp may come
before the meeting,
SECTION 2 SPE04 MEEM03
Special meetiogs of the shareholders, for any purpose or purposes, unless otherwise prescribed
by statute, may be called by the President or by tete Board of Directors and shall be oiled by the
President at the request of the folders if not less than, one-tenth of aid the otrwranding shares of
the corporation entitled to vote are at the meeting.
8EC'r1ON 3 ,PLACE OPMEE71NC
T wBosrd.of Directors may designate any place, elther within or without the State of Arlaansas,
as the place of meeting for any annual or special me -ting of shareholdcss. If to designation in
made, the plaeo of tweeting shall be the principal office of the corporation.
SEcnoN 4 Nance of lv1UTmto
Written or printed notice storing the place, day and hour of the muting and, in case of a special
meeting, the purpose or purposes for which the meeting is called, shall be delivered not less
than ten or more than firs days before the date of the meeting, either persomally or by mail, by
or at the direction of the President, or the Secretary, or the ofka or persons calling. the
a
meeting, to each shareholder of ==d entitled to vote at swh meeting, If mailed, 13uch notice
shall be deemcd to be delivered when deposited iu the United States mail, addressed to the
shareholder at the Sbareholder's address .as it appears on the stock ttans&T books of the
corporation, with posstage thereon prepaid,
Sr,CT,ION S QUORU'v
A mgjority of the outstanding shares of the corporation entitled to vote, repmsented in person or
by proxy, shall constitute a quorum at a meeting of sitsrel alders. If less than a majority of the
outstanding shaves are represcrnted at a meeting, a majority of the shares so repre:mutccl may
adjourn the meeting from time to time without further notice. At such adjourned zmect s at
09/13/2016 15:01 4796462659 HANKINS AND CO PAGE 05/09
which a quorum shall be pteseftt or tepreselited, arty business may be transacted which might
have been transacted at thio meeting as originally notified.
SECTION b FRoym
At all meetings of,sbareholders, a shareholder may vote by proxy exedUted in writing by the
shareholder or by the Shareholder's duly authorized attorney in fact. Such proxy shall be filed
with the Secretary of the corporation before or at the time of the meeting, No ,proxy shell be
valid ,der eleven months fzam the date of its er**don, unless othervvlse provided in fhe proxy.
SECTION 7 VOTING OFSHARE
Subject to the provisions of Section 9, each outstanding share entitled to vote shall bo entitled to
one vote upon each matter submitted to a vote at a mecdng of sbarcholders'.
SacrJON 8 PR&wPrwERiGm
Each holder of shares in this corporation shalt have the first right to purchase iriiares (and
securities convar#ible into shares) of this corporation that may be from time to dine issued.
(whether or not presently authorized), including shares from the treasury of this corporation, in
the ratio that the number of; shales held by said holder at the time of issue bears to the total
number of shares outstanding, ,exclusive of treasury shares. This right shall be deemed waived
by any shareholder who does not exercise it and pays for the shares preempted within thirty (30)
days of reecipt of a notice in wr1 tlg from the corporation stating the prices,: tis and
conditions of the issue of snares and inviting said holder to exercise his preemptive rights.
ARTICLE III BOARD OPMECTORS
SEUMN I GANERAL POWERS
The business and affairs of the corporadon shall be managed by its Board of C)imctors.
SECTION 2 NUXM4TR, ?'RNUR& AND QUAUIFICATIONS
The number of Di wors of the corporation shall be two. Each director sbsll hold `office until
the next annual meeting of shareholders and until the Directaor's successor shall hava been.
elected and qualified.
SECTION 3 REGULAR MEF TiNGs
A regular meeting of the Board of Directors shall be held without other notice than this by-law
immediately after, and at tate same place as, the annual meeting of shareholders_ Tlie Board of
Directors my provide, by resolution, the time acrd place, sithor within or without the Siate of
Arkansas, for the holding; of additional regular meetings without other :notioe than such
resolution.
