HomeMy WebLinkAbout76-93 RESOLUTIONY
4
•
RESOLUTION NO. 76-91
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH MITCHENER
EXCAVATING, IN THE AMOUNT OF $730,726.41, FOR
TAXIWAY EXPANSION, 2 BLAST PADS, OBSTRUCTION
REMOVAL CLEARING, DRAINAGE, GRADING WORK, AND
FENCE INSTALLATIONS.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby authorized to execute a contract
with Mitchener Excavating, in the amount of $730,726.41, for taxiway expansion, 2 blast pads,
obstruction removal clearing, drainage, grading work, and fence installations. A copy of the
contract is attached hereto marked Exhibit "A" and made a part hereof
PASSED AND APPROVED this a day of Jul_ , 1993.
ATTEST:
BY:
Stemote/
L. Thomas, City Clerk
APPROVED:
BY:
'red Hanna, Mayor
1
•
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
•
•
•
CONTRACT
•
THIS AGREEMENT, made and entered into this 20th day of
July , 1993 by and between the City of Fayetteville, Arkansas,
Party of the First Part, hereinafter called the OWNER and
Mitchener Excavation, Inc. , Party of the Second Part,
hereinafter called the CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Taxiway Extension, Blast Pads, Obstruction Removal and Drainage and
Grading Improvements at Drake Field as set out in the
Specifications and Plans No. FY932102 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the construction of a 40 foot x 1250 foot taxiway
extension, blast pads at each end of the runway, obstruction
removal, and drainage and grading improvements and all
miscellaneous related work for a finished job, the unit prices bid
in the Proposal for the estimated quantities included on the Bid
Proposal Sheets for the Base Bid amount made part of this Contract,
the total being Seven Hundred Thirty Thousand Seven Hundred
Twenty-six and 41/100 dollars ($ 730,726.41 ).
Such sum being the agreed amount upon which bonds and liabilities
are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds,
insurance, taxes, permits, and other accessories and services
necessary to complete the said construction in accordance with the
conditions and prices stated in the Proposal attached hereto and
made a part hereof, and in accordance with the General Provisions
and Specifications, and in accordance with the Plans, which include
all maps, plats, blueprints, and other drawings, and written or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all work under this
Contract within 120 calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR for
Contract - 1
•
•
•
•
•
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees to commence the work within ten (10)
calendar days from the date of the issuance of the Notice to
Proceed, and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the
Contractor fails to complete the contract within the time
stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of Three Hundred Fifty Dollars
($350.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto, in addition to the overtime observation as defined in the
"Special Provisions".
Because of the impracticability and extreme difficulty in fixing
and ascertaining the actual damages the OWNER would in such event
sustain, said amounts are to be presumed by the parties to this
contract to be the amounts of damage the OWNER would sustain. The
Liquidated Damages shall apply to the Localizer downtime and to the
total construction time stated by the Contractor in the Proposal.
Said amounts of liquidated damages shall be deductible from any
amount due the CONTRACTOR under Final Estimate of said work, after
the completion thereof, and CONTRACTOR shall be entitled only to
the Final Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
Contract - 2
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
The Contractor agrees that only
manufactured products will be used
subcontractors, materialmen, and suppliers
this contract, as defined in (a) below.
domestic steel and
by the Contractor,
in the performance of
(a) The following terms apply to this clause:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
include (1) those produced in the United
States, if the cost of its components mined,
produced or manufactured in the United States
exceeds 60 percent of the cost of all its
components and final assembly has taken place
in the United States.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
and manufactured products.
3. Cost of Components. This means the costs for
production of the components, exclusive of
final assembly labor costs.
This Contract shall
representatives, successors,
including the surety.
be binding upon the heirs,
or assigns of the parties hereto,
Contract - 3
IN WITNESS
their hands and
(SEAL)
r
ESS
•
WHEREOF, the OWNER and CONTRACTOR have hereto set
seals respectively.
FIRM NAME: Mitchener Excavation, Inc.
James R. Mitchener
BY:A CQ
(sAW
ATTEST:
City Clerk
City of Fayetteville
Fayettevilj�, Akapsas
BY:
Pres.
