Loading...
HomeMy WebLinkAbout154-18 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution:154-18 File Number: 2018-0351 BID #18-36 TRI STAR CONTRACTORS, LLC: A RESOLUTION TO AWARD BID #18-36 AND AUTHORIZE A CONTRACT WITH TRI STAR CONTRACTORS, LLC IN THE AMOUNT OF $743,491.83 FOR CONSTRUCTION OF THE HICKORY STREET, JASMINE LANE AND SKELTON STREET WATER LINE IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $74,000.00 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 the Mayor to sign a contract with Tri Star Contractors, LLC in the amount of $743,491.83 for construction of the Hickory Street, Jasmine Lane, and Skelton Street Water Line Improvements, and further approves a project contingency in the amount of $74,000.00. PASSED and APPROVED on 7/17/2018 Page 1 Attest: La,- " Sondra E. Smith, City Clerk ��,,��+11++11+►►►►►� Treasurer �.�`'��: f'TS���y G-1 POO =�: FAYEnEVItLE;�. G Tota m 111111 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2018-0351 Agenda Date: 7/17/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 5 BID #18-36 TRI STAR CONTRACTORS, LLC: A RESOLUTION TO AWARD BID #18-36 AND AUTHORIZE A CONTRACT WITH TRI STAR CONTRACTORS, LLC IN THE AMOUNT OF $743,491.83 FOR CONSTRUCTION OF THE HICKORY STREET, JASMINE LANE AND SKELTON STREET WATER LINE IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $74,000.00 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 the Mayor to sign a contract with Tri Star Contractors, LLC in the amount of $743,491.83 for construction of the Hickory Street, Jasmine Lane, and Skelton Street Water Line Improvements, and further approves a project contingency in the amount of $74,000.00. City of Fayetteville, Arkansas Page 1 Printed on 711812018 City of Fayetteville Staff Review Form 2018-0351 Legistar File ID 7/17/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/29/2018 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends City Council approval awarding a contract in the amount of $743,491.83 to Tri Star Contractors for the construction of the Hickory/Skelton/Jasmine Water Lines Project and approval of a project contingency of $74,000 (10%). Budget Impact: 5400.7200.5600-5808.00 Water and Sewer Account Number Fund 12009.1 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 4,509,353.00 Funds Obligated $ 809,580.77 Current Balance $ 3,699,772.23 Does item have a cost? Yes Item Cost $ 817,491.83 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 2,882,280.40 1 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: Item cost reflects contract of $743,491.833 plus a contigency of $74,000.00 for a total item cost of $817,491.83. CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 17, 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 28, 2018 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $743,491.83 with Tri Star Contractors for the construction of the Hickory/Skelton/Jasmine Water Lines Project and approval of a project contingency of $74,000.00 (10%). RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $743,491.83 to Tri Star Contractors for the construction of the Hickory/Skelton/Jasmine Water Lines Project and approval of a project contingency of $74,000.00 (10%). BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for this group of three water line replacement projects. The projects include Installation of approximately 600 linear feet of 8" PVC water main along Hickory Street, installation of approximately 1,000 linear feet of 8" water main along Jasmine Lane including an asphalt overlay and installation of approximately 2,500 linear feet of 8" water main along Skelton Street. Each of these proposed water mains will replace existing water mains that experience frequent leaks. These replacements will help to minimize the time spent on repairs, water loss and damage to the pavement in these streets for the repairs. DISCUSSION: On June 27, 2018, the City received three (3) construction bids for this project (Bid # 18-36). Tri Star Contractors submitted the low bid which was approximately 40% below the Engineer's Estimate of $1,232,888.00. Engineering staff recommends awarding this contract to Tri Star Contractors. The contract time is 365 days (12 months) for final completion. BUDGET/STAFF 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-angov Fayetteville, AR 72701 Attachments: Section 0500 Agreement Bid Submittal Bid Tab Vicinity Maps DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Hickory Street, Jasmine Lane and Skelton Street Waterline Improvements Contract No.: 18-36, Construction - THIS AGREEMENT is dated as of the day of lam. in the year 2018 by and between The City of Fayetteville, Arkansas andl i S (____ ____ (hereinafter 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 575 LF of 8" PVC water marts along Hickory Street between Garland Avenue and X Oakland Avenue. Installation of approximately 1,030 LF of 8" PVC along Jasmine Lane. Installation of approximately 2,480 LF of 8" PVC along Skelton Street. Any use of a third party dump ster 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 n 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 'rI_MC QF 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 COMPLFTIQN AND FINAL PA M T: A. The Wort: shall be Substantially Completed within 335 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 365 calendar days after the date when the Contract Times eotnrnence to run. 3.03 LIQ []II3A� TED 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 daivagges 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 OCUMENT 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 PRICK 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. .I rt1) A� nrr.virle.d in rile General Conditions, est mated 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 cornpi ted 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. I . There shal I be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. AlITiCLE- S - PAYiYIENT PE.0C)EDUMS 5.01 SL181VI1T l'Alr AN PIIQCB55ING 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 00500-71 DOCUMENT 00500 — AGR.EEME, NT (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 a 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. E. 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, perlbnnance, 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 aFPect 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 I3azardous 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 i DOCUMENT 0050n -- 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 dataare 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 gencral 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 -D ocurn e tits. 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. 1. 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 - G 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 Tot 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 DOCUMENT 00500 -AGREEMENT (continned) 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: OW Wire Road_Pintected Bike Lanes. &_Sidewalk_Prnject Ash St tQ Gulley Park 8. Addenda numbers _A__ 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 OF CON1RACl 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 ditty or responsibility under the Contract Documents. 00500 Agreement 00500 - S DOCUMENT 00500 — AGREEMENT (continued) 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. 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 expressingthe 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 FOlA maybe assessed for this compliance. 