SzcrioN 4 QUORUM
A majority of the. number of Dlwwrs fixed by Section, 2 of this Article M shall 00-nsLitute a
09/13/2016 15:01 4796462659 HAWING AND CO PAGE 06/09
quorum for the transaction of business at any meeting of the Board of Directors, but if less than
such ma ority is present at a meeting, a majority of the Directors present may adjourn the
M"ting from titxm0 to time without further notice.
sEunON s MANNEROF'ACTiTvG
The act of the majority of the Directors present at a mwdng at which a quorum is present shall
be the act of the Board of Directors.
SECTrON 6 COrfrnU--MON
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 sura for
attendance at each meef ng. of the Board of Directors. No such payment shall pfr_clude any
director from serving the corporation in any other capacity and receiving compensation
therefore.
StMON 7 FMUA#r aVoir ssw'
A Director of the corporation whq is present at a meeting of t$e Board of Directors, at which
action on any corporate matter is shall be presumed to assent to the action taken unless the
Director's dissent sball be entered in the minutes, of the meeting or unless the Director shall file
a tivrittm dissent to such action with the persons acting as the Secretary of the meeting' before the
adjournment tbereo� or sbali forward such dissent by registered mail to the SeornM of the
corporation immediately after the adjournment of the meeting. Such right to dissent shall not
apply to a Director who voted in favor of such actiom
ARTICLE IV OFFICERS
SEcrtoN X Nuunk
The o%cess of the corporation sW be a President and a Seerebtry, each of whom shall be
elected by the Board of Directors. Any two or more officers may be held by the same person,
excppt:.the offices of President and Secretary.
SECTION 2 ELEcvoxAND T of DFFiarr
The officers of the corporation to be elected by the Board of Directors shall be elected anaual ly
by the Board of Directors at the fust meeting of the Board of Directors held after *oh annual
meeting of the shareholders. If the election of oiiicas shall not be held at such meting, such
election shalt be held as soon thereafter as conveniently may be. Each officer shall hold office
until a successor shall have been duly elected andd shall have qualified or until the Officer's
death- or until the Of# m skull resip or shall have been removed in the manner h=inafter
provided.
SECTION 3 UvozAL
Any officer or agent elected or appointed by the Board of Directory may be removed 1yy the
Board of Directors, whenever In its judgrrtacit 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 FAZINS AND, CO PACE 07/09
person so removed, Election or appointment of an officer or agent shall not of itself create
contract rights.
SEcrION 4 VAcANVM
A vacancy in any office because of dead, resignation, removal, disqualification or otherwise,
may be filled by the Board of Directors for the unexpired portion of the term.
SECTION S FRFMU,7
Bryan Goodwin is hereby named the PresideAt. 'ihe President WWI be the pri.ncipnl executive
officer of the corporation and, subject to the control of the Board of Directors, shall in geaeFal,
supervise and control all of fhe business and affairs of the corporation. The President shall,
when present, preside at all meetings of the shareholders and of the Board of Directors; The
President may sign, with the Secretary or any other proper officer of the corporation thereurdo
authorized by the Boaftd of Directors, certificates for shares of the corporation, and in general
aWl perform 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 6 ThlESECRZTARY
Sara Goodwin is hereby named the Secretary. The Secretary shall: (a) keep the rninutes of the
shareholders' and of the Board of Directors' meetings in one or mora books provided for the
purpose; (b) see that all notices are duly given in accordance with the provisions of these
by -Jaws or as required. by law; (c) be custodian of the corporate records and of the seal of the
corporation and see that the scat of which on behalf of the corporation under its seal is duly
authorized, (d) keep a register of the post office address of each shareholder which shad be
furnished to the Secretary by such shareholder; (e) sign with the President, or a Vice President,
certificates for shares of the corporation, the Issuance of which shall have been authorir,cd by
resolution of the Board of Directors; (f7 have general charge of the stock transfer books of the
corporation; and (g) in genera,[ perform all, duties incident to the ofEl7im of Secretary and such
other duties as from time to time may be assigned, to the Secretary by the President or by tine
Board of Directors.