(MF)
F Hanna (Mayor)
Contract - 4
•
•
AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
For the Fayetteville City Council meeting of
FROM:
rwor1-
Or,/r 2
/91iltAN et I, el
/ -Y- 9S
RCS 7F.-93
N/A
Dale Frederick Airport
Name Division
ACTION REQUIRED: Review and approval of Change Order
performed and reduces costs of the Mitchner Excavation
work in Federal Grant AIP #17
COST TO CITY:
General Administration
Department
#3 which modifies work to be
contract for clearing/drainage
$ (6,R7F) $ 994.443
Cost of this Request
Category/Project Budget
5550-3960-7820.17 $ 966,518
Account Number Funds Used To Date
91074 nom • $ 27.925
Project Number Remaining Balance
Taxiway Ext./Clearing/Drg
Category/Project Name
Capital
Program Name
Air ort
Fund
BUDGETEVIEW: x Budgeted Item
Budget oordtor
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accoun
t i�C.Gv
Accog M na•erer
1/
A to ey
Purchasing Officer
STAFF RECOMMENDATION:
CAOcariAA
Division Head
Date
GRANTING AGENCY:
is -aa -94
Date
1 Auditor
ir
Date
J2 -u -14F
Staff Recommends
Ca
Department Director
Approval
Admit -us ativf S vices Director
• Mayo
12/16/94
Date
Date
Date
047
Date
Cross Reference
New Item: Ye8 No
Prey Ord/Res #:
Orig Contract Date:
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Review Personnel p�
FROM: Dale Fredenck, Airport Manager '�
DATE: September 8, 1994
SUBJECT: Change Order Number 3 to a contract with Mitchner Excavation. Inc.. for
Clearing/Drainage work associated with Federal Grant Project AIP #17
Attached please find three originals of the above referenced change order.
This change order reduces the cost of work approved in change order #1, and adds items
necessary to complete the drainage portion of this project. These items are required due to the
project delay for the Archeological Survey and approval.
The approval of this change order will actually lower the cost of the two previously approved
change orders by $6,876 and will allow for the completion of the project.
Since we are reducing expenses, once reviewed, the Mayor can execute the document.
Should you have any questions or require additional information, please do not hesitate to
contact this office.
Attachment: Three Original Change Order #3 Documents
Contract Review Form
MCMcClelland Consulting Engineers, Inc.
Celefraiig30YeisdEedgningAkansas P.O. Box 1229 • Fayetteville, Arkansas 72702-1229 • 501-443-2377 • FAX 501-443 9241
December 2, 1994 FY932102
Mr. Dale Frederick
Airport Manager
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
RE: Taxiway & Drainage
Drake Field
AIP 3-05-0020-17
Dear Dale:
We are enclosing three (3) copies of Change Order No. 3 regarding
items necessary to complete the drainage portion of this project.
These items are required due to the project delay for the
Archeological Survey and approval.
These Change Order items were negotiated with the contractor
through correspondence and during several on-site meetings. The
attached letter indicated the contractor's cost and justification
of the costs. We recommend these Change Order items be accepted
and approved.
If there are any further questions regarding this project, please
contact us.
Sincerely,
McCLELLAND CONSULTING ENGINEERS, INC.
Way
Project" Manager f'
RWJ/wj
Enclosure: Letter
Change Order No. 3 (3 copies)
•
•
•
OWNER: City of Fayetteville Change Order No. 3
113 West Mountain
Fayetteville, Arkansas 72701 Date: November 28, 1994
PROJECT: Taxiway Extension, Blast Pads Project No. FY932102
Obstruction Removal and Drainage
and Grading Improvements
Drake Field, Fayetteville, AR
AIP 3-05-0020-17
CONTRACTOR: Mitchener Excavation, Inc.
705 S. El Mira
Russellville, Arkansas 72801
Contract Date: July 20, 1993
The following changes to the Contract are hereby ordered:
1. The Owner wishes to adjust the contract for delays due to the
project shut -down during the Archeological Study period.
A. Revise the cost for Bid Item No. 67 for 8
Acres of Clearing and Grubbing form
$3,750/Acre to $1,003.00/Acre to cut and
lay trees within the limits of the wooded
area.
Deduct ($21,976.00)
B . Delete Bid Item No. 68 for 7 Acres of
Seeding and Fertilizing at $700/Acre for
the area covered by Bid Item No. 67.
Deduct ($ 4,900.00)
C. Add Bid Item No. 73 for Additional
Mobilization of earthwork equipment, in
addition to Bid Item No. 70, at
$5,000.00/Lump Sum. The timing of the
taxiway work and the approval to continue
with the drainage and grading did not
coincide, therefore, the need for the
additional mobilization.