8.06 L.hENS: 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 materiahnen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Cleric 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 DOCUMENT 00500 - 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 jQ.�l 20I which is the Effective Date of the Agreement. CONTRACTOR: By: JItLlmnIe' (Type or legibly print) (Signature) CITY OF FAYETTEVILLE 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 00500 — AGRI'XMENT (continued) Address for giving notices fl l.a-�w t1 � cl License No. Agent For Service of process C.,�r%!J"h.. (Type or legibly print) (Signature) Address for giving notices 113 W. Mountain St. Fsvctteville. AR 72701-- Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or 1.,LC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (1f Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) Approved As to Form: 1�y: r - Attorney For: �'A ALe END OF DOCUMENT 00500 00500 Agreement 00500- 12 DOCUMENT 00500 -- AGREEMENT continued) S'tate`I .doctunent that the corporation, corporate entity or LLC is in current "Good Standing" Witt'- this State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) Atte t Attest 00500 Agreemeut 00500- 11 ■ DOCUMENT 0400-BID FORM Contract Name: Hickory Street, Jasmine Lane and Skelton Street Waterline Improvements Bid Number: 18- 36, Construction BID TO: dOwner: The City of Fayetteville, Arkansas 113 West Mountain Street dFayetteville, Arkansas 72701 BID FROM: Bidder: S r s nw l,Ja�keslna d . �1 IN ARTICLE 1- INTENT M ■ 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. 00400-1 71 9 DO.CUMENT 0400-BI1) FORM jgL,,tinued ARTICLE 3- BIDDER'S REPRESENTATIONS 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 -aa- 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, Bid Form - Addendum 1 i 00400-2 0 DOCUMENT 0400-BID FORM (continued) :2 :1. ■ 11 18 Remove Existing Deliver to Owner r ` 0400-Bid Form - Addendum 1 00400-5 in [J F I F-1 a . D DOCUMENT 0400-B11) 1�01ZM4 continued BID SCHEDULE 1 Oasmine l:anv.) ITEM NO, DESCRIPTION UNIT EST.jPqRICE 01'Y TOTAL 1 Act 291 1993 Trench and Excavation System for Water and Sewer Installation LS l J 000.0-0 2 Traffic Control & Maintenance LS I L �Jd uo � "Soo. — 3 Mobilization (Shall not exceed 5% of Schedule Bid) LS ! 12, (v 8� •"►Z �2, (y $� •� �- 4 Site Preparation (Clearing, Grubbing & Demolition) LS I Or d- �� 50U.°o 5 Insurance and Bonding LS 1 5,00dao 6 Construction Staking, LS o�,�JOU.n' a, 500. 7 8" PVC, C-900, Class 200 DR-]4 Water Main LF 1140 Li q • 19 5(0) () Cos • �-(0 8 6" PVC, C-900, Class 200 DR-14 Water Main LF 30 // rr Z4/5. 9 2" PVC, SDR-13.5 Water Main LF 25 5 • 10 2" Copper, Type K-Soft Water Service Tubing LF 350 aro rS. rJJ �] �J O . ev I I 1" Copper, Type K-Soft Water Service Tubing LF 100 30 3, 00 0 . 12 3" HDPE Encasement (By Open Cut) LF 245 13 ^a" HDPE Encasement (By Open Cut) LF 35 aao. On - 14 8" Gate Valve with Box EA 4 f S OO. �� 2 00 15 6" Gate Valve with Box EA I I)qu) 16 2" Ball Valve with Box EA 12 55d • oo l0 t�0 . 17 Three Way Fire Hydrant Assembly with Valve EA 2 Cj 5��.� J ��� • oe ] 8 Remove Existing Fire Hydrant and I]ciiver to Owner EA I qo o' ea 0400-Bid Form - Addendum 1 00400-5 DOCI. MEN'I 0400-11ID NORM eontinueti ITEM NO. DESCRIPTION 6" X 6" Tapping Sleeve and Valve 19 with Box Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building 20 Service Double Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building 21 Service PFittings22 Epoxy Coated Ductile Iron 3 16" Direct Bury Steel Encasement 24 Remove Existing Meter Sciti'1r4 Nis 25 8" Saddle, V Corporation Stop and'i ap 26 Concrete Anchor Collar 27 Cut and Cap Existing 6" Water Main t; 28 Abandon Existing Water Valve Connect New 2" Water Main to Existing 29 Blow Off Valve 30 Rock Excavation Temp. Asphalt Paving 31 (Maintenance of Traffic) 32 't HMAC Surface Course (PG 64-22) :. 33 Asphalt Milling (2") za Concrete Curb & Gutter lZeplaccntctzt 35 4" Concrete Sidewalk Repair •. 36 Site Restoration Q-Bid Form - Addendum 1 UNIT QTY PRICE TOTAL EA 1 2 3,000 •— io,000. °e EA 13 I � 1 EA 12 ` LjDO." 6 1 z00 •61' LB 6000 3. C° 1 $1 O v 0. LF 18 aoo., 3, (000 . EA 15 I ' 50.E 3/"15C) `o EA 3 I EA 3 SS•� 1Co5 od EA 2 �a500_°" �j,000•°� EA 4 300,00 LS 1 500 `o 50 C) CY 50 I60.°" 5, ooO. J° Ton 40 I5•co 3�800 •00 Z � $ 35, 4Q rj . <Z 0 Ton 410 T'" SY 3686 aao�.Qr 00 a, Soo LF 115 SY 325MI5 14, cP,35 Ls 1 61(0- 5,000.E 00400-6 IM DOCUMENT 0400-BID FORM (continued) ITEM NO- DESCRIPTION 37 Site Photographs & Video 38 Erosion Control EST. UNIT UNIT QTY PRICE TOTAL LS I ��() I)0oC) LS 1 3)600-M �j, r"J�� •� TOTAL AMOUNT BID (SCHEDULE 1) p�rl �� q q 3 .4 Co BID SCHEDULE 2 (Hickory Street) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL Act 291 1993 Trench and Excavation System 39 for Water and Sewer Installation LS�nn 40 Traffic Control & Maintenance LS 1 rb �S,��C� 41 Mobilization (Shall not exceed 5% of Schedule Bid) LS 1 055.39 Fj, p55 ' 3 42 Site Preparation (Clearing, Grubbin & Demolition) LS 1 2 J 500 • �' 43 Insurance and Bonding LS 1 000 - 44 Construction Staking LS ] 5 O (� . °� �J r70 • °O 8" PVC, C-900, Class 200 DR-14 LF 582 �I9 • $ aS (aa a . (� 45 Water Main 2" Copper, Type K-Soft Water LF 45 y 5 • an a O as • 0-0 46 Service Tubing , 1" Copper, Type K-Soft Water 3O'� 5 ' ov 47 Service Tubi g LF 180 �400 48 2" Ball Valve with Box EA 1 550 • CJ5 0 • ro 3" HDPE Encasement LF 30 Q„ �D `S • ' q 50 •°' 49 (By Open Cut) 2" HDPE Encasement LF 90 45 0 5 0 °U 50 (By Open Cut) 12" X 8" Tapping Sleeve and Valve 1 , 3� 50C% u -70 3 500 . 51 with Box EA Three Way Fire Hydrant Assembly EA 1 �' ao �00 a� 52 with Valve 53 Epoxy Coated Ductile Iron Fittings LB 1000 O0b • 0-0 Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building EA 8 � �50 • of � 1 1-4 00 • 54 Service � 0400-Bid Form - Addendum 1 00400-7 0 =J 171 0 DOCUMENT 0400- BID FORM (continues!) ITEM NO. DESCRIPTION LIMIT EST. QTY UNIT PRICE TOTAL 55 Double Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building Service EA 1 Ll o0 0 Ll o o • 0- 56 Remove Existing Meter Setting EA 9 `a So . '� a. 5 O . CIO 57 8" Saddle, I" Corporation Stop and Tap EA_j 9 atrJO . 04 'aa'Sv 58 -Cut and Cap Existing 2" Water Main EA l �JOO. °� rJ0O ao 59 Cut and Cap Existing V Water Main EA I 4 50. bD Y50 60 Abandon Existing Water Valve EA 1 300 • 3OO • °' 61 Remove Cap & Connect New 8" Main To Existing 8" Main EA 1 500.`° 600. 62 Rock Excavation CY 50 00 ao `J� �00 • °� 63 TPmn Acnhalt P—i- (Maimenance of'TraFfc) Ton 40 3 9 0c). 64 Concrete T-Patch (Street and Driveway Repair) SY 10 5 N 5 d 65 4" Concrete Sidewalk Repair SY 6 q,5 -� �+T%O • °- 66 Site Restoration LS 1 5,8 4 b °' S, B 4 0. 67 Site Photographs & Video LS 1 1,0 00 �� ,, 000 .' 68 Erosion Control LS 1 14, a() 0.00 y � )-0 0 . `10 TOTAL AMOUNT BID (SCHEDULE 2) 0-Bid Form - Addendum 1 CUMENT 0400-BID FORM „(continued) 4\UL9I \L-0,3- It 00400-8 BID SCHEDULE 3 (Skelton Street) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL Act 291 1993 Trench and Excavation System 69 for Water and Sewer Installation LS 70 Traffic Control & Maintenance LS 71 Mobilization (Shall not exceed 5% of Schedule Bid) LS 1 ►Tj i5$ .4i2 1 Cj g • 82 72 Site Preparation (Clearing, Cru6hing &Demolition) LS 1 �5 000 `jO 5 bb 6 •°" 73 Insurance and Bonding LS I $ pO0 tan 74 Construction Staking LS 1 3 S00 �JO� 8" PVC, C-900, Class 200 DR-14 �q• $ 11 n 1�- 1 `� b 75 Water Main LF 2480 6" PVC, C-900, Class 200 DR-14 y 35O 'av 76 Water Main LF 30 V Copper, Type K-Soft Water 3p � aa, soo •.