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