Add $ 5,000.00
D . Add Bid Item No. 74 for Additional Drainage
Work at $15,000.00/Lump Sum. This work is
required to remove the straw bales along
the ditch slopes and to re -dress the ditch
slopes due to the one-year delay.
Add $15,000.00
E . Add an additional 90 -Calendar Days to the
Contract Time for delay in project for
Archeological Study.
•
•
Original Contract Amount
Previous Change Order Amounts
Change Order Will Increase
Contract Amount By
Revised Contract Amount
Contract Time
Increase in Contract Time
Revised Contract Time
CONTRACTOR:
Mitchener Excavation, Inc.
Hy: A. 1r
amen R. Mitchener
ENGINEER:
OWNER:
McClelland Consulting Engineers,
By:
Inc.
City of F, yetteville
By:
red Hanna, Mayor
$730,726.41
$104,067.02
IS 6.876.001
$827,917.43
220 calendar days
90 calendar days
310 calendar days
11-29-94
Date
Date
,447
Date
•
VI
•
•
dl4Lka/iena Excavation, inc.
•
705 South El Mira
Russellville, Arkansas 72801
501-968-5451
November 10, 1994
McClelland Consulting Engineer
P 0 Box 1229
Fayetteville, AR 72702
ATTN: R. Wayne Jones
Ref.:
Sir,
: fi}SCE tiF ;-
Taxiway Excavation &
Drainage Improvement
Drake Airport
Fayetteville, AR
As per the discussion October 28, 1994 the following justification for the
additional cost is provided.
A. Additional Mobilization Cost
The equipment proposed to be deployed to the project for this work is:
CAT 120 Road Grader
John Deer 450 Dozer
Tri Axle Dump Truck
CAT 215 Track Hoe
CAT 416 Rubber -Tire
Backhoe
1 Each
1 Each
1 Each
1 Each
1 Each
As you can see the list of equipment requires five (5) tractor trailer loads at
$2.50 per mile and two (2) AHTD Permits:
Hauling
Permits
Office Trailer/movement
$2,995.00
225.00
650.00
1491j
•
•
•
•
•
Telephone
Electrician
Sub -total
$ 200.00
600.00
4.670.00
Over/Head Profit 330.00
Total $5,000.00
B Redress Sides of Ditch Slopes and Remove Bale Straw the amount
agreed upon $15,000.00.
The first action must be to do something with the baled straw so that it
can be scattered with lumping it. Secondly the material which has
washed into the bottom of the ditches must be placed onto the slopes
and the slopes redressed prior to seeding, mulching etc It is then
recommended that the baled straw as bid on the project be placed.
However, I am sure that you will make that call when the need arises.
It is anticipated that this work can be performed with the following
equipment in four to five weeks:
A.
B.
C.
D.
John Deere 450
CAT 120 Grader
CAT 416 Backhoe
Blower Fan (for straw)
in some instance on Segment C it may require a Trackhoe to perform this
task due to soft ground.
A.
B.
C.
D.
ITEM
COST PER DAY & TOTAL COST
NUMBER of DAYS
John Deere 450
CAT 120
CAT 416
Labor
$305.00 X 20
545.00 X 20
225.00 X 20
3 X 135.00 X20
$ 6,100.00
10,900.00
4,500.00
8,100.00
•
•
•
The decision regarding the water gates and the removal of the work gates can
be made when the Fencing Subcontractor arrives on the job
The increase cost in concrete is $8.00 cubic yard, (per Gene) of Beaver Lake
Concrete.
Should you need additional information please contact me.
XX
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
For the Fayetteville City Council meeting of
FROM:
Dale Frederick
rtt a*NUE o�zbelz44
* MMlrcNnlEEXcAV4TKY4
/or -o 9 -95 -
N/A
Airport General Gvmt.
Name Division
ACTION REQUIRED:
Department
Review and approval of Change Order #4 which modifies work to be
performed and materials required to complete ATP #17. This is a reconciliation change
order to the Mitchner Excavation contract for clearing/drainage work. It reduces the
total rontract by -S60.170.10 - this contract is complete.