� 77 Service Tubina LF 750 • 78 8" Gate Valve with Box EA 4 0o Three Way Fire Hydrant Assembly 6 4660 • p 00 ' 79 with Valve EA � Remove Existing Fire Hydrant and b� 9 b d 80 Deliver to Owner EA 1 •°' 8" X 8" Tapping Sleeve and Valve 81 with Box EAF255100 OOa °� 3 000 82 Epoxy Coated Ductile Iron Fittings LB (D t 83 Remove Existing Meter Setting EA 35 _ -a-60.0.O $ � �150, eo Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building �I��'� ((�� q50 0� 3"�� 84 Service EA 35 18" n a'5 ' D 85 Saddle, I" Corporation Stop and Yip EA 35 0400-Bid Form - Addendum 1 00400-9 if 01 IN 2 DOCUMENT040t1-BID FORM fcontintiedl EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 86 16" Direct Bury Steel Casing LF 15 0 87 Cut and Cap Existing 6" Water Main EA 1 1, 500 • U 88 Concrete Anchor Collar EA 2 rJ S - C O . °y 89 Abandon Existing Water Valve EA 3 --2�7 °' 9 OC' • Qo 90 Rock Excavation CY 50 d � •� 5./ 17 0 O Temp. Asphalt Paving 91 (Maintenance of Traffic) Ton 60 n LF 30 92 Concrete Curb & Gutter Replacement ^ d / lD 0 . cr- SY 10 7J Y L.VIIVI GLG J1LLGW(U 1( IE4'(,Ykll$ 1 ---^� ' 94 Concrete Driveway Repair Sy 110 p oC)•Ob �v SY 100 5,000 95 Gravel Driveway Repair EA 16 a5 . °�' L-� �+� • °� 96 Remove and Replace Existing Metal Mailbox LS 1 00 00 97 Site Restoration 98 Site Photographs & Video LS 1 11JOd • °� a, 500 . o� 99 Erosion Control LS ] �Jt OOU °o 51 o o U • a' TOTAL AMOUNT BID (SCHEDULE 3) d 335 . as TOTAL AMOUNT BID (SCHEDULE 1+2+3) L� 3 0400-Bid Form - Addendum 1 00400-10 The City intends to award to the lowest responsive responsible bidder based on the evaluatiot sum of Schedule 1, Schedule 2 and Schedule 3. Bidders shall bid on both schedules. Failure all Schedules shall result in bid rejection. iARTICLE 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 of Arkansas or a Bid Bond in tie amount of g'I,ee Dollars ($ rl 305. 5� 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: ............ Email+ „ - Phone No. "Ip a3� _ 1bEFi Fax No. 0400-Bid Form - Addendum 1 00400-11 IlOCL1MENT t1400-i3ID FORM continued A Co oration or LLC Corporation Name: 'Trx Sdc CoCV6_0L -}' (SEAL) State of Incorporation:__;; n� Type (General Business, Professional, Service, Limited Liability): LLC By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Title: (CORPORATE SEAL) Attes O . (Signature of Corporate Secretary) Tc i S orN+<'-a c-l-yC s, LL C- Business address: n0�Q.L kk%hC__z S Phone No: (LA-1A_y a3 Email Address: ''•15'�-o�'�'-� Tax ID Number (TIN) �O-Sl 73B'"1 DUNS# Cage Code: END OF DOCUMENT 00400 0400-Bid Form - Addendum 1 00400-13 �l SureTec BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Tri-Star Contractors, LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 1330 Post Oak Boulevard, Suite 1100, Houston, Tx 77056, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Fayetteville, AR as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Hickory Street. Jasmine Lane and Skelton StreeLWaterline Imorovements. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 27th day of June, 2018 Tri-Star Contractors_. LLC (Principal) BY: TITLE SureTec Insurance Com an BY: I j L. . 1. �W, y-in-drianFact SureTec Bid Bond Rev 1.1.06 POA p, 410021 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Michael A Luttrell, Danny L Schneider, Billy Eugene Bennett Jr., Adrian W Luttrell its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogni2ances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and hindina Ilnon the Comnanv with respect to any bond or undertaking to which it is attached. (rtdopted ar a meeting held on 20'4 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 22nd day of May A.D. 2018 . � SU ant c SURETEC CE C PANY Nl 1 qz By: -. w va Ar. John K Jr., C State of Texas ss: 7s County of Harris On this 22nd day of May A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. E XENIA r_HA�+F.Zrotary Public, 6iale of TexasCommExpuas D9-10-202Q Xe ' avez, Notary Public Nota/z, ry iD 12911766 commission expires September 1 , 2020 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 27th day of 2 7,8•___1 A.D. . 13r t caty, Assi tent SeCreta Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812.0800 any business day between 8:30 am and 6:00 pm CST, DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: Hickory Street, Jasmine Lane and Skelton Street Waterline Improvements Bid#: 18-36, Construction Date: 6-27-18 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company: Tri Star Contractors, LLC Name: Anthony N F Goedereis II Address: 1910 Waukesha Rd. Siloam Springs, AR 72761 Principal Office: Same Corporation, partnership, individual, joint venture, other: LLC Arkansas State General Contractor's License Number: 0186220318 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 12 years and has performed work of the nature and magnitude of this Contract for 12 years. Bidder has been in business under its present name for 12 years. 2. Bidder now has the following bonded projects under 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 estimated completion date.) a. Martin Luther King Parking Lot 54A Amount $: $856,120.00 Project Description: Soil Disposal & Replacement, Undercut and Backfill, Concrete, Sidewalks and Asphalt Parking Lot Anticipated Date of Completion: August 2018 00 140-Bidder Qualifications 00140 -1 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Wedington - Haven Apartments Amount $: 4,209,511.70 Project Description: 6 Acre Site Development, Dirt Work, Retaining Walls, Utilities, Concrete, Curb & Gutter, Sidewalks & Asphalt Paving, Storm Drain Anticipated Date of Completion: September 2018 c. I Street Apartments Amount $:1,553,153.47 Project Description: 11 Acre development, heavy excavation and utilities, storm drain in heavy urban area Anticipated Date of Completion: June 2018 Bentonville West Taxiway Amount $: 2,250,610.67 Project Description: West Taxiway Construction- Construction of approximately 3,800 linear feet of 35 foot wide new parallel taxiway, including lighting and signage Anticipated Date of Completion: July 2018 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 pertormed with bidder's own rorces.) Steel Crossing is a 17 acre site near the wetlands of Mud Creek situated in the heart of Fayetteville shopping district just at the back door of Target and Kohl's, located a few blocks from the NWA Mall. The site development had sewer, water, storm drain and heavy excavation. Site work consisted of 100,000 cubic yards of material moved all within limits of the wetlands, a temporary infrastructure of dewatering ditches and dams were built in order to construct lines and build grade. The swamp area was undercut with depths up to 18ft, mirafi geotech fabric was placed with full rock and packed in lifts for the wall footings. More than 3,000 If of retaining wall that reaches 12ft at its highest point was installed to preserve these wetlands. 3,600 LF of 8" Water main 4-9 ft. deep, all fittings and detail work 1,000 ft. of which was through the wetlands with a 20 ft. easement access. Tri Star had to ensure limited disturbance of wetlands and maintain dry trench bedding during installation. Exposed 8'' line with in depth pot holing, digging around gas, phone and two 6" high voltage conduit power lines in order to install the lines under them. Tied in to numerous locations on high traffic Steele Crossing. 