SECT ioN 7 ,SAURIF4
The ,salaries of the 0dficers shall be fixed fi:om time to time by the Board of Directors emd no
officer shall be prevented from receiving such salary by reason of the fact that the officer is also
a Director of the corporation.
ARTICLE 'V CONTRACTS, ,LOANS, CHECKS, AND DEPOSIT 9
SECTION 1 CUNTMc78
The Board of Directors may authorize any officer or officers, agent or agents, to enter into any
eantract, to execute end deliver any instrument in the name of and an behalf of the Larporation,
and such autharity may be general or confined to specific imta mces-
V/13/2016 15:01 4796462659 HANKINS AND CO PAGE 08109
ftcnoN 2 LoAn
No loans shall be contracted on behalf of the corporation and no evldzaces of indebtedness shall
be issued in its name unless authorized by a resolution of the Board of Dircclors. 'Such
authority may bo generator confused to spocifio instances.
SE,MO v 3 CxEcx5; D)eam, RTc.
All checicsi drdck or other orders for the payment of money,, notes or other ovideaees of
inUbtednem issued in the name of the corporation shall be signod by such officer or officers,
agent or agents, of the corporation and in such mar= as shall front time to time be dcterruncd
by resolution of the Hoard of Directors.
SEmON 4 Dvosm
All funds of the corporation not otherwise employed shall be deposited from time to'timc to the
credit of the corpura8oa in such trunks, trust companies or other deposituiies as th'e Board of
Directors may select.
ARTICLEVI CER TIFYCATES FOR SD*A.RESAND 7IR T)?ANS,FER
SECTION 1 CERMIC47M.POWSMARW
Certificates repmenting shares of the omporatinn shall be in such form as shall be deferrn.ined
by the Board of Directors. Such cert;fieates shall bo signed by the President and by the
Secretary. Ali ccrtfficates for sbaries shall be consecutively numbered or otherwise identifled.
The name and address of the person to whom the shares represented thereby are issued, with the
number of shares W date of issue; shah be entered on the stock transfer books of the
corporation. All certificates.surrandetcd to the corporation for transfer shall be canee:led and no
certificaw shall be issued until the former certificate for a like number of shares'shall have
been surrendered and ceneeled, except that in case of a lost, destroyed or muffiumd cortificate, a
new orae may be issued therefore upon sueb terms and indmnniry to tho corporation ax the Board
of Directom may prescribe.
SecTioN 2 TRuNsm? OFSWRE9
Trausfer of shares of the corporation shall' be made only on the stools transfer books- of tha
corporation by the holder of record thtof or by a legal repmmtadvc, who shell A=M propm
evidence of authority to transfer, or by an attorasy thereunto authorized by power of attorney
duly executed and filed with the Secretary of the corporation, and on surrender for cancellation
of the certificate for such aharss. The person in whose name shares stand on the books of the
corporation sh" be deemed by the corporation to be the owner thereof for all purposes.
ARTICLE VE( MScAL YEAR
The: fiscal year of the corporation shall begin on the Brat day of January and end on the thirty-
first day of December.
09/13/2016 15:01 4796462659 HANKINS AND CO PAGE 69/09
ARTICLE LCC SE4L
The Board of Directors shall provide a corporate seal which ahali be circular in form and; shall
have inscribed thereon the =ne of the corporation and conditions provided bylaw.
ARTICLE M AMENDMENTS
Those by laws array be alte=d, amended or repealed and new by-laws may he asdepted by
unanimous vote of the $oard of Directors at any regular of special meeting of the Board of
Dimcwr% or by affirmative vote of twrt-thirds of the outstanding shares.
The foregoing by-laws of the corporation w em adopted by the Bvi+td sof Dircomrs on this
151' day of June, 2003.