COST TO CITY:
$ ($60,170.101
Cost of this Request Category/Project Budget
$ 994,443.00 Taxiway Ext./Clearing/Drg
Category/Project Name
5550-3960-7820.17 $ 966,518.00 Capital
Account Number
oza7A fnn1
•
Project Number
Funds Used To Date Program Name
$ 27,925.00
Remaining Balance
Airport
Fund
BUDGET REVIEW: xx Budgeted Item
getB1:dCoordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accouin a
AAP ,
fir/_ -yx«/4
City Atto
Purchasing Officer
STAFF RECOMMENDATION:
Staff recommends approval
£aonHe d ` C
Date
6 -1-cis
Date
GRANTING AGENCY:
A Coordinator/ Date
L21(�i7
ernal Auditor
Date
Department Director
Admin
trativ-jervices
Director
• Mayor
•
6/5/95
Date
Date
Date
41
Date
Cross Reference
New Item: Yes No
Prev Ord/Res $:
Orig Contract Date:
•
0
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Review Personnel
FROM: Dale Frederick, Airport Manager
DATE: June 3, 1995
SUBJECT: Change Order Number 4 to a contract with Mitchner Excavation. Inc.. for
Clearing/Drainage work associated with Federal Grant Project AIP 1/17
Attached please find four originals of the above referenced change order. This change order
reduces the cost of work approved in the ongmal contract and subsequent change orders and
increases the cost of two line items for a total contract deduction of -$60,170.10.
This was a unit pnce contract. The purpose of this change order is a "project reconciliation"
for the contract, which is required since federal grant funds were utilized.
The increased items totaled $16,143.86, and the decreased items totaled $76,313.96, for a total
reduction of -$60,170.10. The original contract with the preceding change orders totaled
$827,917.43, this reconciliation brings the final contract price to $767,747.33.
Since we are reducing expenses, once reviewed, the Mayor can execute these documents.
Should you have any questions or require additional information, please do not hesitate to
contact this office.
ATTACHMENT: Four Original Change Order #4 Documents
Contract Review Form
•
•
•
•
OWNER: City of Fayetteville Change Order No. 4
113 West Mountain
Fayetteville, Arkansas 72701 Date: May 9, 1995
Project No. FY932102
Contract Date: July 20, 1993
PROJECT: Taxiway Extension, Blast Pads
Obstruction Removal and
Drainage and Grading Improvements
Drake Field, Fayetteville, AR
AIP 3-05-0020-17
CONTRACTOR: Mitchener Excavation, Inc.
705 South El Mira
Russellville, Arkansas 72801
The following changes to the Contract are hereby ordered:
1. The Owner wishes to adjust the contract for delays due to the
project shut -down during the Archeological Study period.
A. Add Bid Item No. 75 for 580.5 LF screening for 5 ft.
Chain Link Fence at Greenland Schools at $6.50/linear
foot.
ADD $3,773.25
B. Increase the Quantity Bid Item No. 2 of Unclassified
Excavation by 2237 CY for the construction of "Wetlands"
as required by the Corps of Engineers, for a total of
4257 cy @ the bid price $5.53/cy.
ADD $12,370.61
C. Adjust the Final Quantities for the unit prices Bid Items
not previously changed by Change Order as noted below.
•
•
•
•