3,000 ft. 12"- 36" storm drain, storm drain boxes 6ft diameter, 9 ft. deep through rock. 2,000 ft. of 8" Sanitary sewer main through rock, exposed existing sewer mains, 13 Cast in place manholes 8-14 ft, tie in depths over existing sewer main. Existing manhole cones had to be cut and raised 9ft to match proposed grade. Approximate Cost: $3,000,000 September 2016 Kevin Franxman —Thompson Thrift Construction (859) 991 -1107 b. Tuscany Subdivision Villas of NWA Amount of Contract: Bonded - $1,558,283.90Estimated Completion Date: March 2017 40 Acre subdivision with 112 lots, sewer line 22-27 ft. deep in solid rock, live water line relocation Approximately 2,500 8" Sewer main, manholes poured up to 24 ft. deep, 300 ft. 48" Storm drain pipe 18-20 ft. deep 00 140-Bidder Qualifications 00140 - 2 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) c. 8th Street Water & Sewer Relocations (S.W. I Street to S.E. D Street) Amount $2,721,900.72 Project Description: Installing and digging around Walmart fiber optics, ATT, Cox and gas main lines. Over 6,500 LF of 6", 8", 12", 16" PVC waterline & Ductile Iron waterline. Over 5,000 LF of 8", 12" PVC gravity sewer line. 1,100 LF of 2" bore with HDPE (SDR-11) pipe encasement for water service connections. Over 8,000 LF of 8", 16", 20", 24" direct bury steel pipe encasement and all required fittings, valves, fire hydrant assemblies, meter settings, service lines, manholes, connections to existing lines and manholes, curb and gutter and pavement repair.Anticipated Date of Completion: May 2018 Willie Pattengill 479-936-1833 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: a. Tri Star Contractors has the capabilities to do all aspects of General Contracting including; site work, utilities, concrete, asphalt & paving. b. We deliver high quality work with strong work ethics & integrity traits. Our well trained crew with extensive experience and years of on site in field experience with Tri Star enables us to self - perform our work. Our crew with a large fleet of equipment allows us to better serve our client in order to maximize the value of the project for the owner. We take pride knowing the job is done right. 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): a. Our company consists of hardworking individuals with exceptional leadership skill. Nick SR has over 40 years of experience in the construction industry, utilities, concrete, excavation, paving, site work, development. Nick Jr has 15 years of experience, Doug 12 years of experience, Mitchel 10 years. A principal member of Tri Star is on your job everyday acting as Lead Superintendent making sure the job is done accurately, strategically and of highest quality. The majority of our highly qualified foreman's have been with us for more than 10 years and each have minimum of 20-30 years' experience. Safety is of utmost priority at all times, on site mandatory safety meetings are obligatory. We continually train & certify in many fields leading to exceptional qualifications. With our diversely skilled team we can handle all of our projects confidently and successfully. 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: Walker Brothers, CNA Surety 8. Bidder's Workmen's Compensation Experience Modifier Factor is: .98 00140-Bidder Qualifications 00140 - 3 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). nth,-,r lrnnita1 rmnitnl ctnrir authnri7ari Sinri nllt¢tanrllnP Sharps nar values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: None Judgment Creditors a. b. Where Docketed and Date Amount 00 140-Bidder Qualifications 00140 — 4 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: June 27, 2018 Name of Organization: Tri Star Contractors, LLC By : Anthony N F Goedereis li (Type or legibly print) By : �2rr9� ,i (Signature) Title : President (Type or legibly print) (OFFW;IAL SEAL) (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 00 140-Bidder Qualifications 00140-5 Bid 18-36, Addendum 1 Date: Friday, June 22, 2018 To: All Prospective Vendors From: Andrea Rennie —479.575,8289—aforen@fayetteville-ar.ov RE: Bid 18-36, Construction —Hickory Jasmine Skelton Water Lines rI CITY OF FAYE°TTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. The following documents are available with this addendum: a. Pre -Bid Meeting sign in sheet from 06/01/18 (1 page) b. Pre -Bid Meeting notes from 06/01/18 (2 pages) 2. The reference to "Addendum 1" on the bid form Sertinn 04nn shall hp rnncirlarPrl a Crrihnor'c error. The bid form provided with the original project manual has been the only bid form issued for this project. City of Fayetteville, AR Bid 1 8- 3 6, Addendum 1 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS PRE -BID MEETING June 1, 2018 Hickory St, Jasmine Ln., and Skelton St. Waterline Improvements BID # 18-36 Bid Submittal: Fayetteville City Hall, Room 306, prior to 2:00 p.m., Thursday, June 27, 2018. Pre -Bid Meeting Is Nonbinding: Items listed in this agenda and discussed at the Pre -Bid meeting are for information only and are not a change to the Contract Documents. - Topics Raised at the Pre -Bid Meeting: Will road closures be allowed? Complete closures will not be allowed. The contractor will be allowed to do single lane closures. Prior to closures, the contractor will need to contact the Engineering Office to coordinate the closure notifications. Flaggers will be required for any street crossings that require temporary closure. Will there be a small strip of asphalt between the trench and the curb and/or edge of pavement? No. The intent was to remove up to the curb and gutter or edge of pavement. On the east end of Hickory Street, are the pine trees supposed to be removed? No. The connection to the existing water main should be far enough away to avoid removal of these trees. Will the old meter boxes be abandoned? Yes. After the new meters are connected, the old meter box and yoke will be removed and the hole filled with compacted soil. Pre -Bid Meeting Summary Addendum 1— 06.22.18 Page 1 Topics Raised after the Pre -Bid Meeting: N/A 09589-Agreefn 4.- mate th@ agfeeMeRt.—WheRce eera#ast is apnrn.—A Lathe City lgo unnis L.I 1a eledi i. ii 11 date the nnrnar.a r�r.F FF'' te Clarification for Addendum 1 — 06122118: Signing the completed section 00500 Agreement is not required with bid. City will require signature of agreement immediately after bids are verified by the City. Apparent low bidder or contractor recommended for award shall have a representative available to sign the agreement no later than noon on Friday, June 29, 2018. Pre -Bid Meeting Summary Addendum 1— 06.22.18 Page 2 03-25-11;02:24PM: ;4794422774 # 2/ 4 S-rm- i OF AIUKANSAS SEcRETAR OF STATE CharUe Daniels SECMARY OF STATE To All to Whom These Presents Shall Come, Greetings: I, Charlie Daniels, Secretary of State of Arkansas, do hereby certify that the following and hereto attached instrument of writing is a tine and perfect copy of Articles of Organization of TRI STAR CONTRACTORS, LLC filed in this office October 5, 2006 In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 5th day of October 2006. Secretary of State 03-25-11;02:24PM; ;4794422774 # 31 4 Arkansas SC ary of Mate . Document Nat 6191130002- Date PIS 10-05-2006 01:09 PM - TOW P3906:2 The undersigned authorized manager or member or person forming this Limited Liability Company under the Small Business 1C Entity Tax pass Through Act. Act 1003 of 1993, adapts the following Articles of Organization of such limited Liability Co"rly: First: The Name of the Limited Uabirtty company Is: TM STAR CONTRACTORS, LLC Must contain the words "Limited Liability Company. "Limited Company," nrthe abbaeviatioft'tMC,;' "L.C.," "LLC," or" C.' The word "Limited" maybe abbreviated as "Ltd.