Loading...
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