•
ITEM DESCRIPTION
NO OF ITE4
1• CLEARING AND GRUBBING
2 UNCLASSIFIED EXCAVATION
3 TOPSOIL EXCAVATION 4 REPLACEMENT
4 ROCX EXCAVATION
5 COMPACTED EMBANDIENT
6 COMPACTED SELECT BORROW
7 DITCH CHANNEL EXCAVATION SEGMENT 'A'
8 DITCH CHANNEL EXCAVATION SEGMENT "B"
9 DITCH CHANNEL EXCAVATION SEQffi1T "C"
10 DITCH CHANNEL EXCAVATION SEGMENT 'D'
11 RIPRAP
12 SOIL STABILIZATION FABRIC
13•• CRUSHED AGGREGATE BASE COURSE
14 BITUMINOUS PRIME COAT
15 BITUMINOUS TACK COAT
16 40 BITUMINOUS BASE COURSE
17 4" BITUMINOUS SURFACE COURSE
18 6" CONCRETE PAVBMEIT
19 JOINT SEALANT
20 TAXIWAY STRIPING
21 BLAST PAD MARKING
22 MILLING OF EXISTING TAXIWAY PAVING
23 GRATE INLET
24 JUNCTION BOX
25 12" REINF. CONC. PIPE, CLASS III, WALL B
26 18' REINP. CONC. PIPE, CLASS III, WALL B
27 18' CORRUGATED STEEL PIPE
28 GROUT REPAIR OF EXISTING GRATE INLET
29 TRENCH EXCAVATION SAPETY SYSTEMS
30 CONCRETE CHANNEL CROSSING
31 6 -FT CHAIN LINK FENCE W/BARBED WIRE
32 6 -FT CHAIN LINK PENCE
33 4 -FT CHAIN LING PENCE
34 5 -FT CHAIN LINK FENCE
35 WATER GAP, TYPE I
36 WATER GAP, TYPE II
37 MATER GAP, TYPE III
38 WATER GAP, TYPE IV
39 SCREENING FOR 6 -PT CHAIN LINK FENCE
40 4 FT. BARBED WIRE FENCE
41• SEEDING FERTILIZING, 4 MULCHING
42 EROSION CONTROL MATTING
43 STRAW BALE BARRIER
44 FILTER FABRIC BARRIER
45 SOLID SODDING
46 UNDERGROUND CABLE 88. 5000v. L-824
47 COUNTERPOISE WIRE *6, BARB STRANDED
48 CABLE TRENCH
49 4 -WAY UNDERGROUND ELECTRICAL DUCT
50 1 SCHEDULE 40 PVC CONDUIT
51 RELOCATE TAXIWAY LIGHT, STAKE, 4 TRANSFORMER
52 NEW TAXIWAY LIGHTS, L -861T
53 ADJUST RUNWAY THRESHOLD LIGRTS 4
BASES TO GRADE
54 RELOCATE EXISTING L-858 2 -PANEL SIGN
55 RELOCATE EXISTING L-858 3 -PANEL SIGN
56 REMOVE 2 PANES OF 4 -PANEL SIGN
57 NEW L-858 SIGN LEGEND, 1 PANEL WIDE
58 NEW L-858 SIGN LEGEND, 2 PANELS WIDE
59 NEW L-858 SIGN LEGEND, 3 PANELS NIDE
60 NEW L-858 SIGN, SIZE 1, STYLE 2,
CLASS 2, 2 PANELS WIDE
61 NEW L-058 SIGN, SIZE 1, STYLE 2.
CLASS 2, 3 PANELS WIDE
62 30" METAL STAIN, SCREW MOUNT TYPE
63 MEDIUM INTENSITY LIGHT BASE N/FIXTURE
ATTACHMENT, L-867, SIZE B, CLASS I OR II
64• OVERTIME ENGINEERING OBSERVATION
65 THIRD PARTY INSURANCE COVERAGE (RIDER COST)
66 STANDBY TIMID DURING NIGHTTIME WORE
67• CLEARING AND GRUBBING 1 IN HPE 1•••
68• SENDING AND FERTILIZING 1 IN RPE 1•••
69•• INSTALL AND REMOVE TEMPORARY FENCE
70•• DEMOB. 4 REMOB. FOR TRACKROE AND D-8 DOZER
71•• PIPE UNDERDRAIN
72•• EQUIPIMENT STANDBY TIME AND NIGHTTIME STANDBY
TIME POR ARCHAEOLOGICAL STUDY PERIOD
73*** ADDITIONAL EQUIPMENT MOBILIZATION
74••• ADD. DRAINAGE COST ID REMOVE STRAW BALES
BID UNIT BID 4 C.O. FINAL FINAL
QUANTITY UNIT PRICE AM0UM QUANTITY AMOUNT
202
312
4
298
250
275
670
400
160
95
148
142
140
12
76
30
23
5
5
5
110
12730-
4210
27354210
80
800
3350
3250
3200
150
250
3
32
16
AC $4,030.34 $68,112.75 16.34 $65,855.76
CY $5.53 $11,170.60 2020.00 $11,170.60
CY $4.95 515,444.00 3120.00 015,444.00
CY $30.00 $1,200.00 0.00 50.00
CY $1.53 $4.559.40 2980.00 $4,559.40
CY 59.51 $23,775.00 2500.00 $23,775.00
LS 523,160.00 $23,160.00 1.00 $23,160.00
LS $24,384.00 $24,384.00 1.00 $24,384.00