`, and the 'Company" may be abbreviated as "Co." Campimles wbieh perform Proftsiowl 5m'viee AfM additionally contain the words "Professional Limited Liability Company," "Professional Limited Company," or the nbbmsations "P,L LC.," "p.L.C, " "PLLC," or "PLC" and may not rautain rbo name of the person wbo is not a member avapt t3 as of a deceased msmber. The word wLirnhod" maybe abbmviated as "Ltd." and the word "Compact}" maybe abbreviated as "Co." Second: Address of registered office of the Limited Liability Company which may be, but need not be, the place of business shall be; Street Address: 133 SUNBRIDGE DRTVE Lary: k'PlXC.111✓v1Li.1r State; AR ZIP: 72703- Third: The namo of the registered agent and the physical business address of raid agant shall ba_ Name: KENNETH S. HIXSON Street Address: 133 SUNBRiDGE DRIVE City: FA'YETTEVILLE state: AR ZIP: 72703- Fourth: If THE MANAGEMENT OF THIS COMPANY IS VESTED IN A MANAGER OR MANAGERS, A STATEMENT TO THAT EFFECT MUST BE INCLUDED IN THE SPACE PROVIDED OR BY ATTACHMENT: NIA The Name of the person(a) authorized to execute this document - Name 11: NICHOLAS GOEDEREIS, II Name 2: Nam S: Slgnatura of authorized manager; member or pawn farming this Company: 03-25-11;02:24PM; ;4794422774 # 4/ 4 -, • • . c C c CITY OF FAYETTEVILLE ARKANSAS Advertising Dates: Number of Addendums: Certified Bid Amount: Max. Bid Award Limit: Construction - Hickory Jasmine Water Lines Bid No. 18-::6 Official Bid Tab elation May 24 & 31, 2018 1,235,00 10C] 1,543,750.00 Bid No. 18-36 Date: 06.27.2018 Time: 2:00 PM Goins EnterprisE 5, Inc. Goodwin & Goodwin, Inc. Tri-Star Contractors, LLC UNIT UNIT UNIT ITEM ESTIMATED NO, DESCRIPTION UNIT QUAN-1 ITy PRICE A JIOUNT PRICE AMOUNT PRICE AMOUNT Rid S hedule 1 lasriine Lane 1 Act 291 1993 Trench and Excavation System for' Water and Sewer ' S 1 $ ?,U0U.00 $ 3,000.00 $ 10,000.00 $ 1D,000.00 $ 1,000.00 $ 1,000.00 Installation 2 Traffic Control & Maintenance LS 1 $ 33,500.00 $ 13,500.00 $ 10,000,00 $ 10,000.00 $ 4,500.00 $ 4,500.00 3 Mobilization (Shall not exceed S%oaf f-5 1 $ 20,000.00 $ 20,000.00 $ 10,000.00 $ 10,000.00 $ 1.2,686.72 $ 12,686.72 Scheduled Bid) 4 Site Preperation (Clearing, Grubbing, LS 1 $ 21,000.00 $ 21,000,00 $ 15,000.00 $ 15,000.00 $ 7,500.00 $ 7,500.00 & Demolition) 5 linsurance and Bonding LS 1 $ 7,000.00 $ 7,000,00 $ 15,000.00 $ 15,000.00 5 5,000.00 1 $ 5,000.00 6 Construction Staking LS 1 $ 4,000.00 $ 4,000.00 $ 8,000.00 $ 8,000.00 $ 2,500.00 $ 2,500,00 7 PVC, C 900, Class 200 DR-14 Water LF 1,140 $ 90,00 $ 102,600.00 $ 55.00 $ 62,700.00 $ 49.18 $ 56,065.20 Main 3 6" PVC, C-900, Class 200 DR-14 Water LF 30 $ 85.00 $ 2,550.00 $ 55.00 $ 1,650.00 $ 45.00 $ 1,350-00 Main 9 2" PVC, SDR-13.5 Water Main 25 $ 20.00 $ 500,00 $ 55.00 $ 1,375.00 $ 15.00 $ 375.00 10 2" Copper, Type K-Soft Water Service fLF 350 $ 66.00 $ 23,100.00 $ 48.00- $ 16,800.00 $ 45.00 $ 15,750.00 Tubing Gains Enterprises, Inc. Goodwin &Goodwin, Inc. Tri-Star Contractors, LLC UNIT UNIT UNIT ITEM ESTIMATED NO. DESCRIPTION OM QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 11 1 1" Copper, Type K-Soft Water Service LP 100 56.00 5,600,00 30,00 3,000,00 30.00 3,000.00 Tobin. '2 13' HDPE Ecasernent (By Open Cut) U 245 $ 52.00 12,740.00 4&00 11,760.00 25.00 6,125.00 13 2" HDPE Encasement (By Open CUO L1 35 48,00 1,680,00 $ 45.00 1,575.00 $ 20,00 $ 700-00 14 8" Gate Valve with Box EA 4 2,400.00 1 $ 9,600.00 $ 2,400,00 9,600.00 <,, 1,800.00 7,200.00 1.5 6" ate Valve With Box EA i 2,000,00 $ 2,000-00 2,000-00 2,000,00 1,400.00 1,400.00 16 2" Ball Vaive with Box EA 12 900.00 $ 10,800.00 1,300.00 15,600.00 550.00 6,600.00 17 Three Way Fire Hydrant Assembly EA 5,12.5.00 10,250,00 4,800.00 $ 9,600.00 4,500.00 9,000.00 .Wit�l Valve 18 Remove Exix-sting Fire Hydrant and EA i 350,00 550.00 850.00 $ 850.00 900.00 900.00 Deliver to Owner 19 6'? X 6" Tapping Sleeve and Valve with EA 2 $ "j'cicuoo 8,0000.00 3,850.00 $ 7,700.00 3,000-00 6,000,00 Box 20 Single Meter Setting, Complete, Including Pressure Reducer and EA 3I, z. �) F) c). 0 a 4,500.00 1,200.00 3,600,00 1,050,00 3, 11 5 0, 0 0 Plumber Connection to Exisring Building Service 21 Double Meter Setting, Cani0ete, including Pressure Reducer and EA 12 2,()00,00 $ 24,00°0.O() 1,500.00 $ 18,000.00 .1,400,00 1.6,800.00 Plumber Connection to Existing Building Service 22 Epoxy Coated Ductile Iron Fittings LB 6,000 $ 2.00 $ 12,000,00 0.01 $ 60.00 3,00 18,00000 23 11.6" Direct Bury Steel Encasernent LF 18 350.00 $ 6,300.00 150.00 2,700.00 200.00 3,600.00 24 lRemove Existing Meter Settir,g E A ..5 200,00, $ 3,000-00 S 300-00 4,500.00 250,00 3,750.00 25 18" Saddle, I" Corporation Stop and EA 3 ]�Ooo�00 S 3,000.00 400.00 1 ,200,00 $ 250,00 750.00 Tap 26 lConcrel"e, Anchor Collar EA 3 'S i,100.00 $ 3,300.00 $ 1,300,00 3,9.00.00 $ 55,00 $ 165-00 27 1 Cut and Cap Existing 6" Water Main EA 2 s 2'000.00 $ 4,000.00 $ .1,800-00 3,600.00 $ 1,500.00 $ 3,000,00 28 Abandon ExistinE Water Valve EA 4 $ 1,000.00 $ 4,000.00 350.00 i 1,400.00 $ 300.00 1,200,00 29 Connect New 2" Water Main to .700.00 700,00 1,000.00 1,000,0() 500.00 $ 500,00 Existing Blow Off Valve Goins Enterpris,!s, Inc. Goodwin & Goodwin, Inc. Tri-Star Contractors, LLC UNIT UNIT UNIT ITEM ESTIMATED N 0, DESCR!PTION N I T QUANTITY PRICE i% I'A D U NIT PRICE AMOUNT PRICE AMOUNT 30 Rack Exacavation CY 50 120.00 6,0w.00 5 0-01 $ 0.50 100.00 5 5,000.00 3' Temp. Asphalt Paving (Maintenance -f on 40 200,00 8'000'00 225,00 9,000.00 95.00 3,800.00 or Traffic) 32 HMAC Surface Course (PG 64-22) Tan 410 $ '120.00 49,200,00 $ 138.00 56,580-00 86.S8 35,497,80 33 -Asphalt Milling (2") SY 3,686 $ 4.00 .14,744.00 10,00 36,860.00 $ 2.09 7,703,7L 34 Concrete Curb & Gutter Rer)locement LF 115 $ 60.00 $ 6,900,00 40.00 4,600.00 $ 20L0 2,300.00 35 4" Concrete Sidewalk Repair LF 325 78.00 .25,350.00 65.00 $ 21,125.00 $ 45.00 14,625.00 36 Site Restoration LS 1 2,000.00 2,000.00 28,000.00 28,000.00 5,000.00 5,000,00 37 Site Photographs & Video LS 1 1,000.00 1,000.00 2,500,00 2,500.00 5 1100000 1,000.00 38 Erosion Control LS 1 5 2,000,00 2,000,00 $ 3,000.00 3,000.00 37500,00t$ 3,500,00 $ 138,464D0 $ 413,835.50 276,993.4E Total Amount Bid (Schedule 1) Bid Schedule 2 (Hici ory Street) 39 Act 2911993 Trench and Excavation System for Water and Sewer LS I 2'600m 2,600,00 $ 5,500,00 $ 5,500.00 $ 1,000-00 $ I,000.00 Installation 40 Traffic Control & Maintenance LS 1 S 9,200.00 5 9,200-00 5 7.,S00,00 $ 7,S00.00 $ 2,500.00 $ 2,500-00 41. Mobilization (Shall not exceed SV. of $ 7,000.00 $ 7�000.00 $ 7,500,00 $ 7,500.00 $ 5,055,39 $ 5,055.39 Scheduled Bid) 42 Site Preperation (Clearing, Grubbing, is i $ 8,00o'00 $ 8,000.00 $ 1-0,000.00 $ 10,000,00 $ 3,500.00 $ 3,500,00 ,& Demolition) 43 IfISUrance and Bonding LS 1 $ 4,000,00 $ 4,OWi 00 $ 10,000.00 10,000.00 $ 2,000.00 2,000.00 44 Construction Staking LS I $ 2,000.00 $ 2,000,00 $ 1'500.00 1,500-00 $ 11S00-00 1,500.00 45 82'PVC, C-900, Class 200 DR-14 Water L?F 582 $ 90.00 $ 52,380DO $ 80.00 46,1_6&Q0 $ 49.18 $ 28,622.76 Main 46 2" Copper, Type K-.Soft Water Service LF 45 6&00 $ 2,970.00 $ 48.00 2,160,00 $ 45,00 $ 2,025.00 ,Tubing 47 1" Copper, Tyj�e K-Soft Water Service L. F 180 $ 5600 $ 1e"o80'k10 $ 30.00 5,400,00 $ 30.00 S 5,400,00 Tubing 49 2" Bali Valve with Box EA 1 S 900.00 $ 900-00 $ 1,300-00 $ 1,300.00 S50.00 $ 550.00 49 3" HDPE Encasement (By Open Cut) LF 30 $ 52,00 $ 1-5":'0.00 "5 48.00 $ 1,440,00 $ 65.00 $ 1,950'00 Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Tri-Star Contractors, LLC UNIT UNIT UNIT ITEM ESTIMATED No. DESCRIPTION UN IT' OUANTiTY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SO 2" HDPE Encasement (By Open Cut) LF 90 $ 48.00 $ 4,320,0O $ 45.00 $ 4,05C,00 $ 45.00 $ 4,0515000 51 12" X 8" Tapprng Sleeve and Valve EA 1 $ 3,500,00 $ 3,500'00 $ 5,800'00 $ 5'800.00 $ 3,500.00 $ 3'500m with Box 52 Three Way Fire Hydrant Assembly EA 1 $ 5,125.0 0 $ 5,125,00 $ 4,S.'