DIRECTOR DMC OR
6
FRUPPLE RC3AO
WATERLINE iMRRC)VEMEIMT,S
for the
City of Faye�ttaui l la
BID # 18-47, CONSTRUCTION
ilr. rrnld�rr
f7v+Tch
A �
�.1 nAlra.n Rhn • �
Project
Location
f:
VICINITY MAP
CITY OF
FAYETTEVILLE
ARKANSAS
www,fayettevitte-ar.gov
ENGINEERING DIVISION
PHONE: (479) 575-8206 FAX NO: (479) 575-8202
PROJECT: ENGR. No. 8126
GOODWIN &GOODWIN,INC.
CHANGE ORDER NO.2
City of Fayetteville Staff Review Form
2019-0389
Legistar File ID
N/A
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Tim Nyander 6/14/2019 WATER SEWER (720)
Submitted By Submitted Date Division/Department
Action Recommendation:
Staff recommends approval of Change Order No. 2 to the contract with Goodwin &Goodwin, Inc.for the Rubble
Rd.Waterline Improvements Project which will increase the contract amount by$304.42.
Budget Impact:
5400.720.5600-5808.00 Water and Sewer
Account Number Fund
12009.1 Water System Rehabilitation/Replacement
Project Number Project Title
Budgeted Item? Yes Current Budget $ 8,989,961.00
Funds Obligated $ 3,100,270.11
Current Balance $ 5,889,690.89
Does item have a cost? Yes Item Cost $ 304.42
Budget Adjustment Attached? No Budget Adjustment $ -
Remaining Budget $ 5,889,386.47
V20180321
Purchase Order Number: 2018-00000760 Previous Ordinance or Resolution# 214-18
Change Order Number: 2 Approval Date: 6/18/19
Original Contract Number: 2018-00000041
Comments:
CITY OF
FAYETTEVILLE STAFF MEMO
.4W 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: June 13, 2019
SUBJECT: Approval of Change Order No. 2 for the Rupple Rd. Waterline Improvments
Project
RECOMMENDATION:
Staff recommends approval of Change Order No. 2 to the contract with Goodwin & Goodwin,
Inc. for the Rupple Rd. Waterline Improvements Project which will increase the contract amount
by$304.42.
BACKGROUND:
The City of Fayetteville Engineering Division prepared the design for this new sewer main
construction. The project includes Installation of approximately 1,590 linear feet of 12"water main
along the west side of Rupple Road beginning just south of the Owl Creek School and heading
south. This water main is part of the 12" grid that is shown on the City of Fayetteville Master
Water Plan. The installation of this portion of the grid will provide multiple points of connection
for developments that are currently approved for this area. These connection points will provide
additional flow and create the looping that is necessary to provide continual water service to this
area.
DISCUSSION:
This change order is to correct an error in Change Order No. 1. Change Order No. 1 was a
reconciliation change order to change the contract amounts to match the actual final
construction cost. In the memo and staff review form, I mistakenly labeled the change in
contract price as a decrease of$152.21 instead of an increase of$152.21. This change order
corrects this error by increasing the contract amount by$304.42.
BUDGET/STAFF IMPACT:
Funds are available in the Water System Rehabilitation/Replacement account.
Attachments:
Change Order No. 2
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville,AR 72701
00
N
G
0
A
U
C
R
w
0
N
.y 0, N .�
N N 7 l�
fV ON 7 M
bA i
U
y i
N
a i
� 1 �
N N
�
1 �
� N i
C
N
� b
U
d4 fH bR
C
1
1
1
1
1
1
1
1
1
1
1 Q
I
E�
oz
0)
r
O
N
M
0
W
d
Q
I
0
co
CL
b
bA i
U
y i
N
a i
� 1 �
1 �
� N i
C
U
a �
d
O U
bA
b0
^ O
C O
:C
C1
b �
N
p
W
F
3
C U
a
d
a� °Q
c D
O C
o
Q
L=
3 O ff,-,
N C y
u
o
3 'c
o a
e
ai
L
U
E
w O
a
.0
C)
U �aLayFF
.V
C
O C', U
�
U
c 0 i
U p
m
U c3 U, C
`L°b�w
a
'on a c
c
t
o U U
U c
U
z
F z F
F F
H x
E�
oz
0)
r
O
N
M
0
W
d
Q
I
0
co
CL