LS $13,188.00 013,188.00 1.00 $13,188.00
LS $25,176.00 $25,176.00 1.00 $25,176.00
SY $19.71 $54,202.50 2361.00 $46,535.31
SY $1.20 $8,040.00 2748.40 $3,298.08
TN $13.78 $55,120.00 3991.96 $55,009.21
GA $1.80 $2,880.00 1680.00 $3,024.00
GA $1.80 $1,710.00 0.00 50.00
TN $39.50 058,460.00 1437.20 $56,769.40
TN $39.50 $56,287.50 1481.00 $58,499.50
SY $23.34 $32,676.00 1388.90 $32,416.93
LS $6,240.00 56,240.00 1.00 $6,240.00
LS $1,701.60 $1,701.60 1.00 $1,701.60
LS $1,680.00 $1.680.00 1.00 $1,600.00
LS $6,582.00 $6,582.00 1.00 $6,502.00
EA $4,503.17 $18,012.68 4.00 518,012.68
EA 53,909.94 $3,909.94 1.00 $3,909.94
LP $30.15 $3,618.00 118.00 53,557.70
LP $30.56 $23,470.00 768.00 523,470.08
LP 516.11 $4,833.00 0.00 $0.00
EA $1,218.43 $2,436.86 2.00 $2,436.86
Ls $1,704.00 $1,704.00 1.00 31,704.00
1.5 310,392.88 $10,392.88 0.00 $0.00
LP $9.21 $21,551.40 1912.60 517.615 05
LP $10.20 $5,100.00 0.00 $0.00
LP 58.85 $4,425.00 0.00 $0.00
LP $7.20 $3,600.00 580.50 $4,179.60
EA $1,200.00 $2,400.00 0.00 50.00
EA $4,800.00 $9,600.00 2.00 $9,600.00
EA $900.00 $900.00 1.00 $900.00
EA $900.00 5900.00 0.00 $0.00
LF $7.20 $7,920.00 1398.00 510,065.60
LF $3.60 $180.00 96.40 $347.04
AC 51,500.00 537,500.00 23.54 $35,310.00
SY $1.50 $19,125.00 203.00 $304.50
LF $2.40 $10,104.00 5430.00 513,032.00
LY $5.42 $433.60 0.00 30.00
SY $3.60 $2,880.00 640.00 $2,304.00
LP $0.94 $3,149.00 3350.00 43,149.00
LP $0.48 51,560.00 3350.00 $1,608.00
LP $1.36 $4,352.00 2785.00 53,787.60
LF $18.00 32,700.00 132.00 $2,376.00
LP $3.12 $780.00 125.00 $390.00
EA 578.00 5234.00 3.00 $234.00
EA $232.80 57,449.60 32.00 $7,449.60
EA $36.00 $576.00 16.00 $576.00
2 EA $174.00 $348.00
1 EA $396.00 $396.00
1 EA $133.20 $133.20
30 EA $200.40 $6,012.00
2 EA $384.00 $768.00
1 EA $583.20 $583.20
1 EA $1,533.60 $1,533.60
4.00
1.00
0.00
30.00
2.00
1.00
1.00
$696.00
$396.00
$0.00
$6.013.00
$768.00
$5$3.20
$1,533.60
1 EA 52,184.00 $2,184.00 1.00 $2,184.00
28 EA $19.20
4 EA $228.00
$537.60
$912.00
32.00
0.00
5614.40
50.00
O RR $43.50 $0.00 0.00 50.00
1 LS $756.84 $756.84 1.00 $756.84
60 HR $168.60 310,116.00 7.00 $1,180.20
8 AC $1,003.00 $8,024.00 8.00 $8,024.00
O AC $700.00 $0.00 0.00 $0.00
270 LP $10.10 52,727.00 270.00 $2.727.00
1 1.5 $4.900.00 34.900.00 1.00 $4,900.00
220 LP $10.41 $2,290.20 220.00 $2,290.20
1 LS $54,150.00 $54,150.00 1.00 654,150.00
1 LS 55,000.00 $5,000.00 1.00 55,000.00
1 IS $15,000.00 $15,000.00 1.00 515,000.00
TOTAL ESTIMATED CONSTRUCTION COST $827.917.43
• CHANGE ORDER N0. 1
CHANGE ORDER NO. 2
••• CHANGE ORDER NO. 3
CONSTRUCTION COST $751,603.47
DEDUCT ($76,313.96)
r.
•
•
Original Contract Amount
Previous Change Order Amount
Change Order Will Reduced
Contract Amount By
Revised Contract Amount
Contract Time
Increase in Contract Time
Revised Contract Time
CONTRACTOR:
Mitchener Excavation, Inc.
By:
James R. Mitchener
ENGINEER:
4.0
McClelland Consulting Engineers, Inc.
By:
OWNER:
City of Fayetteville
By:
red Hanna, Mayor
$730,726.41
$97,191.02
(560,170.10)
$767,747.33
220 calendar days
90 calendar days
310 calendar days
Date
F-1 -75-
Date
d �
ate