.1;0,00 S 4,800,00 $ 4,500.00 $ 4,500.Cc with Valve 53 Epoxy Coated Ductile Iron Fittings L3 1,000 $ 2,00 S 2,000.00 0,01 10.00 $ 3.00. $ 3,000.00 54 Single Meter Setting, Complete, Including pressure Reducer and EA 8 1,5010. 00 12;000,00 1,200,00 9'600.00 $ 1,050'00 8,400.0() Number Connection to Existing 5kMcIffig Service 55 Double Meter Setting, Complete, Inchuding Pressure Reduce, and EA 1 14, 51 0 10. 0 0 2,500j,00 1,500,00 1.,500.00 1,400.00 1,400.00; Plumber Connection to Existmg .Building Service 56 Remove Existing Meter Settmg EA 9 200,00 1,800-00 300,00 2,700.00 $ 250.00 2,250-00 S7 8" Saddip, 1" Corporation Stop and EA 9 1,000-00 9,0(30,00 400.00 $ 3,600,00 250.00 2,250.00 Tap 58 Cut and Cap Existing 2" Water Main EA a 1'500.00 1,500,00 1,000.00 $ 1,000.00 500.00 500.00 59 Cut and 'Cap Exisiing 1" Wa?er Main EA 1 2,200,00 5 1,200.00 $ 750,00 750.00 450.00 450,00 60 Abandon Existing Water Valve EA - $ 1,000.00 $ 1,000.00 350.00 350.00 $ 300.00 300,00 61 Remove Cap & Connect New 3" Main I,A 1 $ $ 1,600.00 $ 3,000.00 3,000'00 $ 500.00 500.00 To Existing 8" Main 62 Rock Exacavation CY 50 $ 120.00 $ 6,000.00 0.01 $ 0,50 100,00 5,00000 63 Temp. Asphalt Paving (Maintenance Ton 40 200.00 8,000-00 $ 225.00 $ 9,000,00 95.00 3,800-00 or Traffic) 64 Concrete T-Patch (Street and SY 10 160.00 1,600,00 $ 100.00 $ 1,000.00 $ 85.00 <1 850.00 ,Driveway Repair) 1 65 4" Concrete Sidewalk Repair SY 6 S 7&00 468,00 $ 65-00 S 390,00 $ 45.00 270-00 66 Site Restoration LS 1 $ 1,350.00 'S 1,350,00 $ 8,500.00 8,500,00 $ 5,840.00 5,840,00 67 Site Photo ra hs & Video LS 1 $ 1,000,00 $ 1,000.00 $ 2,500-00 2,500,00 $ 1,000.00 1,000.00 68 Erosion Control LS 1 $ I'500,00 $ 1,500,001 $ 4,000.00 4,000,00, $ 4,200.00 4,200.00 Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Tri-Star Contractors, LLC UNIT UNIT UNIT ITEM ESTIMATED NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT $ 156,153.00 $ 161,410.50 $ 106,163.15 Total Amount Bid (Schedule 2) Bid Schedule 3 (Skellon Street) 69 Act 2911993 Trench and Excavation Systern for Water and Sewer =.S 1 $ 3,500.00 $ 3,500.00 $ 5,000.00 $ 5,000.00 $ 2,000.00 $ 2,000,00 Installation 70 Traffic Control & Maintenance LS 3 $ 17,OOO.00 $ 17,000.00 $ 8,500.00 $ 8,500.00 $ 6,500.00 $ 6,500.00 71 Mobilization (Shall not exceed 5% of LS 1 $ 22,040.44 $ 22,000.00 $ 15,000_00 $ 15,000.00 $ 17,158.82 $ 17,158.82 Scheduled Bid) 72 Site?reperation (Clearing, Grubbing, S $ � 7,000,00 $ 17,000,00 $ 25,000.00 $ 25,000,00 � y 15,000.00 $ 15,000.01-_ & L7erriolitian) 1 73 Insurance and Bonding LS 1 10,000,00 10,000.00 $ 20,000.00 $ 20,000.00 $ 8,000.00 $ 8,000.0C 74 Construction Staking LS 1 $ 4,000.0{) $ 4,000.00 $ 7,500,00 $ 7,500.00 $ 3,500.00 $ 3,500.0C 75 8" PVC:, C-900, Class 200 DP-14 Water L= 24b0 r 90.O0 r r Z'..3,2Ji�.0G $ � 11.,.00 $ e 28a,200.DD $ 49.1.8 $ 121,966.4C Mai-:1 76 6" PVC, C-900, Class 200 DR-14 Wat<_,r €` 30 5 85.04 $ 2,550.00 $ 85.00 $ 2.550.0 0 ; 45.00 $ 1,350.0!- Main 77 !"Copper, Type K-Soft Water Service 1..F 750 $ 56.00 $ 42,000.00 $ 30.00 $ 22,500.00 $ 30.00 $ 22,SD0.O - Tubing 78 8" Gate Valve with Box EA 4 2,400.00 $ 9,600.00 $ 2,400.00 $ 9,600.00 $ 1,80000 $ 7,200.00 79 Three Way Eire Hydrant Assembly EA 6 5,125.0G $ 30,7SD.00 $ 4,800.00 $ 28,800.00 $ 4,500.00 $ 27,000.00 with halve 80 Remove Existing Eire Hydrant and EA 1 $ 550.00 $ 550.O0 $ 800.00 $ 80O.00 $ 90O.00 $ 900.04 Deliver to Owner 81 8" X 8" Tapping Sleeve and halve with EA $ 2,400.OD $ 2,0€70.00 $ 5,000.00 $ 5,000.00 $ 3,000.00 $ 3,000.00 Box 1 82 Epoxy Coated Ductile Iron Fittings LB 2500 $ 2.00 $ 5,000.00 $ 0.01 $ 25,00 $ 2.50 $ 6,250.00 83 Remove Existing Meter Setting EA 35 $ 150.00 $ 5,250.00 $ 300,00 $ 10,500,00 $ 250.00 $ 8,750.00 84 Single Meter Setting, Complete, Including Pressure Reducer and EA 35 $ 1,500.00 $ 52,500.00 $ 112.00,00 $ 42,000.00 $ 1,050.00 $ 36,750.0C+ Plumber Connection to € xisting Buildin Se -vice ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Tri-Star Contractors, LLC UNIT PRICE' AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 85 8" Saddle, I" Corporation Stop and Tap EA 35 1'amajo S" 000- O'D 400.00 $ 14,000.00 250.00 $ 8,750,00 86 16" Direct Bury Steel Encasement LP .15 $ 350,0() 5,-) 150.00 $ 150.00 $ 2,250,00 200,00 3,000,00 87 Cut and Cap Existing Water Main EA 1. 2,000,00 2,000.00 1,800.00 1,800.00 1,500,00 $ 1,900.00 88 Concrcte Anchor Collar EA 2 1,100,00 $ 2,200.00 1,300_00 2,600.00 $ 55.00 110,00 89 Abandon Existing Water Valve EA 3 1,000.00 > 3,000-00 350,00 1,050.00 $ 300.00 900,00 90 Rock Exacavaltion C y 50 120,00 6,000-00 0.01 ().SO $ 100-()0 $ 5,000.00 91. Temp- Asphalt Paving (Maintenance OrTraffic) Ton,200-00 60 200,00 J.2,000-00 220.00 13 $ 95.00 $ 5,700-00 92 Concrete Curb & Gutter, Replacement LF 3 0 60,00 $ -Soo .00 $ 40.00 1;200.00 $ 20.00 $ 600,00 93 4" Concrete Sidewalk Repair SY 10 78,00 $ '780.00 65.00 $ 650.00 45.00 450.00 94 Concrete Driveway Repair SY 110 $ 115.00 12,650-00 85.00 9.350,00 80.00 8,800.00 95 Gravel Drivewav Repair 01c, $ 40,00 4,000.00 $ 10.00 1-000-00 50.00 5,000.00 96 Remove and Replace Existing Metal Mailbox —SY EA 16 $ 200.00 $ 3,200-00 $ iso,co 2,400.00 $ 25,00 $ 400.00 97 Site Restoration Ls 1 $ 3,800-00 $ 3,800.00 $ 35,000.00 35,000.00 24,800.00 24,800.00 98 Site Photographs & Vice() LS 1 $ 1,000m $ 1,000.00 2,500.00 $ 2,500 00 $ 2,500.00 2,500.00 99 Erosion Control LS 1 $ 2,500.00 $ 2,500.00 5,000.00 5,000,00 $ 5,000,00 5,000,00 Total Amount Bid (Schedule 3) $ S42,080.00 579,975,50 360,335,22 TOTAL BASE BID (Schedule I + 2 +3) $ 1,15S,221.,50 743,491.83 b� Andrea ie, CPPO, CPPB, Purchasing Manager Witness _ 1f6 Date s�crc�r N a y gR1[Ai+lSNa Arkansas Secretary of State Mark Martin State Capitol Building ♦ Little Rock, Arkansas 72201-1094 ♦ 501-682-3409 Certificate of Good Standing I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show TRI STAR CONTRACTORS, LLC ..t1.,,,-;zc, to 4rn+.......4 t- „,,,,,. in the o f n r1..,,,sas ar ;..,.,;.,,a i iab."l:+.. Articles of Organization in this office October 5, 2006. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 28th day of June 2018. :�7iLUiJC. �JYL Mark MartiffnCC aa��e &KtM TfC�f�46iorization Code: c07cee4c961e8e8 To verify the Authorization Code, visit sos.arkansas.gov S" WATERLINE IMRROVEMEN-r!B H1CKaRY STREET for the City c3ot Fayetteville BID # 18-36, CONSTRUCTION MAY. 2018 E � � wrsr Syramne�� gucr:r c NQf1rl+n�x,„euorlti• + Project qq. Loca tion Y Q L � s> L � O r. z Irwom mklmtri. Swett AR ':. d wes, t emun sr n l I '3�j � � i'Mst i.awsnn Sr•oyn Ire • I rEjO*r r' .J N1ntir HfrYy Sln•..1 t Sm s Y!@sr]drnl'S Si.rp1 VICINITY MAP All CITY OF FAYETTEVILLE ARKANSAS www.fayettevitle—ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 8" WATERLINE IMPFRCVEMENTS JASMINE LN for the city of Fayettevi 11c=- BID # 18-36, CONSTRUCTION MAY, 2018 i [Project Location w..�4nY+er�rrypew. � iv.-g" Wvu VICINITY MAP Alft CITY OF FAYETTEVILLE ARKANSAS www.fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 B" WATERLINE IMPFkC3VEMEIMTS SKELTAM STFIEET for the G i ty of Fayetteville BID # 18-36, CONSTRUCTION MAY, 2018 �:trr i�.uei rr. � US 718 "VCST CFz�m,S1f@py us71 Project %r Location VICINITY MAP ACITY OF FAYETTEVILLE ARKANSAS www.fc.yettevi((e-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 Tim Nyander Submitted By TRI STAR CONTRACTORS, LLC CHANGE ORDER NO. 1 City of Fayetteville Staff Review Form 2018-0658 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/16/2018 WATER SEWER (720) - Submitted Date Division / Department Action Recommendation: Approval of Change Order 1 to the contract with Tri Star Contractors, LLC which will decrease the contract amount by $147,700.71. Budget Impact: 5400.7200.5600-5808.00 Water and Sewer Account Number Fund 12009.1 Water System Rehabilitation/Replacement Project Number Budgeted Item? Yes . Does item have a cost? Yes Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 6,603,704.00 $ 3,129,961.13 $ 3,473,742.87 I $ (147,700.71) $ 3,621,443.58 V20160321 Purchase Order Number: 2018-00000552 Previous Ordinance or Resolution # 154-18 Change Order Number: 1 Approval Date: 11/20/18 Original Contract Number: 2018-00000033 Comments: CITY OF FAYETTEVILLE ARKANSAS ,4 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: November 16 2018 STAFF MEMO SUBJECT: Approval of Change Order No. 1 for the Jasmine Ln, Hickory St and Skelton Rd Waterline Project RECOMMENDATION: Staff recommends approval of Change Order 1 to the contract with Tri Star Contractors, LLC which will decrease the contract amount by $147,700.71. BACKGROUND: In July 2018, the City Council approved a contract with Tri Star Contractors, LLC for construction of waterline improvements along Jasmine Lane, Hickory Street and Skelton Road. The projects include Installation of approximately 600 linear feet of 8" PVC water main along Hickory Street, installation of approximately 1,000 linear feet of 8" water main along Jasmine Lane including an asphalt overlay and installation of approximately 2,500 linear feet of 8" water main along Skelton Street. DISCUSSION: After the award of this contract, reports from the maintenance crews indicated that the replacement of the water main along Jasmine Lane is no longer necessary. The leaks experienced on this main have been repaired and at this time, it appears that the line will continue to function properly. The recommendation from the Water and Sewer Division is to remove this portion of the contract and use those funds for other, more pressing projects. The Engineering Division has prepared plans for a new 8" water main along Shiloh Drive across the Pace Industries property. This project is necessary to create a loop along Shiloh Drive. At this time, when the 36" transmission main along Shiloh is shut down for maintenance, the apartments on Shiloh Drive are operating on a dead end line. This loop will create a continuous water supply for these apartments. This project was going to be bid with a three other projects in early 2019. Since this project is ready to go at this time, a quote was requested from Tri Star Contractors, LLC. The contractor has submitted a quote of $124,292.75 for this work which is $197.25 less than the engineer's estimate of $124,490.00. Staff believes that the pricing submitted is fair and would recommend adding this work to the contract and removing the work Mailing Address: 113 W. Mountain Street www.fayetteville-argov Fayetteville, AR 72701 associated with Jasmine Lane. This change order will result in the reduction of the contract amount by $147,700.71. BUDGET/STAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. Attachments: Change Order 1 Shiloh Vicinity Map CHANGE ORDER r ' CITY OF FAYETTEVILLE 4VA R KA N S AS Contract Title Jasmine Ln., Hickory St. and Skelton Rd. Waterline Projects Change Order No. 1 Date of Issuance June 18, 2018 To Contractor: Tri Star Contractors, LLC The Contract is changed as follows: ORDINANCE/RESOLUTION:154.18 Effective July 17, 2018 Bid Bid Previous Unit I Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantity Measure Price Quantity Price Cost Cost Act 291,1993 Trench and I Excavation Safety System for 1 LS $ 1,000.00 0 $ $1,000.00 $0.00 Water and Sewer Installation 2 Traffic Control & Maintenance 1 LS $ 4,500.00 0 $ $4,500.00 '$0.00 3 Mobilization (Shall not exceed 5%u 1 LS $ 12,686.72 0 $ - $12,686.72 $0.00 of Total Bid for Schedule 1 4 Site Preparation (Clearing, 1 LS $ 7,500.00 0 $ - $7,500.00 $0.00 Grubbin , & Demolition 6 Construction Staking I LS $ 2,500.00 0 $ - $2,500,00 $0.00 7 8" PVC, C-900, Class 200 DR.14 1140 LF $ 49.18 0 $ - $56,065.20 $0.00 Water Main 8 6" PVC, C-900, Class 200 DR-14 30 LF $ 45A0 0 $ $1,350.00 $0.00 Water Main 9 2" PVC, SDR-13.5 Water Main 25 LF $ 15.00 0 $ - $375.00 $0.00 10 2 Copper, Type K-Soft, Water 350 LF $ 45.00 0 $ $15,750.00 $0.00 Service Tubing I I I" Copper, Type K-Soh, Water 100 LF $ 30.00 0 $ $3,000.00 $0.00 Service Tubing 12 3" HDPE Encasement (Open Cut) 245 LF $ 25.00 0 $ $6,125.00 $0.00 13 2" HDPE Encasement (Open Cut) 35 LF $ 20.00 0 $ $700.00 $0.00 14 8" Gate Valve with Box 4 EA $ 1,800,00 0 $ $7,200.00 $0.00 Page 1 of 4 15 6" Gate Valve with Box 1 EA $ 1,400.00 0 $ $1,400.00 $0.00 16 2" Ball Valve with box 12 EA $ 550.00 0 $ $6,600.00 $0.00 17 Three Way Fire Hydrant 2 EA $ 4,500.00 0 $ $9,000.00 $0.00 ,Assembly with Valve 18 Remove Existing Fire Hydrant and 1 EA $ 900-00 0 $ - $900.00 $0.00 Deliver to Owner 19 6" X 6" Tapping Sleeve and Valve 2 EA $ 3,000.00 0 $ $6,000.00 $0.00 with Box Single Meter Setting, Complete, 20 Including Pressure Reducer and 3 EA $ 1,O50.Q0 0 $ $3,150.00 $0.00 Plumber Connection to Existing Building Service Double Meter Setting, Complete, 21 Including Pressure Reducer and 12 EA $ 1,400.00 0 $ - $16,800.00 $0.00 Plumber Connection to Existing Building Service 22 Epoxy Coated Ductile Iron 6000 LB $ 3.00 0 $ - $18,000.00 $0.00 Fittin s 23 16" Direct Bury Steel Casing 18 LF $ 200.00 0 $ $3,600.00 $0.00 24 Remove Existing Meter Setting 15 EA $ 250.00 0 $ $3,750.00 $0.00 25 8" Saddle, I" Corporation Stop 3 EA $ 250.00 0 $ - $750.00 $0.00 and Tap 26 Concrete Anchor Collar 3 EA $ 55.00 0 $ $165.00 $0.00 27 Cut and Cap Existing 6" Water Ma 2 EA $ 1,500.00 0 $ $3,000.00 $0.00 28 Abandon Existing Water Valve 4 EA $ 300.00 0 $ $1,200.00 $0.00 29 Connect New 2" Water Main to I LS $ 500-00 0 $ $500,00 $0.00 Existing Blow Off Valve 30 Rock Excavation 50 CY $ 100.00 0 $ - $5,000.00 $0.00 31 Temp. Asphalt Paving 40 TN $ 95.00 0 $ $3,800.00 $0,00 aintenance of Traffic) 32 Surface Course (PG 64- 410 TN $ 86.58 0 $ $35,497.80 $0.00 2HMAC 33 Asphalt Milling (2") 3686 Sy $ 2.09 0 $ $7,703.74 $0.00 34 Concrete Curb & Gutter 115 LF $ 20.00 0 $ $2,300.00 $0.00 Replacement 35 4" Concrete Sidewalk Repair 325 SY $ 45.00 0 $ $14,625.00 $0.00 36 Site Restoration I LS $ 5,000.00 0 $ $5,000.00 $0.00 Page 2of4 $ - $1,000.00 $0.00 $ - $3,500.00 $0.00 $ 2,500.00 $0.00 $2,500.00 $ 2,500.00 $0.00 $2,500,00 $ 5,267.75 $0.00 $5,267.75 $ 20,000.00 $0.00 $20,000,00 $ 3,200.00 $0.00 $3,200.00 $ 2,500.00 $0.00 $2,500.00 $ 75.00 $0.00 $37,275.00 $ 2,500.00 $0.00 $5,000,00 $ 12.00 $0.00 $18,000.00 $ 200.00 $0.00 $3,600.00 $ 1,800.00 $0.00 $1,800.00 $ 100.00 $0.00 $2,000.00 $ 10,000.00 $0,00 $10,000.00 $ 1,200.00 $0.00 $1,200.00 $ 4,000.00 $0.00 $4,000.00 $ 7.00 $0.00 $980.00 $ 3,520.00 $0.00 $3,520,00 $ 95.00 $0.00 $950.00 Summation of Cost $27093.46 $124,292.75 Net Cost for this Change Order ($147,700.71) Page 3 of 4 Not valid until signed by the Owner The original Contract Price was $ 743,491.83 Net change by previously authorized change orders $ The Contract Price prior to this Change Order was $ 743,491.83 The Contract Price will { %ffimed*}[decreased by}f remairr-undmoj $ (147,700,71) The new Contract Price including this Change Order will be .-- $ 595,791.12 The Contract Time(s) will be f iflEreased-bylfdes remain unchangedl 0 calendar days Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion.-------------------------------------------------------------- ............................... 8118119 Final'Completion.................. ........................... _.................. ............ _................ 9f18/19 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, Tri Star Contractors, LLC Page 4 of 4 SHILOH DRIVE WATERLINE 1 M PROVEM ENTS for the City of Fayettevi I le oV � '�� Hc:� :1�... 5:•z Project Location ,R US 71 �o� 'Nn1 Naples l US 62 AR 6 Wes- Sini paces Co VICINITY MAP CITY OF .� FAYETTEVILLE ARKANSAS www.FayetteviUe-ar.gov ENGINEERING DIVISION PHONE. (479) 575-8206 FAX NO: (479) 575-8202 PROJECT: ENGR. No. 8126 TRI STAR CONTRACTORS, LLC CHANGE ORDEER, NO. 2 City of Fayetteville Staff Review Form 2019-0222 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/2/2019 WATER SEWER (720) - Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order 2 to the contract with Tri Star Contractors, LLC which will increase the contract amount by $82,382.22. 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 $ 8,743,511.00 Funds Obligated $ 852,884.20 Current Balance $ 7,890,626.80 - Does item have a cost? Yes Item Cast $ 82,382.22 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 7,808,244.58 V20180321 Purchase Order Number: 2018-00000552 Previous Ordinance or Resolution # '154-18 Change Order Number: 2 Approval Date: 4/03/ 19 Original Contract Number: 2018-00000033 Comments: CITY OF �.� FAYETTEVILLE 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: April 2, 2019 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the Jasmine Ln, Hickory St and Skelton Rd Waterline Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with Tri Star Contractors, LLC which will increase the contract amount by $82,382.22. BACKGROUND: In July 2018, the City Council approved a contract with Tri Star Contractors, LLC for construction of waterline improvements along Jasmine Lane, Hickory Street and Skelton Road. The projects include Installation of approximately 600 linear feet of 8" PVC water main along Hickory Street, installation of approximately 1,000 linear feet of 8" water main along Jasmine Lane including an asphalt overlay and installation of approximately 2,500 linear feet of 8" water main along Skelton Street. In November 2018, a change order was approved removing the Jasmine portion of this project - and adding in approximately 1150 linear feet of 8" water main along the west side of Shiloh Drive to close a loop in the area of the Villas at Shiloh Townhomes. The change order resulted in a reduction of the contract by $147,700.71. DISCUSSION: After the award of this contract, the Water and Sewer Division discovered that an existing 6" water main along Hunter Street in Farmington was going to be affected by the box culvert replacement that the City of Farmington was constructing. The engineer of record for the culvert replacement prepared a set of plans for the relocation of the water main and an attempt was made to negotiate the installation of the new water main with the culvert contractor. The timing for this coordination did not work out for this contractor and it was decided that the city crews would cut and remove the section of water line that was in conflict and bid this as a separate project. Since we have a current contract with Tri Star for water main installation, a quote was requested for this water main. The contractor has submitted a quote of $82,382.22. Staff believes that the pricing submitted is fair and would recommend adding this work to the contract since the new contract amount will still be lower than the original contract approved by Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 the city council for this contract.. This change order will result in the increase of the contract amount by $82,382.22 which still will be $65,318.49 less than the original contract price of $743,491.83. BUDGET/STAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. Attachments: Change Order 2 2 CITY OF FAYETTEVILLE AWMAS 'CHANGE ORDER Contract Title Jasmine Ln., Hickory St. and Skelton Rd. Waterline Projects Change Order No. 2 Date of Issuance To Contractor: Tri Star Contractors, LLC ORDINANCE(RESOLOON;154-18 The Contract is chaneed as follows: Effective 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 Act 291,1993 Trench and 118 Excavation Safety System for 0 LS $ 1 $ 2,000,00 $0.00 $2,000-00 Water and Sewer Installation 119 ITraffic Control & Maintenance 0 LS $ I $ 2,500,00 $0.00 $2,500,00 120 Mobilization (Shall not exceed 5% lof 0 LS $ 1 $ 3,698.22 $0.00 $3,698.22 Total Bid for Schedule 5 121 1 Insurance and Bonding 0 LS $ - 1 $ 2,154.00 $0.00 $2,154.00 122 Remove and Dispose of Existing 0 SY $ 6 $ 100.00 $0.00 $600.00 Sidewalk 123 Remove and Dispose of Existing 0 EA $ 2 $ 4,500.00 $0.00 $9,000.00 Trees 124 6" DIP, Class 51 Water Main 0 LF $ - 162 $ 65.00 $0.00 $10,530,00 125 Rock Excavation 0 CY $ - 30 $ 180.00 $0.00 $5,400.00 126 4" Sidewalk Replacement with Cl 0 SY $ - 6 $ 100.00 $0.00 $600.00 7 Base 127 Epoxy Coated Ductile Iron 0 LB $ - 900 $ 7.00 $0.00 $6,300.00 Fittin s 128 ISite Restoration 0 LS $ - 1 $ 7,500.00 $0.00 $7,500.00 129 Erosion Control 0 LS $ - 1 $ 2,500.00 $0.00 $2,500.00 130 16" Direct Bury Steel Casing 0 LF $ 55 $ 300.00 $0.00 $16,500.00 131 Bank Stabilization 0 LS $ - 1 $ 10,000.00 $0:00 $10,000.00 131 Double Meter Setter for Creek 0 LS $ 1 $ 3,100.00 $0.00 $3,100.00 Crossing Summation of Cost $0.00 $82,382.22 Net Cost for this Change Order $82,382.22 Page 1 of 2 Not valid until signed by the Owner The original Contract Price was $ 743,491.83 Net change by previously authorized change orders $ (147,700.71) The Contract Price prior to this Change Order was $ 147,79112 The Contract Price will {increased 82,382.22 The new Contract Price including this Change Order will be .------------------- $ The Contract Time(s) will be [increased by](deereased by][maiou� 678,173,34 hanged} b0 calendar days Required dates of Competion as of the date of this Change Order therefore are; -_ Substantial Completion 8l18119 ..................................................... Final Completion .........................................9/18i19 NOTE; This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not ineoiporated in this or previous Change Orders. Tri Star Contractors, LLC At& ._... 28' !q B Page 2 of 2 1113 L �C}'18It1�011111�y��gm.GC) E°(���._ j` ^^111'�M"�if�+ewwel P�+D t. oNN Wr �J �u Z E gy cr{7 C`-H �a_3E $ .22 `5 8 yyE _ If b Ce3yi = 3 E$X5'3c tl � 32 3p-^5-gg;- 4� $� 4�� � �ew3 IIN \r � I - $ €3 a<�F ilz gss gta � . fix H HE 5@ Sq 5ycE 2aE> Q E° E L 6zy bb $$ y`o 75' g5 `Elip 5 §Y2 i s o y V o J 8go f �4-' ami d 9F ■g m 3 €3: Fda$ F 'Si •5 F g '',.. W 'if AUON9 rv8 saa�25 uP r3v'E3E _ / \ \1/�l a /LU W Z � US ce"15 NJLnHJ° 5 y y 4 w c t �� a S '� q; 'o �' p yri QC�p Zsx y0 5E ° y 2 v $ C t a 3 in m art, 1, W J- - in }'O CIC Z u �b.a„ $jorg -W llfg g1 ! 1 a g4 �I .a_� I i i b g$3LU 2 -'EE .2Az E3 1ELL! E g6 E S n 2 X�fff$ V v �� (� 3 3 H O 8 °rz7o W a ll 5 �J g __mooma < a3§ �a e� Bx E O Ec Ec bLE r J! r$ 3 §i6 yy n,zsF � 4'E¢ ea� £ SZp H� E2 _8 �b 8v=d3 _ 9 aE �.be^a gG� _�2bE o $ 58 F 3 '.. g w$ €S 4��' cxD .i iFd Y �y� bbbbbb'E mr a u m a Wtl t'O zv:tt 8toZ141Zt '$-P'10tt-810Z JuawaDejdaj auii jatem aaas#S ja4unH\s$ujmeJO\4Janjm taajtS jalunH 'uo42uiwie4 - Ltr\S}aa!OJd\:X MON °'" WV ZGZtr=tt StOZJ41ZI *3-P'LOtl-81OZ ivawaDeidai awl jalem taait5 la4unHlsSui e24\yanjm>aaj4S jatunH 'uo48uiwiej • Ly\sPatoadl,X